Loading...
HomeMy WebLinkAbout1996-04-01 City CouncilCity City of Palo Alto Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: Planning and Community Environment AGENDA DATE: April 1, 1996 CMR:187:96 SUBJECT:Approval of Consultant Contract with Wallace Roberts & Todd for Downtown Urban Design Improvements Project, Phase I: Feasibility and Schematic Design (CIP 19608) REQUEST City Council is requested to review and approve the attached Consultant Contract with Wallace Roberts & Todd. RECOMMENDATIONS Staff recommends that the City Council approve the attached consultant contract (Attachment 1) for the Downtown Urban Design Improvements Project, Phase I: Feasibility and Schematic Design, including production of the Urban Design Guide. The contract is with the firm of Wallace Roberts & Todd for the amount of$112,000. An additional $8,000 of the funds allocated for the project is being held in reserve by staff for contingency. purposes. This project is being funded with $100,000 from the CIP budget and $20,000 held in the Division Operating Budget for production of the Urban Design Guide. POLICY IMPLICATIONS The Downtown Urban Design Improvements Project will provide schematic design for needed streetscape improvements identified in the Downtown Urban Design Guide, adopted by City Council in 1994, for the purpose of keeping the Downtown a vibrant and desirable place for pedestrians and retailers. These improvements are consistent with the Urban Design Element of the Comprehensive Plan, Policy 5, "Encourage rehabilitation of aging retail areas to keep them economically healthy." EXECUTIVE SUMMARY Action of Policy and Services Committee The Request For Proposals (RFP) for this consultant contract was reviewed by the Policy and Services Committee at their November 14, 1995 meeting. The Committee approved the CMR:187:96 Page 1 of 6 Scope of Services in the RFP, with two modifications proposed in a presentation to the Committee by the co-chairs of the Public Arts Commission, Judith Wasserman and Susan Wexler: 1) that the areas of expertise required of the consultant team be expanded to include expertise in the area of public art; and 2) that a member of the Public Arts Commission be included in the Selection Advisory Committee. (See attached minutes of the November 14, 1995 meeting of the Policy and Services Committee.) Project Steering Committee To assure the active participation of Downtown merchants and property owners in the Downtown Improvements Project, a Project Steering Committee has been formed comprising three Downtown property owners, who volunteered to serve on the Committee, and three business owners/merchants who were selected by the Chamber of Commerce. Members of the Project Steering Committee are: Roxy Rapp, property owner Jim Baer, property owner Warren Thoits, property owner Bryan Bradley, Manager, Z Gallery (since resigned, replacement to be appointed) Kathleen Haney, Manager, Cardinal Hotel Tom Richman, Landscape Architect, Richman Associates The Steering Committee met twice, on September 28 and October 11, 1995, to review with staff the goals and general direction of the Downtown Improvements Project and to review the Scope of Services, which was modified to incorporate their comments. The Project Steering Committee appointed three of their members, Jim Baer, Roxy Rapp and Tom Richman, to serve on the Selection Advisory Committee to interview applicants and assist in selection of the urban design consultant for the Downtown Improvements Project. Consultant Selection Process The Downtown Improvements Project was advertised through two marketing services, and an RFP was sent to all twenty-nine urban design, landscape architecture or architecture firms that responded. Thirteen fu’rns attended the presubmittal meeting held December 28, 1995. Five firms submitted proposals, and four were selected to be interviewed. The four firms interviewed on February 2, 1996 were: Amphion; Daniel Soloman/Gary Strang; Wallace Roberts & Todd; and ROMA. In all of the proposals the cost estimates were equal to the available budget. The Selection Advisory Committee conducting the interviews was made up of the three members of the Project Steering Committee listed above, three Planning Division staff, one Public Works staff, Planning Commissioner Sandy Eakins and Public Arts Commissioner Judith Wasserman. There was general agreement among the members of the Selection CMR: 187:96 Page 2 of 6 Advisory Committee members that while all four firms had outstanding qualifications, Wallace Roberts & Todd (WRT) would be the best team for this particular project. This conclusion was made chiefly because of WRT’s extensive experience in other Downtown districts, where their work showed strong design solutions developed through active involvement with the local community. The RFP required that in addition to expertise in urban design, architecture and landscape architecture, the consultant team include expertise in several specialized areas. In response to that requirement, the Wallace Roberts & Todd team includes the following subconsultants: Public Signage Outdoor Lighting Civil Engineering Alternative Financing Urban Forestry Environmental Artist Michael Manwaring Silver and Light Sandis Humber Jones Pacific Group Barrie Coate, Arborist (to be selected) Project Description The Downtown Urban Design Improvements Project will be divided into Phases 1 and 2, with Phase 1 including feasibility and schematic design and Phase 2 including construction drawings and construction management. This contract is for Phase I only, although the consultant selection process included an evaluation of the consultant team’s ability to provide services for both Phases 1 and 2. If Council decides to fund construction of some or all of the improvements approved in the schematic design plan, the consultant selected for Phase I will be invited to negotiate for Phase 2, subject to the discretion of the City’s project manager regarding the quality of work and continued suitability of the selected firm. In addition to Phase I of the Downtown Urban Design Improvements Project, the Contract also includes production of an attractive and user friendly final version of the Urban Design Guide that the City can reproduce for distribution to the general public. Summary of Scope of Services The Scope of Services for this Contract is divided into four tasks: 1)Preparation of a Master Plan that will include schematic designs for all proposed downtown improvements, construction and maintenance costs of all the improv.ements, a Downtown street tree maintenance and protection plan, and a recommended implementation schedule of the improvements over a two- to five- year period. Task 1 also includes four different types of public meetings that have been incorporated into the project to provide oppommities for public participation. The CMR: 187:96 Page 3 of 6 meetings include a two-day invitational charrette for designers, developers and property owners with experience in the Downtown, other stakeholders, and the general public; two one-day design workshops for the general public; six meetings with the Steering Committee; and presentations before the Historic Resources Board (HRB), Architectural Review Board (ARB), Public Arts Commission (PAC), Utilities Advisory Commission (UAC), Planning Commission and City Council. Because getting new newsracks installed is a high priority for Downtown merchants and property owners, and because the design of the new newsracks needs to keep pace with the efforts underway in the City Attorney’s Office to produce a newsrack ordinance, the design and approval of newsracks is planned to occur early in the design process. The final design of the newsracks will be presented for approval by HRB and ARB at the time these Boards are reviewing the preliminary Master Plan, in June 1996, so that the racks can be installed in late summer or early fall, 1996. 2) 3) Preparation of working drawings and specifications for design and installation of the newsracks proposed in the Master Plan. While construction drawings for other components of the design will be prepared in a future Phase II project, the construction drawings for newsracks have been included in Phase I to accomodate getting new newsracks in place as quickly as possible. Preparation of a feasibility study that identifies and evaluates various financing mechanisms, to implement the proposed improvements and provide for the on-going care and maintenance of the public space. The study should consider the feasibility of establishing a suitable privately funded program and also identify any City funds that could augment such a program. 