Loading...
HomeMy WebLinkAbout2012-09-24 City Council Agenda PacketCITY OF PALO ALTO CITY COUNCIL Special Meeting Council Chambers September 24, 2012 5:30 PM Agenda posted according to PAMC Section 2.04.070. Supporting materials are available in the Council Chambers on the Thursday preceding the meeting. 1 September 24, 2012 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. Call to Order Closed Session Public Comments: Members of the public may speak to the Closed Session item(s); three minutes per speaker. 1. CONFERENCE WITH LEGAL COUNCIL Conference with Legal Counsel - Government Code Section 54956.9(b), (c) Potential Litigation: Construction of the Mitchell Park Library and Community Center City Manager Comments Oral Communications Members of the public may speak to any item not on the agenda; three minutes per speaker. Council reserves the right to limit the duration of Oral Communications period to 30 minutes. Minutes Approval June 25, 2012 July 2, 2012 July 9, 2012 Consent Calendar Items will be voted on in one motion unless removed from the calendar by two Council Members. 2. Approval of a Contract with Air & Lube Systems, Inc., in the Amount of $318,031.78 for Repair of In-Ground Vehicle Lifts at the Municipal Services Center, Capital Improvement Program Project VR-12001 2 September 24, 2012 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. 3. Authorization to Explore Formal "Partnership Cities" Relationship with the Yangpu District of China 4. Submittal of Mitchell Park Library and Community Center Bi-Monthly Construction Contract Report 5. Adoption of Resolution Amending 2012-2014 Memorandum of Agreement (MOA) with the Fire Chiefs’ Association (FCA) to Change the Title and Salary of One Position 6. Resolution of the Council of the City of Palo Alto Expressing Appreciation to Myrna McCaleb Upon her Retirement Agenda Changes, Additions and Deletions HEARINGS REQUIRED BY LAW: Applications and/or appellants may have up to ten minutes at the outset of the public discussion to make their remarks and put up to three minutes for concluding remarks after other members of the public have spoken. OTHER AGENDA ITEMS: Public comments or testimony on agenda items other than Oral Communications shall be limited to a maximum of three minutes per speaker. Action Items Include: Reports of Committees/Commissions, Ordinances and Resolutions, Public Hearings, Reports of Officials, Unfinished Business and Council Matters. 7. Colleagues Memo from Mayor Yeh and Vice Mayor Scharff Regarding Council Contingency Funds in the Amount of $25,000 for Neighborhood Grants (Item Continued from September 18, 2012) 8. Request for Council to Review Site Plan and Massing Concepts for 27 University Avenue, to Direct Staff to Execute Letter of Intent with TheatreWorks, and to Authorize Staff to Prepare Advisory Ballot Measure Language for Council Consideration 9. Approval of Professional Services: 1) Contract with Fukuji Planning and Design in Amount of $139,500 for Preliminary Design Concept Services; 2) Contract with Sandis Civil Engineers Surveyors Planners in the Amount of $16,500 for Traffic Engineering, Civil Engineering and Arborist Report Services; and 3) Contract with Fergus Garber Young Consultants in the Amount of $85,000 for Urban Design and Architectural Services 4) Contract with Metropolitan Planning Group in Amount of $45,000 for Project Management for Real Property at 27 University Avenue to be Funded By the Stanford Medical Center Intermodal Transit Funds with a Budget Amendment Ordinance totaling $286,000. 3 September 24, 2012 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. 10.Policy and Services Committee Recommendations for Annual Council Priority Setting Process (Staff Requests This Item be Continued to October 1, 2012) Council Member Questions, Comments and Announcements Members of the public may not speak to the item(s) Adjournment AMERICANS WITH DISABILITY ACT (ADA) Persons with disabilities who require auxiliary aids or services in using City facilities, services or programs or who would like information on the City’s compliance with the Americans with Disabilities Act (ADA) of 1990, may contact (650) 329-2550 (Voice) 24 hours in advance. PUBLIC COMMENT Members of the Public are entitled to directly address the City Council/Committee concerning any item that is described in the notice of this meeting, before or during consideration of that item. If you wish to address the Council/Committee on any issue that is on this agenda, please complete a speaker request card located on the table at the entrance to the Council Chambers, and deliver it to the City Clerk prior to discussion of the item. You are not required to give your name on the speaker card in order to speak to the Council/Committee, but it is very helpful. 