4) Production of the Urban Design Guide The project schedule calls for the project to begin immediately after Council appoval of the contract and to be completed in nine to twelve months, with Council review of the final design in November 1996. FISCAL IMPACT Funding for this project, in the amount of $100,000, is included in the 1995-96 Capital Improvement Program. Funding in the amount of $20,000 is available for production of a final version of the Urban Design Guide; $16,600 was previously authorized by City Council and is in the Planning Division operating budget; and an additional $4,000 remains from the original Urban Design budget. If City Council approves the improvement designs produced by this project and chooses to implement those improvements, funding for Phase 2, which will include construction CMR: 187:96 Page 4 of 6 documents, construction management and installation of the improvements, may come from several sources including: 1)$150,000 currently available from public benefit improvements provided from the Cowper-Webster garage expansion project; 2)Other funds contributed to meet the public benefit requirement for Planned Community zone change projects; 3)Funds allocated by City Council in the CIP budget over the next two to five years; and/or 4)Other sources of funding that may be identified by the financing feasibility sm.dy that is part of this project. ENVIRONMENTAL ASSESSMENT Approval of a consultant contract is not considered a project under the California Environmental Quality Act; therefore, no environmental assessment is required at this time. An Environmental Assessment will be prepared at the time the schematic design project is submitted for public review. ATTACHMENTS Attachment 1: Consultant Contract Attachment 2: Excerpt Minutes of Policy and Services meeting, November 14, 1995 Prepared By: Virginia Warheit Department Head Review: Director of Planning and Community Environment City Manager Approval: City CMR:187:96 Page 5 of 6 Downtown Urban Design Improvements Steering Committee Barbara Gross, Downtown Marketing Committee, 300 Hamilton Aveue, Palo Alto, CA 94301 Pat Sharp, Downtown Park North Neighborhood Association, 333 Waverley, Palo Alto CA 94301 Tony Badger Downtown Park North Neighborhood Association, 381 Hawthorne, Palo Alto CA 94301 John Duryea, University South Neighborhood Group, 405 Lincoln, Palo Alto CA 94301 Frank "Ned" Gallegher, University Park Associates, 440 Melville Park, Palo Alto CA 94301 Margaret Feuer, University & Crescent Park Association, 1310 University Avenue, Palo Alto CA 94301 Architectural Review Board Historic Resources Board Utility Advisory Commission Public Arts Commission Planning Commission CMR:187:96 Page 6 of 6 CONTP~ACT NO. BETWEEN THE CITY OF PALO ALTOAND WALLACE ROBERTS & TODD FOR CONSULTING SERVICES FOR THE DOWNTOWN LIRBAN DESIGN IMPROVEMENTS PROJECT This Contract No. is entered into , 1996, by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and WALLACE ROBERTS & TODD, a Pennsylvania partnership (Taxpayer ID No. 23-1615241), !ocated at 121 Second Street, San Francisco, CA 94105- 3605 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, majs, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverab!es are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTICN !. TERM !.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 wil! 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 will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 1 960320 lac 0080248 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 a~prova! of CITY’s City Council, as may be required, CONSULTANT wil! be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the De!iverables, which are discovere~ 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 CONSUL!~ANT. 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, wil! be performed by CONSULTANT, as fol!ows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, wil! result in minor or nonbeneficia! changes in the construction work required of the construction CONSULTANT; 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 CONSULTANT. 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, 2.5 This contract covers the Scope of Services to be provided by CONSULTANT for Phase I of Downtown Urban Design Improvements Project. Upon completion of Phase I work, the City Council will decide whether to proceed with some or al! of the improvements approved in the schematic design plan (Phase II). If Council makes an affirmative decision to proceed with Phase II work, and subject to the discretion of CITY’s Project Manager regarding the quality of the work performed and continued suitability of the CONSULTANT, the CONSULTANT will be invited to negotiate for Phase II work. A separate contract for Phase II would subsequently be presented to the City Counci! for their approval. 2 9e,0320 lac 0080248 SECTION 3. CONSULTANT QUALIFICATIONS,STATUS,AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverab!es. CONSULTANT further represents and warrants that the Project Director and every individual, including any consultant (including subcontractors or subconsultants), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to’execution of .this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 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 Ignacio F. Bunster-Ossa as the Project Director to have supervisory responsibility for the performance, progress, and execution of the Project. Diane Ochi 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 CITY’s Project Manager. 3.4 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 emp!oyed under this Contract and any materials used in CONSULTANT’s performance of the S~rvices; 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 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 Deliverab!es. 960320 lac 008024S 3 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the City Manager. 3.6 CONSULTANT wil! provide CITY with the Deliverables which are listed as Products in Exhibit "A" upon their completion and acceptance by CITY, in the quantities described in Exhibit "A." If no quantity is described for a Product, a single copy sha!l be provided. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT wil! be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT wil! 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 emp!oyee 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, wil! 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 fol!owing 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..i0.2 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 in writing subsequent to the execution of this Contract; and 3.10.4 Other Additional Services described in Exhibit "C" 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 4 960320 lac 0080248 be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4 DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule wi!l not constitute a default under this Contract. 4.3 The City Manager will represent CITY for all purposes under this Contract. Virginia Warheit 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 as necessary by James Gilli!and, CITY’s Assistant Planning Official. 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 B.l CITY will compensate CONSULTANT for the following services and work: S.l.l In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed One Hundred and Five Thousand Dollars ($i05,000). The amount of compensation shall be calculated in accordance with the Resource Summary and Rate Schedule set forth in Exhibit "B", up to the maximum amount set forth in this Section. The fees of the subconsultants who have direct contractual relationships with CONSULTANT, shall 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 compensation shall not exceed Ten Thousand Dollars ($I0,000). Compensation shall be in accordance with CONSULTANT’S hourly rates set forth in Exhibit "B," 960320 lac 0080248 plus any other expenses agreed upon in writing before performance of the work. 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. 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, artists, arborists, economists, 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 for the Basic Services will be made upon completion of the Services and Deliverables described in Exhibit A, and when Deliverables have been reviewed by City and approved by the Project Manager. CONSULTANT may request and shall be entitled to payment upon such completion and approval of each subtask listed in the Project Schedule (e.g., 1.3 Preliminary Plan). Final payment will be made by CITY after CONSULTANT has completed all Services and submitted all Deliverab!es, including, without limitation, reports which have been approved by the Project Manager. 5.2.2 CONSULTANT shall submit invoices for payment for Basic Services (including related expenses) in triplicate, no later than ten (i0) days after the first day of the month following the month in which the Subtask for which payment is sought was completed. The invoice shall identify the Services and Deliverables in sufficient detail as to provide verification of the sums invoiced and the relationship of the work to the Tasks and Subtasks described in Exhibit A. Invoices shall include all applicable supporting documentation and shal! group charges by task, payroll costs billed, and other expenses. 6 960320 lac 0080248 5.2.3 Payment for Additional Services, if any, will be made within thirty (30) days of submission, in triplicate, of such requests. CONSULTANT may request and shall be entitled to payment for Additional Services upon completion and approval of each such Additional Service. - 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 Additiona! 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 De!iverables prepared by or under the direction of CONSULTANT in the performanc9 of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, emp!oyees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or emp!oyees’ 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 cov@nant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 7 960320 lac 0080248 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. I~SURANCE 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 "D", 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 Al! 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 wil! 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. 9.2 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is. named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance wil! 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. SECTION !0.WORKERS’ COMPENSATION i0.! 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 8 960320 lac 0080248 it will comply with such provisions, as applicable, commencing the performance of the Project. before SECTION ii PROJECT - TERMINATION OR SUSPENSION OF CONTRACT OR ii.! 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 being suspended, for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the City Manager in the reasonable exercise of 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 willreceive compensation as fol!ows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment 960320 lac IX]S0248 specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants,- if any, in connection with this Contract. Such materials will become the property of .CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12.ASSIGNMENT 12.1 This Contract is for the persona! sepvices 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 wil! 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 13. NOTICES 13.1 All notices hereunder wil! 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 Pa!o 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 i0 960320 lac 0080248 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 wil! be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, diss~bility, 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 Pa!o 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 e . certificate Stating that [Name of Provider] is currently in compliance with al! 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." 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 wil! be in default of this Contract. Thereupon, CITY wil! 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 federa! 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 cance! or suspend this 960320 lac 0080248 11 Contract, inwhole 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 [his 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. 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 par.ties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is 12 960320 1ac0080248 void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipa! Code. This Contract wil! terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the fol!owing fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fisca! year and funds for this Contract are no !onger available. This Section !6.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision¯ of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Assistant City Attorney APPROVED:& Assistant City Manager Director of Planning and Community Environment ItS: Taxpayer’s I.D. No. 23-1615241 Deputy City Manager of Administrative Services Risk Manager 13 960320 1ac~80248 Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT EXHIBIT "D": EXHIBIT SCOPE OF PROJECT & PROJECT SCHEDULE RESOUP.CE SUMMARY AND RATE SCHEDULE ADDITIONAL SERVICES !NSURAN. CE NONDISCRIMINATION COMPLIANCE FORM 14 960320 lac 0080248 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ~O~"~,g~) ~t/) ss. COUNTY OF ~ ~’ ~ £<~’~u,) a Notary Public in ahd for said County and Stite, personally appeared ~T[~N ~0V&[A~ 14A~O~’D , personally known to me or prove~to me on’thebasis of satisfactory evidence to be the person~ whose n~e(~ is/a~ subscribed ~ the within instr~ent and ac~owl~dged to me that he/~!~y executed the s~e i~ his/~/t~r authorized capacity~), and ~hat by his/~t~r signature/ on the instr~e~ the person~, or the e~tity upon behalf of which the person(,s~ acted, executed the instrument. WITNESS my hand and official sea!. Signature of Notary Public 15 960320 lac 00S0248 EXHIBIT A SCOPE OF SERVICES, PROJECT SCHEDULE AND RESOURCE SUHHARY Description of Services to be provided by I/Va//ace Robert~ & Todd(hereinafter referred to as. "Consultant") and Subcontractors _~and/’~ HurnberJones, Si/verman & Ll"~ht, /no, Of#ce of f~/ichael /V/anwarin~, Pac/’~fc Group and Barrie D. Coate, to complete the Downtown Urban Design improvements Project for the City of Pa/o A/to (hereinafter referred to as "City"). The scope of services will include the following four major tasks, which will proceed concurrently: Task I: Downtown Improvements Plaster Plan, Task 2: Construction Documents for design and installation of newsracks, Task 3: Rnancing Strateo-m/, Task 4: Downtown Urban Design Guide. The anticipated Project Schedule for completion of the work and the Resource Summary describing staffing and costs follow the Scope of Services. TASK h DOWNTOWN IMPROVEMENTS MASTER PLAN This task will consist of producing, with input from downtown property owners, merchants, shoppers and other interested groups, and members of the general public, a Master Plan and cost estimates for physical improvements to the public spaces in the Downtown commercial core area. Specifically, the project area includes the public rights-of-way within the rectangle formed by Lytton and Hamilton Avenues, from Alma Street to Middlefield Road, and also including side streets between Ly~on and Hamilton Avenues, public parking lots along Lytton and Hamilton Avenues, and Lytton Plaza located at the corner of University Avenue and High Street. Design schemes developed for the project area may ex~end beyond the area boundary where appropriate (see attached map). The following needed improvements identified in the Capital Improvements Plan will be addressed in the design process and included in the Master Plan: Develop a comprehensive and coordinated public sign program for directional signs including public parking and downtown entry signs. The design and location of the signs is to be developed in coordination with the Transportation Division and the C~ Attorney’s Office to ensure that they do not conflict with applicable regulations. Improve intersections identified in the Downtown Urban Design Guide-as activity nodes with improvements such as distinctive plantings, pavings and banners and other specia! features. Consider repairing or replacing existing crosswalk paving surfaces at these intersections. Clarify and improve transitions within the project area, and improve entries to public parking garages and parking lots. Design and/or select new street furniture including seating, bicycle parking, paved surfaces, lighting fixtures, tree grates, trash containers, recycling bins, information kiosks and newspaper racks. The City Attorney, together with an appointed working group, is currently developing an ordinance to regulate newsracks in the city. The consultant will work with the Steering Committee (members of the newsrack working group) to develop newsrack design standards which are consistent with the new newsrack regulations concerning such matters as location and number of newsracks, In coordination with the City Arborist, develop a downtown street tree maintenance plan, to address on-going care of existing trees, location and type of new trees to be planted along s~reets and in parking tots, design of tree grates, plant~ specifications, and protection of trees during con~ruc~ion. Provide for improvements to increase the aesthetics and use of Lytton Plaza, such as new lights, benches, art and trees. Clarify and improve transitions from surrounding residential areas into the downtown commercial area. Consider possible locations for public toilets. I.I Opportunities and Constraints Analysis This initial task has two primary objectives: 1. to reveal the expectations, ideas and visions for downtown that are held by its various constituents; and 2. to expose the opportunities and constraints of the area in relation to these ambitions. To accomplish these objectives, the Consultant team will follow a three-step procedure: a. Key interviews and data review: With the assistance of the City’s Project Manager, the Consultant will identify key City staff who can provide background information and insights into the history, current conditions and planned improvements of the downtown area. In the process of meeting with these key informants, the Consultant will assemble and review relevant existing data, including previous downtown studies, land use and ownership maps, zoning regulations, design guidelines, historic preservation controls, tree inventories, tra~c data, utilities plans, crime statistics, etc. From these data, the Consultant will prepare an area base map for the study and begin to build a picture of the downtown’s problems and opportunities, as seen through the eyes of the City departments responsible for its maintenance and improvement. b. Field observations: Armed with study area base maps and the facts and perceptions collected in the previous task, the Consultant team will conduct its own field surveys to verify and expand the existing information; observe how the public areas of downtown are used in both daytime and evening, by whom, and with what apparent preferences and frustrations; and identify functional and aesthetic problems of the area, as well as opportunities for their resolution. These surveys will be informal in nature and will not include technical survey of property metes and bounds, sub-surface utilities, or other engineering inventory. Their purpose is to involve all team members in developing a direct "hands-on" familiarity with the area, providing additional visual data specific to each team member’s area of expertise, enhancing the team’s understanding of the complex downtown milieu, and stimulating ideas for its improvement. c. Downtown Charrette: The Consultant will conduct a two-day charrette at a downtown location, to which local designers and developers with experience in the downtown will be especially invited to participate. The charrette will be advertised as a public meeting, and open to the general public. The purpose of the charrette is twofold: to solicit input regarding issues, concerns, constraints and other considerations from members of the community with interest and experience in the downtown, and to acquaint the consultant with the special expertise and experience of local designers who have worked on projects in the downtown. The Consukan~ will prepare for, conduct and facilitate the meeting, with assistance from City staff in arranging a meeting place and publicizing the meeting. Products: Librar7 of existing data Base map(s) Annotated diagrams and sketches describing opportunities and constraints of the downtown area, based "upon the information collected in this phase of work. Diagrams and sketches will summarize issues and, where possible, illustrate potential solutions, or fragments of solutions, suggested by charrette participants, City staff, and the Consultant team. Consultant will provide 20 copies of these graphics in reduced black and white form, as well as black and white camera ready originals for further reproduction and distribution by the City. Written statement of the common and conflicting interests, goals and design directions for downtown that were articulated in the various meetings in this phase of the work. Heetings: c /staff Steering Comm~ee (t) Two-day Downtown Charrette 1.2 Design Alternatives This is the most creative phase of