4 September 24, 2012 MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY CLERK’S OFFICE AT PALO ALTO CITY HALL, 250 HAMILTON AVE. DURING NORMAL BUSINESS HOURS. Additional Information Standing Committee Meetings RAIL COMMITTEE MEETING CANCELLATION September 27, 2012 Schedule of Meetings Schedule of Meetings Tentative Agenda Tentative Agenda Public Letters to Council Set 1 Set 2 City of Palo Alto (ID # 3068) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/24/2012 Summary Title: Contract for Bldg B Hoist Pit Repair Air & Lube Systems, Inc. Title: Approval of a Contract with Air & Lube Systems, Inc., in the Amount of $318,031.78 for Repair of In-Ground Vehicle Lifts at the Municipal Services Center, Capital Improvement Program Project VR-12001 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Authorize the City Manager or his designee to execute the attached contract with Air & Lube Systems, Inc. (Attachment A) in the amount of $318,031.78 to perform necessary repairs to the hydraulic/pneumatic equipment hoisting systems at the City's Municipal Service Center, to make minor concrete repairs, and to permanently waterproof up to seven concrete hoist pits from groundwater intrusion for the Capital Improvement Program project VR-12001 (Evaluation and Replacement of In-ground Vehicle Lifts at the Municipal Service Center); and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Air & Lube Systems, Inc. for related, additional services as specified in the contract, the total value of which shall not exceed $31,803. Executive Summary The attached contract with Air & Lube Systems, Inc. is to repair an existing hydraulic leak in one of the hydraulic equipment maintenance lifts, repair any potential mechanical and/or hydraulic/pneumatic problems that may be uncovered during the removal of the existing lifts from their pits (utilizing the included $25,000 repair allowance), install seven isolation valves, perform minor concrete repairs, and permanently waterproof up to seven concrete lifts pits from groundwater intrusion. Background Equipment Maintenance, a section of the Public Works Public Services Division, utilizes seven in-ground lifts for equipment maintenance purposes. When not in use, these lifts reside within in-ground pits to maximize the limited floor space available on the premises. These concrete pits were constructed many years ago and are showing signs of deterioration. Groundwater intrusion into these pits was first detected approximately a year ago, via the many joints, cracks, and openings that have developed within the concrete walls and floors of these pits. Water accumulation within these pits can be damaging to the hoisting equipment, and may create other hazards. Public Works staff has reviewed the options available to manage this problem. One option involves filling in the in-ground pits and installing new above-ground lifts. This option is not practical and was disregarded due to the limited floor space and the narrow existing width of vehicle bays. Furthermore, replacing all existing lifts with new above-ground lifts could cost upwards of $1,000,000. The most viable and economical option is to seal and waterproof the existing concrete pits, and perform minor necessary repairs to the existing lifts. Discussion The scope of work to be performed under this contract provides for minor repair of the pneumatic and hydraulic lifts, minor concrete repairs, installation of isolation valves, and waterproofing up to seven hoist pits located at the City’s Municipal Service Center. The goal of the project is two-fold. The primary goal is to eliminate water intrusion that is seeping into the lift pits and potentially damaging the mechanical equipment. The second goal is to remove, inspect and repair the lifts to extend their service life. The entire Municipal Services Center (MSC) will soon undergo an extensive study that may result in a relocation or complete rebuild of the facility. Due to this uncertainty regarding the fate of the MSC, staff selected this project as most prudent. It maintains the existing facility and functionality with the minimum cost. Staff expects to release an RFP for the MSC Feasibility Study by the end of December 2012. It will likely take multiple years before the next course of action for the MSC is known. Similarly staff is bringing on a consulting firm to look at the overall equipment maintenance operation to evaluate the most cost effective approach to performing City-wide equipment maintenance. One option would be to contract- out part or all of the operation. Even if Palo Alto were to contract out equipment maintenance it is likely that the contractor would utilize the current City equipment maintenance facility as is done in other cities that have outside equipment maintenance contract services. This project will be executed in two separate phases. Phase 1 involves the installation of seven isolation valves, repair of a known hydraulic leak in one of the hydraulic lifts, removal of three pneumatic lifts from their pits, performance of any necessary repairs to the lifts, cleaning of these lifts and their respective concrete pits, minor concrete repair work, waterproofing to permanently seal the pits from future water intrusion, and final reassembly of the pneumatic lifts back into their respective pits. Phase 2 will consist of similar work, but will be pursued only if water intrusion is evident into the remaining four hoist pits containing the four hydraulic lifts. If Phase 2 is not required, the contract total will be reduced by $164,000. The total base contract award amount also includes a $25,000 allowance for other mechanical repairs that may discovered during the dissassembly of the lifts. This allowance