the process, with the following central objectives: I. to explore the implications of various design alternatives, comparing their relative merits and implementation and maintenance requirements; and 2.to maintain broad-based, active participation in the design and evaluation process, building consensus and commitment to the preferred concept that is selected as the basis of the Master Plan. A four-step process is proposed to accomplish these important objectives: a. Prepare concept alternatives: Working from the summary products of opportunities and constraints analysis, the Consultant team will prepare a series of sketch concepts, combining and extending old and new ideas in a number of comprehensive or partial alternatives for the downtown area. The purpose of these alternatives is not to offer final solutions from which the C~ will pick a "winner", but to explore and develop design directions identified in the charret~e, to illuminate the decisions facing the community and to demonstrate the implications of different choices. The alternatives are in-progress design and decision-making tools, and as such, they will be prepared in whatever form is most effective for exploring the consequences of different ideas. For example, different signage approaches may be s~udied in perspective and elevation sketches; alternative paving choices, landscape and street furniture placement will be tested in plan; special gateway features might be explored in rough study models or photo- collages. Order-of-magnitude cost and maintenance requirements for each alternative will be evaluated. The project Steering Committee and City staffwill provide in-progress input and direction at an informal meeting scheduled during the preparation of the alternatives. b. Workshop #1: The Consultant will conduct a one-day or evening design workshop for the Steering Committee, the general public, interest groups and City staffto present the design alternatives. The purpose of this workshop is to present a range of solutions for all components of the preliminary design plan and to get feedback that can then be used to generate a design scheme for which there will be broad support, ideally, the outcome will be community-generated confirmation, revision and extension of ideas generated in the design charrette and explored by the Consultant team, resulting in a generally accepted direction for the concept plan. Among the items to be presented, discussed and refined will be schematic design alternatives for the newspaper racks. The Consu~nt will prepare for, conduct and facilitate the workshop, with assistance from Cit7 s~ff in arranging a meeting place and publicizing the workshop. c. Concept revisions and final alternatives: The Consultant team will revise the preliminary concepts according to the conclusions reached in Workshop # I, preparing a final set of altema~.ives to describe choices that are still open to debate, if an),. These will be presented and discussed in a meeting with the Steering Committee and City staff, and evalua~.ed qualitatively and in terms of relative construction cost and maintenance requirements. The preliminary proposals of the Street Tree Maintenance Plan will be presented at this time as well. In addition to presentation size graphics, the concept and an), alternatives will be summarized in reduced form suitable for distribution to Board and Commission members. d. City reviews and selection of a preferred concept: After review by the Steering Committee and City staff, the revised concepts and alternatives must now be reviewed b), the Boards and Commissions with jurisdiction over the work (Historic Review Board, Architectural Review Board, Public Art Commission, Utilities Advisory Commission, Planning Commission). Based on input from the reviewing bodies and the Steering Committee, staff and the Consultant will sele~ a preferred concept to be carried forward to further development, tt may also be advisable at this stage to present th~ conceptual design informall), to the City Council to receive preliminary feedback and to ensure that they are in a position to respond appropriately to inevitable questions and comments about the stud), from their con~kuents. At this point, the developed design of the newsracks will be presented for Cit/approval before proceeding into construction documentation. Products: One-of-a-kind presentation materials (plans, sections, perspective sketches, etc.) describing the concept alternatives. Brief summary document, including reduced graphics and comparative evaluation off.he concepts. The Consultant will provide 55 copies for distribution to the reviewing Boards and Commissions. Preliminary recommendations, Street Tree blaintenance Plan. Preferred design concept, reviewed by City Boards and Commissions. Meetings: Workshop #1 Steering Committee (2) Cit7 Staff (2_) Board and Commission presentations (I) City Council update (as negotiated in Task 1.5) 1.3 Preliminary Plan In this work element, the preferred design concept which emerged from the investigation of alternatives is developed into a comprehensive plan of improvements for the downtown area. The obje~ives of the task are: I. to develop the selected concept to schematic design level, including cost e~imates and a proposed phasing strateg,/for implementation; and 2.to receive feedback from the public and Cit7 officials prior to formalizing the scheme in a final Master Plan. These objectives are served by a three-step approach: a. Prepare preliminary plan: Working from the decisions reached in the previous phase of the work, the consultant team wit! develop the selected concept to schematic design level and apply it comprehensively throughout the downtown area. Con estimates for each element of the plan will be prepared, along with a phasing strategy that relates these cos~ to the funding strategy developed in Task 3: Financing Mechanisms. The preliminary plan will be prepared in sketch form, suitable for presentation to the public and City Review Boards and Commissions, and summarized in a Preliminary Plan document which wilt be distributed to City officials and selected public participants. The proje~ Steering Committee and City staff will provide improgress input and direction at an informal meeting scheduled during the preparation of the preliminary plan. This meedng will also offer an opportunity for the Consultant to update and consult with the Steering Committee and City staffon any issues arising in the construction documents for the newsracks, which wilt be nearing completion. b. Workshop #2: The Consultant will conduct a second one-day or evening public workshop for review of the preliminary plan and cost estimates. The purpose of this workshop is to solicit input on the proposed design and to identify any outstanding issues or problems that might require changes to the design, This workshop will notbe a forum for generating new ideas, but one where the more detailed implications of previously approved ideas are examined and refined, if necessary, AJthough major changes are not expected so be necessary, minor design modifications and adjustment of implementation priorities will be discussed and appropriate changes will be made to the sketch plans, in the workshop session itself, if possible. Final design documents for the newsracks may be available for public review, as well. The Consultant will prepare for, conduc~ and facilitate the workshop, with assistance from City .~,.aff in arranging a meeting place and publicizing the workshop. c. Ci~ reviews: Following the public workshop, refinement by the Consultant and review by the Steering Committee and City staff, the Preliminary Plan will be presented to City Boards and Commissions. The primary purpose of these presentations is to receive recommendations on the contents of the Preliminary Plan, prior to its formalization in final Master Plan documents. Products: Schematic design graphics addressing every aspect of the proposed improvements. The design will be presented in sketch form so that any design modifications can be efficiently incorporated, and wil! be prepared to a level of detail suitable to proceed directly into design development and construction documentation on the City’s authorization of Phase 11 of the project. Draft Street Tree Maintenance Plan. Preliminary Plan summary document describing the schematic-level proposed improvements, cost estimates, phasing priorities and maintenance requirements. The Consultant will provide 125 copies for distribution. o ldeetings: Workshop Steering Committee (I) City Staff Board and Commission presentations (I) A-5 1.4 Final Master Plan In this phase, the plan is finalized, proceeding from a Draft that is approved by City Council, ~.o the final Master Plan document. The objectives of the phase are: I.to secure City Council approval of the Master Plan; and ~" 2.to prepare the final Master Plan document. The phase involves a three-step process: a. Prepare draft Master Plan: Incorporating appropriate revisions that emerged from public and City review of the Preliminary Plan, the consub~ant team will prepare a Draft Master Plan for distribution to City officials and selected members of the public. This Draft will be complete in every respect, and is only a "draft" in the sense that C~/Council retains the opportunity to reject, approve or modify k. b. Final reviews: The Draft Master Plan will be distributed for final review and formal presentation to City Council. Since the consultants will be responsible for only two presentations during this important final revie)~z period, one of which will be to City Council, we expect the C~’s Project Manager will establish and administer a procedure for receiving written comments on the Draft for consideration in final changes. c. Final Master Plan: If Council directs modification of the Plan, the consultant team wilt make any necessary revisions in a final Master Plan. Should no revisions be required, the resources reserved for production of the final M~qer Plan may be applied to preparation of a different product as determined bythe City’s Project Manager, such as a special downtown poster or summary brochure ~.o serve as a marketing tool or public information piece. Products: 50 copies of the Draft Ma~er Plan. 125 copies of the Final Master Plan, or alternative advertising piece as noted in (c.) above. The final Master Plan will also be subm~ed in camera-ready and digital format suitable for volume reproduction by the City. Final Street Tree Maintenance P!~n. Meetings: Steering Committee C~ Staff(I) Board and Commission presentations City Council presentation (as negotiated) 1.5 Meeting Attendance The Consultants will attend meetin~ as identified above throughout the Master Plan development and review process. Ignacio Bunster-Ossa, the Consultant’s principal in charge of the project, will be present and a key participant in the Downtown Charrette, the two Workshops, three of the six identified Steering Committee meetings and two of the five identified meetings with city staff. However, any or all of the T]ve meetings with city staff may be conbined with the Steering Committee meetings at the discretion of the City’s Project Manager. Mr. Bunster will also participate in three presentations to Boards, Commissions and/or the Ci~’ Council, at key points determined by the City’s Project Mana%r during the course of the project. TASK 2 :CONSTRUCTION DOCUHENTS FOR NEWSPAPER RACKS 2.1 Schematic Design The initial design phase for the newspaper racks will consider alternatives for this obtrusive element of the downtown streetscape. Its primary obiective is to develop agreement on a conceptual scheme for the placement and appearance of the newsracks. This will be accomplished in a two-step process: a. Preliminary design concepts: Issues relating to the location and function of newspaper racks will be uncovered in the Existing Conditions Analysis of Task I, Steps a. through c, including status of the newsrack ordinance that is currently being prepared by the CiW Attorney’s office. Working closely with other team members, particularly the environmental artist, the Consultant will investigate alternatives for the Wpe of newsracks to be installed, including standard catalog items and custom design solutions. These will be prepared in sketch form, along with alternative placement options and comparative installation costs, as part of the conceptual design alternatives explored in the Design Alternatives phase of the Master Plan. b. Public review: Preliminary sketch concepts for the newsracks will be reviewed and revised in Workshop #1 during the Master Plan process. Products: Design alternatives for the newsr~cks Preferred newsrack design concept, developed through public workshop #1 and the Ckb/review process. 2.2 Design Development In this phase, the preferred concept for the newsracks is further developed, with the objective of receiving City approval for the design prior to preparing construction documents for their fabrication and installation. As above, the work follows a two-step process: a. Develop design of selected concept: Working from the comments and su~estions elicited in the previous phase, the Consultant will bring the preferred concept to a design development level of detail, including proposed locations and cost estimates for ins-~llation and maintenance. b. City review: The developed design will be reviewed by City Boards and Commissions as part of their review of the Preliminary Plan (Task I .3.c.), and formal approval of the design will be required to proceed with installation documents. Products: Design development drawings of the newsracks. 2.3 Construction Documents a. Prepare construction package: WRT will prepare plans, details and technical specifications governing fabrication and installation of the newsracks, to a level necessary to let a constr~’ction contract. The Consultant will work with Public Works and Purchasing Departments to assemble the General Conditions portion of the construction documents. b. City review: The bid package will be reviewed by relevant City agencies such as the Public Works Department, Utilities Department and Utilities Advisory Commission, as necessary, b’lore general public and Board review of these technical documents is not anticipated, c, Bidding Assistance: The Consultant will assist the Public Works and Purchasing Departments in preparation of the notice inviting formal bids, in answering pre-bid questions and in issuing clarifications and addenda. Product: Construction drawings, technical specifications and an engineer’s estimate for fabrication ~.nd installation of the newsracks, in reproducible form for reproduction and distribution by the City. TASK3 :FINANCING HECHANISHS 3.1 Funding Alternatives In this initial phase, alternative approaches to financing the downtown improvements will be investigated, with the following primary objectives: I.to estimate the level of private funding that will have to be generated; and 2.to test the acceptability of different options to the City, property owners and merchants. These objectives will be met in a two-step process: a. Establish funding needs and research successful precedents: The Pacific Group will investigate the City’s public funding capacity, and working from preliminary cost estimates established in the Master Plan process, establish the potential funding gap that must be supported by private contribution. The experience of existing City programs such as the University Avenue Parking Assessment District will be reviewed. The consultant will then research examples of public-private financing mechanisms that have successfully supported funding gaps of equivalent magnitude in similar sized cities elsewhere. b. Obtain input on options from property owners, merchants and City officials: Using the estimate of the magnitude of the problem and successful financing precedents as background information, the consultant will meet with City staff and other critical participants identified by *.he City’s Project Manager, for example, the project Steering Committee and selected representatives of down~own proper~y owners and merchants. These discussions will provide the consultant with an understanding of the business community’s level of tolerance for special assessments or other revenue generating techniques, and will uncover additional approaches and areas of conflict and/or agreement. Products: The investigations of*.his phase will be summarized as the initial chapters of the final report on financing strategies. 3.2 Financing Options Report The objective of this work element is tO prepare a final report on the financing options available for implementing downtown improvements, including a measure of their political feasibility. A three-step process will be followed: a. Prepare draft financing report: Based on input received from the participants in the previous work element, the consultant will prepare a dra~ repor~ that includes a summary of the funding issues, available financing mechanisms, and evaluation of the financial feasibility of the various funding options examined in the previous work element. b. City and business community review: The draft report will be reviewed by key City officials, including the project Steering Committee, City Attorney and other City departments, and leaders of the business community. This review is scheduled to coincide with City review of the Preliminary Master Plan so that implementation demands can be simultaneously considered in relation to the design character of proposed improvements. The Pacific Group does not anticipate attending the numerous meetings involved in this review process and comments on the draft report should be collected in writing by the City’s Project Manager. c. Final financing report: The consultant will incorporate input from the reviews and results of possible modifications to the Master Plan in a final report on financing options and their applicability to downtown improvements in Palo Alto. This report will be produced as an Addendum, or companion document to the final Master Plan. Products: Draft report, provided in 20 copies, and final report provided in 50 copies, along with camera-ready original and digital version. TASK4 :DOWNTOWN URBAN DESIGN GUIDE The Urban Design Guide is a statement of City policy on the design character of downtown, intended for use by property owners and tenants, developers and designers, and City staff and Review Boards, as a resource and reference in making development decisions. To emphasize that the current work is a continuation of the urban design process initiated in I c287, and that the proposed public improvements are only the first step in a much more comprehensive program of downtown development adopted by City Council in 1994, the Consukant will prepare an improved edition of the Downtown Urban Design Guide concurrent with Task t. Completion of the Guide at the same time as schematic designs for public area improvements will help to anchor the detailed design decisions in a broader, long-range vision for the future of downtown. 4.1 Startup and Collection of Material Completion of the Urban Design Guide begins by collecting all available existing text and graphics, and determining the City’s needs and priorities relative to the content and design of the document. a. Review of document needs: The Consultant will meet with City staffto review the document and discuss any format and graphic requirements, printing assumptions, user needs, gaps in content, anticipated areas of revision and updates, and other issues relevant to completion of the document. b. Collection of material: The Consultant will collect from the City all available graphics, text files, negatives, prints, original drawings, etc. that remain from the planning effort that included preparation of the Draft Guide. 4.2 Document Design To be effective, the Urban Design Guide must have understandable and persuasive guidelines, clear organization, accessible information, and a graphically attractive and readable format. The existing document provides an excellent starting point. The majority of work in this task is expected to be graphic design and illustration--reformatting the content of the existing Guide to make its policies more evident, clarifying the plans and sketches with color and graphic enhancements, and supplementing the text with additional photography and explanatory diagrams. a. Document reorganization: The Consultant will prepare a revised outline for the document, reorganizing sections and presentation of information where necessary for clari~ and ease of use. The outline will be submitted to C~ staff for review and approval. b. Storyboard: The Consultant will prepare a storyboard, or mock-up, of the document indicating where tex~ will be accompanied by graphics such as photos, diagrams, illustrations, etc. The storyboard will indicate which existing graphics will be used and which will need to be revised or created new. c. Graphic design: The graphic design subconsultant will develop a recommended alternative for design and layout of the document, illustrated by design of one or more typical pages. The forma~, will be suitable for produ~ion through desktop publishing. The recommendation will be presented to City staff for refinement and approval. Products: Approved revised outline Storyboard showing graphics needed to accompany text Approved typical page design 4.3 Document Text and Graphics In this task the Consultant will revise, update and enhance the graphic and written content of the document. a. Draft text revisions: The Consultant will work with City staffto revise the Urban Design Guide text, relying on City staffto provide information on changes in existing conditions, plans and policies which have occurred since preparation of the draft guide. b. Revised, enhanced and new graphics: The Consultant will update and enhance existing graphics through color or patlern. New photographs, diagrams or illustrations will be created to fill in holes where graphics are needed to clarify the text. tf appropriate, new diagrams may be computer-generated. A-IO c. City review: The revised text and revised graphics will be submitted to the City for review and approval prior to layout ~nd formatting of the document, Products: Approved final text Approved final graphics 4.4 Draft Final Urban Design Guide a. Document layout: The Consultant wil! format the final text and graphics according to the approved document graphic design. The graphics subconsultant will design a cover for the document. b. City review: The City will review the draft document and make any necessary revisions and adjustments to the document. Only minor revisions are anticipated at this point. Products: Draft Final Urban Design Guide document, printed in black and white and color as necessary for review. 4.5 Final Urban Design Guide a, Preparation of camera-ready document The Consultant will make any final revisions and prepare final camera-ready art for printing. Products: 50 color copies of the Final Urban Design Guide, and a reproducible master copy of the document suitable for reproduction in either black and white or color. The consultant will explore the altema~.ive possibility of quantity reproduction of the document in color directly from diskette, which would eliminate the expense of preparing a camera-ready pasteup and reproducing a limited run of 50 color copies. Savings would then be transferred to the City to fund a larger, more cost-effective printing run from the digital master. Palo AJto Downtovm Urban Design Impro~ments Project PROJECT SCHEDULE Palo AJto Downtown Urban Design Improvemens Project SUBCONSULTANT LIST Graphics and Signage: Michael Manwaring The Office of Michael Manwaring II1 Crescent Road San Anselmo, CA 94960 (41 S) 458-8100 Ughting Design and Electrical Engineering: Carol Light Silverman & Light, Inc. 1201 Park Avenue, Suite 100 Emeryville, CA 94608 (5 !0) 655-1200 Civil Engineering: Jerry jones Michael Wagner Sandis Humber Jones 605 Castro Street Mountain View, CA 94041-201 I (41 S) 969-6900 Arborist~ Barrie Coate Barrie D. Coa.:e 23535 Summit Road Los Ga~os, CA 95030 (408) 353-1052 Economics: Thomas A. Feeney Pacific Group 2116 Easton Drive Burlingame, CA 94010 (415) 344-1288 Palo Alto Downtown Urban Design Improvements Project CONSULTANT RATE SCHEDULE Staff Title/Role Professional Ignacio F. Bunster-Ossa, Paruner Projea Direaor Diane Ochi, Associate Ruth .Durack, Associate Karen Kiest Projea Coordinator Urban Designer Landscape Architea Hourly Rate $!40.00 $85.00 $105.00 $6~.00 Support Tom Lee Diane Hiland Landscape & Graphic Design Word Processor $55.00 $47.00 EXEIBIT "C" ADDITIONAL SERVICES CONSULTANT shall perform the following Additional Services if so requested in writing by City’s Project Manager: Attend additional meetings participation of the public process; to accommodate in the planning~ o Provide additional services needed to accomplish the satisfactory completion of the Street Tree Maintenance Plan; Duplication of additional copies of Deliverab!es for distribution to the public; 4. Reproduction of newsrack construction documents. 960320 lac 0080251 ~EXHIBIT "D" A ..,IDI:ID CERTIFICATE OF INSURANCE , ....DATE,MM,DD ............... ’~.:.~. ...............-:i’~i wi~ ................:~: . ......:: ......-~.i ~i~: .... ................" .....~ ~ "3/25/96 PRODUCER BUSINESS INSURANCE CORP.THIS CERTIFICATE IS ISSUED AS A MATTER O~ INFORMATION INSURED 1242 WEST CHESTER PIKE WEST CHESTER, PA 19382 WALLACE ROBERTS & TODD 260 SOUTH BROAD STREET 8 TH FLOOR PHILADELPHIA PA 19102 ONLY AND CONFERS NO RIGHTSUPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOESNOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDEDBY THE POLICIESBELOW. COMPANIES AFFORDING COVERAGE COMPANY A COMPANY B COMPANY THE TRAVELERS COMPANIES STATE COMPENSATION INSURANCE FUND CNA INSURANCE COMPANIES COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCY NUMBER POUCY EFFECTIVE POLICY EXPIRATION DATE (MM/DDPP{) ! DATE (MMIDDPfY) UJ660189K6359-95 5/16/95 5/16/96 UJ81089K6151TIL-95 10/30/95 5/16/96 UJCUPI89K6360-95 5/16/95 5/16/96 1346601-95 7/21/95 7/21/96 AAE4313082 7/18/95 7/18/96 CO I TYPE OF INSURANCE-TR ~ i GENERAL LIABlUTY X ! COMMERCIAL GENERAL UABIUTY ! CLA,MS MADE ~ OCCUR {L-~’:’ OWNER’S S CONTRACTOR’S PROT A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS ~ SCHEDULED AUTOS X HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY A i Ex____CESS UAmUTY i X UMBRELLA FORM i OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ UABILITY THE PROPRIETO~I PARTNERS/~ECUT1VE INCL i OFFICERS ARE:EXCL ~ i OTHER iPROFESSIONAL LIABILITY UMITS GENERAL AGGREGATE PRODUCTS - COMP/OP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FiRE DAMAGE (Any one fire) ’: MED EXP (Any one person) { COMBINED SINGLE UMIT :,BODILY INJURY(Per person) ’, BODILY INJURY(Per eccipent) i PROPERTY DAMAGE ~ AUTO ONLY- EA ACCIDENT oTHER T.AN AUTO ONLY: ,EACH ACC,DENT i AGGREGATE : EACH OCCURRENCE ; AGGREGATE i X !STATUTORYUMITS I EACH ACCIDENT I DIS-EASE- POLICY UMIT ’I DISEASE-EACH EMPLOYEE I LIMIT/AGGREGATE DED. EACH CLAIM 2,000,000 1,000,000 1,000,000 1,000,000 250,000 5,000 500,000 5,000,000 5,000,000 1,000,000 1,000,000 25~000 )ESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS CITY OF PALO ALTO CONTRACT ADMINISTRATION P.O. BOX 10250 PALO ALTO CA 94303 ~CORD 25’S (3/93) RE: DOWNTOWN URBAN DESIGN IMPROVEMENTS PROJECT ADDITIONAL INSURED AS PER FORM CG 20~’~ (11-85). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED~R.F, tP-.~ES,~NTATIVE ~ ./ /,t~ ¯ "/~" ~/’"®ALrORD CORPORATION 1993 heTravelers The Travelers Insurance Companies Harl, ford. CT 06115 COMMERCIAL GENERAL LIABILITY POLICY NUMBER:UJ660189K6359-95 THiS ENDORSEMENT CHANGES THE F’OLI~Y.PLEASE READ IT CAREFULLY. ~DDITIONAL IN~URED-DESIGNATED PERSON OR OR~ANIZAT!ON This endorse~ent modifies insurance provided under the folLowing: COMMERCIAL GENERAL LIABILITY COVERASE PART. SCHEDULE NAMEOF PERSON OR ORGANIZATION; CITY 0£ PALO ALTO P.O. B0[ 10250 PALO ALTO, CA 94303 RE: DOWNTOWN URBAN DESIGN IMPROVEMENTS PROJECT. (If no entry appears above, information re&uired to complete this endorsement ~i[~ be shown in the De¢laratioms as applicable to this endorsement.) WHO IS AN INSURED (~ection If) is amended to include as an i~sured the person or organization shown in the Schedule as an insured but only ~ith respect to liability arising, out of your operations or premises o~ned by or rented to you. CG 2~ 26 11 85 Copyright, Insurance Services Office, Inc., 1984 PRODUCER:OFFICE~ 0031 B6~/.) 0724 EXHIBIT CERTIFICATION of NONDISCRIMINATION SECTION 410 Downtown Urban Design Improvements Project Certification of .N0ndis~Fimination: As suppliers of goods or services to the City of Paid Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are in compliance with all ¯Federa!, Slate 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 minodty persons at all )oh levels. 2.0 To communicate this policy to all persons concerned, including all employees, outside recruiting services, especially those serving minodty communities, and to the minority 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. Firm:¯ Wallace Roberts & Todd ~AT~: 1/15/96 .., Title of Officer Signing:,,,,,,,~gnacio F. Bunster-Ossa, Pax~:ner-~-Charge of West Coast: Operations Sionature ~ ~ Please include any additional information available regarding equal opportunity employment programs now in effect within your company. Wallace l~oberts & Todd willingly and enthusiastically attempts to comply with Federal, Sr.ate, and ]1unicipaI Affirmative Action and Equal Opportunity codes. We hire minority and female consultants to compliment our staff on as many projects as possible. We believe our statistics and outreach programs reflect our good-faith effort to meet Affirmative Action and Equal Employ’merit Opportunity requirements. (Please attach additional pages if necessary) Please see attached for further information concerning WRT’s Affirmative Action policies. END OF SECTION CITY of PALO ALTO: Non-d~::~’iminat~on (6/94)SECTION 410-I ATTACHMENT ~: EXCERPT MINUTES ]0 POLICY AND SERVICES COMMI, MI Special Meeting November 14, 1995 I.Oral Communications ..................2 Palo Alto Tree Task Force Business Plan for the Proposed Nonprofit Tree Organization .............. Draft Scope of Work for Downtown Urban Design Improve- ments Project, Phase I: Feasibility and Schematic Design " o Revisions to the Rental Rate Structure at Cubberley and Need for a Long-Term Financial Plan for the Cubberley Community Center .................... o Contracts for the Eleven Extended Day Care Sites at Palo Alto Unified School District Elementary Schools .~ 6. Future Meeting Schedules and Agendas .......... Adjournment: The meeting adjourned at 8:50 p.m ....... 2 5 i0 14 16 17 Chairperson Fazzino called the meeting to order at 7:10 p.m. in the Council Conference Room, 250 Hamilton Avenue, Palo Alto, Califor- nia. PRESENT: Fazzino, Kniss, McCown, Wheeler ABSENT : None .~ Oral Communicat ion__s ¯ ~on~.No . 2_~1o Alto Tree Task Force Business Plan for the Proposed k_ Director" ~ Public Works Glenn Roberts said the current meeting was a follow-u~kto the meeting of August 8, 1995, when the Policy and Services (P&~) Committee had reviewed all of the Tree Task Force (TTF) recommeh~dations with the exception of the business plan for the proposed n6~profit tree organization, which had not been ready .at .the time. Th~kconsultant had finished the business plan, which had been presente~kto the Finance Committee on October 26: 1995, to the Utilities Advi~rY Commission (UAC) on November l, 1995, and supplemental informah~on had been provided to the Finance Committee on November 9, 1995 when financing options had been discussed for both the tree and Palo A~to Unified School District (PAUSD) schoo! fields programs. The su~lemental information which had also been provided to the Finance ~mmittee had been provided to. the P&S Committee as a handout fro~ the TTF with questions and answers regarding the proposed business plan. The UAC had voted unanimous- ly at its November I, 1995 me~ting to recommend participation of t~ Utility Fund in th~ amount shown in the staff report (CMR~ The Finance Committee had accepted the report but had taken no action except to request follow-up information which ~sen.t.ed t.o the. P&S ~mmittee. Pending the P&S Committee’s consideration, the nextk@tep would be to return to Council with all of the TTF items, incl~ing the nonprofit business ~!an~ _ten~ativ.e!y scheduled for Decembe~l, 1995. Arnold Soforenko, Tree Task Force, referredkto a supplemental memo dated N~ and said the right-hand column of Attach- ment A indicated the number of dollars to be ~aved by the City by having the tree group up and running. The ~otal of labor and material would be about $26,012, which was a direct savings to the Cit~or function of the grip; however, no [~av~ngs would be. accru.ed.by, the e.ducational asPec~t~ hours seen b_~we~n, th$ $on_tra.~ _and. the Ca~fo.rnia_ Conservation C~s (CCC) . e 560 ing, ed, species chosen according to type of landscaping, etc., all of whm ~ amounted to approximately one hour per tree for vacant site 11/14/95 P&S: 2 ~rperson Fazzino said the attractiveness of the plan had been its~istic and conservative nature, yet with a real dash of hope and oppo~ity to develop a group of volunteers to make the program a suc~. Wendy Denton and the TTF deserved credit, along with staff, for~p~ing it together. The plan was logical and could easily be env~Q~ed over the following years. There was also a very nice balance~een structure and nonstructure. He ~ed the emphasis on th~,~lationships with the City and was ~e tie in with the Pe]~ula Conservation Center, and tho~ucture for success~been created. Staff’s s~rt was very much ~ciated. The cost op a unique over the te of the City’s urban forest. The TTF had done wonderful work,ite the fact finding 136 volunteers would be dauntin@. MOTION PASSED: 4-0 o Draft Scope of Work for Downtown Urban Design Improvements Project, Phase I:. Feasibility and Schematic Design Chief Planning Official Nancy Lytle said attached to the staff report (CMR:482:95) was a draft Scope of Work for the Downtown Urban Design Capital Improvement Program (CIP) Project Phase I, which had been developed with the assistance of the Steering Committee, two members of whom were present, Jim Baer and Kathleen Haney. Council Member McCown asked about the timing of the Request for Proposals (RFP). Ms. Lytle said the schedule anticipated the contract would be approved by Council in late February 1996, with project completion within 9 to 12 months, and Council review of the final design in November 1996. The project also called for an acceleration of the fina! design of newsracks, which would come forward for implementa- tion in the summer of 1996. Council Member McCown suggested a public announcement with sufficient time for public input would be valuable. Vice Mayor Wheeler said the RFP was excellent and should attract some excellent responses. One of the criteria found on page 4 of Scope of Services attached to the staff report (CMR:482:95) was for improvements not to "become dated." She asked how improvements could be made in the design which would fit such a. criteria. Ms. Lytle said some styles of architecture were like some styles of clothing that were classic in nature and never went out of fashion. Senior Planner Virginia Warheit clarified nothing "trendy" would be used. The improvements would also be of a nature to stand up under very heavy use over a long period of time. Wonderfu! street furniture should look better as it aged, with elegance of line and 11/14/95 P&S: 5 natural enduring materials which only looked better rather than something which lost its essence. Vice Mayor Wheeler asked about the statement on page 7 of the draft Scope of Work attached to the staff report (CMR:482:95) "clarify and improve transitions within the project area." Ms. Warheit said the statement related to the bullet on page 8 of the draft Scope of Work, "Clarify and improve transitions from surrounding residential areas into the downtown commercial area." In the two meetings with the Steering Committee, a request had been made not to limit transitions into residential areas only, but there were transition problems within the areas themselves such as the routes to public parking garages and parking lots to assist in finding public areas, etc. Ms. Lytle said the transition from automobile to pedestrian and pedestrian to automobile was an issue, both of which required some consideration. Council Member Kniss had observed that, particularly on Sunday, in some ways the character of Downtown took on a very different feel and it was a touchy issue. Some corners were unconscionably dirty and unpleasant. Certain things had begun to occur which were troublesome. Ms. Warheit said the issue had been on the minds of staff in the writing of the draft Scope of Work, into which was written a review of all of the different phases of proposed changes by the designer, not only for design but that construction and maintenance costs be considered. The final master plan should not just delineate the particular fixtures, but the costs of ongoing maintenance. If a piece of furniture could not be kept clean at a reasonable cost, it would not be acceptable. Maintenance was essential. Council Member Kniss said a plan of when and by whom the improve- ments would be maintained should also be included as a critica! aspect. Ms. Lytle said the consultant should be asked how other cities approached such issues. Heavily used destination main streets were sparkling clean only through public cooperation. Retail shop owners should be able to hose off the fronts of the shops because retail owners knew when accidents occurred in front of a shop, which the government would not be able to care for as expeditious- ly. The City’s responsibility was to allow the shop owners to hose down the areas with necessary materials.Clearly many people complained about the level of maintenance. Council Member Kniss said some problems occurred because the public dropped food, etc., raising the issue of care and maintenance. Chairperson Fazzino thought the City already had a regular steam- cleaning program in place. 11/14/95 P&S: 6 Mr. Roberts said the City had made a concentrated effort over the past two years to increase activities in the Downtown area both in beautification and maintenance. A number of steps had been taken with banners, lighting, steam-cleaning program, etc., which had become institutionalized into the ongoing operating budget. Two years before, maintenance had been transferred into the operating budget from the CIP, so there were funds in the Public Works’ operating budget to maintain the improvements annually. The funds allowed for monthly cleaning during the summer months. There was also temporary employee help on weekends for litter pickup. Council Member Kniss asked whether the issue was something which should be more closely examined, expressing discomfort on Sunday afternoons when showing off the Downtown area because of its being less than tidy. Something should be done, possibly having staff visit the Downtown area on a Sunday afternoon. Mr. Roberts said City administration had recognized the need to address the issue of Downtown cleaning, which should be addressed in the context of the proposed plan, concurrent with the activity of Downtown merchants, the Chamber of Commerce, and property owners. ~ Judith Wasserman, 751 Southampton, Co-Chair of the Public Art Commission (PAC), thanked staff for inclusion of the PAC in the distribution of the draft Scope of Work. The last time Palo Alto had conducted a large-scale Downtown improvement, a marked difference had resulted. The visual and economic environment had changed in Palo Alto, turning it into a more vibrant community. The City should build on what had been accomplished in the past to increase the economic and cultural vitality of Downtown. The plan was an opportunity for the City to set an example for the private sector in the area of public art. The PAC had done much in the way of outreach, talking with private developers to include art in projects. The City could demonstrate a leadership role by including public art in the Downtown improvement project. The use of art should be emphasized in all improvements listed in the plan, which were great opportunities for including art. The draft RFP should be amended to include experience and expertise in public art in the criteria on page 20 as something the City sought from the consultant, i.e., at least one person closely conversant with public art. The suggestion was also made that a member of the PAC be on the Selection Advisory Committee (SAC), just as the PAC had been on the committee for selection of the Town Architect. Having a person with such expertise was not difficult to find. Council Member McCown clarified Ms. Wasserman had asked under the expertise definition qualifications to include qualifications regarding art in public places. Ms. Wasserman replied yes. Susan Wexler, 805 Tolman Drive, Stanford, Co-Chair of the Public Art Commission (PAC), had been gratified at the progress which had been made but was occasionally disappointed at seeing a document such as the staff report (CMR:482:95) which failed to include an 11/14/95 P&S: 7 up-to-date art approach in terms of having an art professional as a consultant. In every area mentioned in the plan, an artist could be used. The P&S Committee had also been provided with a 3-page document dated November 14, 1995, containing excerpts from the Art and Design Master Plan for Broward County, Florida, Design Broward, one of which stated, "roadways, byways, overpasses, underpasses, traffic engineering, waste facilities, electrical substations, public art, water mains...Public Art? Public art and pub!ic~ artists? Put public artists in a room with civil, structural, mechanical, or traffic engineers and what do you get? A viable project with creative problem solving and money saving solutions and something that looks better, as well." The PAC should be an integra! part of .the proposed urban design improvement plan with a presence on the SAC. The PAC’s slide presentation should be a resource to participants, the SAC, and workshops included in the plan. An assurance should also be given that qualified art professionals would be included on the consultant team so every- thing in the plan could be addressed. Council Member Kniss asked how cities had been able to incorporate very dramatic art into streetscape and skyscape such as in Boston where a large gas tank had been painted by Sister Carita~ Ms. Wexler said the Boston example had occurred prior to public art in many major cities but was something which could occur in various w@ys. On page 3 of her handout, Boston had been addressed with a pavement which had been considered the best public art project of the year. Design was not the only issue. When an artist was involved, there were many layers of meaning which could occur and remain interesting for a long time. There were many art consul- tants available. Jim Baer, 532 Channing, had been privileged to serve on the Steering Committee, complimenting’Ms. Lytle and Ms. Warheit. There would be an underlying tension which would exist throughout the process. Pride was expressed for the 20 percent growth in Downtown in retail revenues over the past five years, the result of approximately $150 million in private investment. His own company had spent $50 million in hard construction, $8 to $I0 million of which had been on public works items, e.g., parking garage at 250 University, Civic Center Plaza steps, alley systems, sidewalks, etc. Other than Utilities, Premier Property had spent more on public works than the City since 1987-88. There had been a time when owners and merchants had felt under represented in the urban design guide and Council had had to suffer through some~of the major complaints of owners about not having a voice early or regularly which caused the merchants to realize the importance of becoming involved. The merchants were not on the University Avenue corner one Sunday, but 50 Sundays per year where livelihood and advocation was the observation on an almost daily basis of the movement of people, spending patterns, and what Worked or not. The tension was the very healthy Downtown in the retail environment and stable Downtown in the office environment, and a unique consolida- tion of ownership where 5 to 7 owners controlled 65 percent of the assessed area, creating an interest which was not selfish alone, but knowledgeable and righteous in the knowledge and control of 11/14/95 P&S: 8 ownership. He and Chop Keenan knew what would or would not work in the area. There was a commitment to be fully involved in the process and a commitment to the program, to ensure it progressed properly. There was a differentiation in quality and duration of materials which had craftsmanship that was more durable but was more expensive. The features could be accomplished, with a longer vision, if there were a co-investment and a commitment that the health of Downtown would continue to increase. Staff had done an admirable job, but there would probably be times when abstract, heady urban issues would come head-to-head with some of the nuts and bolts views of merchants and owners. Council was urged to encourage staff to continue to understand that the process was a co-investment which would incorporate public art in many of its details. MOTION: Council Member McCown moved, seconded by Kniss, that the Policy and Services Committee approve the scope of work for use in hiring a consultant to conduct the Downtown Urban Design Improve- ments Project, Phase I: Feasibility and Schematic Design, with the addition that: i) the reference to expertise in the area of public art be included to Section 7 on page 20; and 2) a member of the Public Art Commission be included in the Selection~ Advisory Committee. Council Member McCown agreed with Vice Mayor Whee!er’s earlier comments that the Scope of Work had been very well prepared and with Mr. Baer’s comments that the City should welcome the vigorous participation on the part of people who cared about the Downtown area, including the PAC, property owners, business owners, and~ residents. The plan, which was moving toward specific, visible improvements, was wonderful to work on. So many of the difficult planning problems were so long-range, it was difficult to imagine. Council Member Kniss said Mr. Baer had summarized the situation in the Downtown area well, with his reminders that everyone would not agree with everything. The comment about two-thirds of the Downtown being controlled by a single-digit number of owners made a big difference in coordination, easier but sometimes more challenging. She queried whether there was a relatively stable number of office dwellers in Downtown. Mr. Baer said within the past 15 days there had been requests for about 200,000 square feet of pre-qualified office uses the City would like to see in the Downtown area. Council Member Kniss thought retail was less stable because the number moved more frequently. Vice Mayor Wheeler said as the City went through a rather painful process with the Comprehensive Plan, staff had indicated some willingness to change, which was positive to see. In the past, when some of the Downtown owners had asked the City to do something to make Downtown more attractive, the City’s response had been negative. There had been a change in that regard as well. Good product would undoubtedly be the result of the project. 11/14/95 P&S: 9 Chairperson Fazzino was pleased to support the motion and was very pleased with the draft Scope of Work, the purpose of the effort to put together a high quality design scheme which would not become dated. The City needed to concentrate on infrastructure, public art, newsracks, benches, etc., which would be long-lasting and enduring. Staff was asked about the attempt to guard against the one underlined statement on page 4 of the draft Scope of Services attached to the staff report (CMR:482:95), "The plan should build on existing conditions, proposing only those changes that are required to achieve the desired results." Ms. Warheit said the Scope of Work was meant for designers and the desire was for the designer to know the City was not seeking to eliminate everything which existed, but to use whatever already existed which was of value. Ms. Lytle said staff and the committee had resolved early in the process that the money ~hould not be used for a plan which the City could never afford to implement. The desire was to work within current curb lines, etc., not making major revisions to the basic framework of Downtown other than furniture, etc. Chairperson Fazzino clarified the aspects of the proposal might be dramatic in nature as long as not inconsistent with decisions made 20 to 40 years before which would require nigh impossible financial investment to bring about changes. Ms. Warheit said the underlying fiscal conservatism meant there was a certain amount of money, not an unending supply, which had to be spent on building on what already existed, rather than removing something which did not have to be removed. Mr. Baer said the way staff and the Steering Committee had resolved the issue was curb-to-curb~ meaning the shape of intersections would not be changed. The investment would be in the quality of materials inside the shape. MOTION PASSED: 4-0 4.~Revisions to the Rental Rate Structure at Cubberley and Nee4 ~tn~ a Lonq-Term Financial Plan for the Cubberley Community Cen~e~ ....... ~-~. Real Property Manag~_~ Bil! Feilman said the recommended revision to the rental rate strdt~t~4re at Cubberley was an issue dealing with fairness. When the or~-i~al lease and covenant not to develop began in January 1990, the"~<~y inherited leases which the Palo Alto Unified School District ~P4~SD) had negotiated at a rate higher than the nonprofit rate e~lished by Council. Staff proposed reducing rents for four tenan~a~at Cubberley in order to have all nonprofits pay the same Council~tablished nonprofit rate. The four nonprofit tenants to be affec~be~were Syntax Day Care, Zohar Dance Company, Hua Kuang Chinese Read~oom, and the Palo Alto Preparatory School. Included in the ~f report (CMR:457:95) was a forewarning of a larger issue.w_ith whl~q~staff was dealing with regarding a long-term financial plan be~e