will be authorized through the standard additional services process for time and materials. Summary of Solicitation Process Proposals were solicited from several firms. Three firms visited the job site, but only one proposal for the Request for Proposal (RFP) was received. The proposal amount is $318,031.78. An evaluation committee consisting of staff from the Public Works Engineering and Public Services Divisions reviewed the proposal. The committee carefully reviewed the firm's qualifications and experience in response to the criteria identified in the RFP. Air & Lube Systems, Inc. was selected for its thorough understanding of the City’s requested services presented in the RFP. They have completed similar projects and communicated with City staff that they are well qualified to perform the work. The proposed cost from Air & Lube Systems appears reasonable considering the complex work involved. Resource Impact Funding for this contract is available in Vehicle Replacement FY 2012 Capital Improvement Program Project VR-12001. Policy Implications This project is in conformance with City of Palo Alto’s Comprehensive Plan and does not represent any changes to existing City policies. Environmental Review The proposed project is a minor alteration and repair to existing facilities and is categorically exempt under the California Environmental Quality Act (CEQA) section 15301 guidelines. Attachments: Description Number Proposed Length of Project: 70 days Total Days to Respond to Proposal: 14 days Number of Proposals Received: 1 Company Name Location (City, State) 1. Air & Lube Systems, Inc. Sacramento, CA Range of Proposal Amounts Submitted $318,031.78.  Contract S13146457_Air-Lube Sys_MSC Hoist Leak Repair (PDF) Prepared By: Matt Raschke, Senior Engineer Department Head: J. Michael Sartor, Director City Manager Approval: ____________________________________ James Keene, City Manager CITY OF PALO ALTO CONTRACT NO. S13146457 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the day of September, 2012, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation ("CITY"), and AIR & LUBE SYSTEMS, INC., a California corporation, located at 8530 Fruitridge Road, Suite I, Sacramento, CA 95826-4808, Telephone Number: 800-400-1934 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: I:8J "A" -Scope of Services I:8J "B" -Schedule of Performance I:8J "C" -Compensation I:8J "D" -Insurance Requirements I:8J "E" -Performance andlor Payment Bond o "F" -Liquidated Damages CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from 9101 /2012 to 12/31 /2012 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: r r The total maximum lump sum compensation of dollars ($ ); OR The sum of amount of dollars ($ dollars ($ ) per hour, not to exceed a total maximum compensation );OR A su m calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of two hundred ninety-three thousand thirty-two dollars ($293,032). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. r The City has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and Rev. July 11 ,201 1 IICc-terralshared\ASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY2013 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak RepaiLdoc CONTRACTOR's proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. r CONTRACTOR'S compensation rates for each additional term shall be the same as the original term; OR CONTRACTOR's compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco- Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR's compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR's compensation rates shall be reflected in a written amendment to this Agreement. 7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Roger Nguy, Dept.: Public Works, Telephone: (650) 496-6913. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections I through 6 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section I of this Agreement, entitled "SERVICES," and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR's representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR's business. 2 \\Cc-terralshared\ASD\PURCHISOLlCITA T10NSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY2013 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc Rev. July 11,20 11 F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR's performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR's performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR's request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. I. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR's work is completed in a satisfactory manner and complies with the provisions of this Agreement. J. CITY'S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR's records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best's Key rating of A-:VII or higher and which are otherwise acceptable to the City's Risk Manager. The City's Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City's Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY's Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY's Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of 3 Rev. July 11 ,2011 \\Cc-terra\shared\ASD\PURCH\SOLlCIT ATIONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Conlracts\FY20 13 Contracts\S 13146457 _Air-Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc insurance shall not operate to limit CONTRACTOR's liability or obligation to indemnify CITY under this Agreement. N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney's fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. The CONTRACTOR's obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of the CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (\ 0) days' prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor's failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of 4 Rev. July 11,2011 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY20 13 Contracts\S 13146457 _Air-Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc California. U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor shall comply with the following zero waste requirements: • All printed materials provided by Contractor to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education ~ materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City, for reuse or recycling. Contractor shall provide documentation from the facility accepting the pallets to verifY that pallets are not being disposed. X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Y. CONTRACT TERMS: All unchecked boxes do not apply to this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager or Designee Purchasing Manager or Designee Approved as to form: EXHIBIT A AIR & LUBE SYSTEMS, INC. <::. 0 By t'\A ~. U,~ __ Name Wl ("cteee , f)EW0 tC 'Y Title P ib Y::;S i K) c \"'-.J T Telephone: Q) 119 ~ 0S 7 -% \?')~ '0 5 Rev. July I I, 201 I IICc-terralshared\ASDlPURCHISOLlCITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS I 3146457 _Air-Lube Sys_MSC Hoist RepairlS 13 I 46457 _Air-Lube Sys_MSC Hoist Leak Repair.doc SCOPE OF WORK PROJECT TITLE: MSC Hoist Pits Water Leak Repair PROJECT MANAGERS: PROJECT TECHNICIAN: Matt Raschke John Moran Roger Nguy INTRODUCTION Ph : Ph : Ph: Cell : Fax: (650)496-5937 (650)496-6935 (650)496-6913 (650)833-8165 (650)852-9289 The City of Palo Alto is soliciting proposals to repair, seal, and waterproof all openings/joints/cracks in the concrete vehicle hoist pits located in the fleet maintenance shop (Building B) in the Municipal Service Center (MSC) at 3201 East Bayshore Road, Palo Alto, CA 94303. Water is currently entering these pits via cracks and joint openings in the walls and bottoms of the pits. The work performed shall include the development of a plan to stop the current water leaks and offer a permanent solution to prevent all future water leakage into these pits. Water accumulation within these hoist pits can be both damaging to the hoisting equipment, and present a hazardous working environment. The City's Fleet Services division utilizes seven vehicle hoists for maintenance purposes. Four of the hoists are hydraulically powered , and the remaining three are pneumatically powered. When not in use, components of these hydraulic/pneumatic hoists reside mostly within underground concrete pits. These pits have openings that are approximately 1 foot 5 inches wide by 10 feet 3 inches long, and approximately 8 feet in depth. Work performed within the pits would be classified as "permit-required confined space entry". The concrete walls and floors of these hoist pits have deteriorated over the years due to age and other environmental factors . As a result, water can be seen entering into these pits from cracks and openings that have developed within the concrete. Water penetrates these pits at various rates , some pits can be full of water within 24 hours after drainage, while others may take weeks. Water levels in the various pits have always remained approximately one foot below grade at its highest point and have never overflowed. It's unknown if water penetration is isolated to crack(s) developed within the concrete of just one pit, and then migrates to other adjacent pits through various channels , or if multiple cracks in mulpitle pits are contributing to the problem. The source of water penetration is likely groundwater. Various tests performed on the water within the pits have found no traceable elements normally present in the City's water distribution system. SCOPE OF WORK: 6 Rev. July 11,2011 \\Cc-terra\shared\ASDlPURCH\SOLICIT A T10NS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY20 13 Contracts\S 13146457 _Air- Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc Design a suitable solution to make the existing pits watertight and furnish all labor, materials, equipment, and transportation necessary to implement the design. Proposers shall verify all data supplied in this RFP. By responding to this RFP, the successful proposer certifies that he/she (or a company representative) has attended the mandatory Pre-proposal meeting, has verified and resolved any and all discrepancies between the data provided and the worksite, and thereby agrees to accept field conditions as is . The work plans developed shall minimize disruption to ongoing vehicle and equipment maintenance operations. The successful proposer's workspace shall be confined to areas immediately adjacent to the pits with active repair work, and barriers such as curtains shall be erected to clearly signify and shield this work zone to minimize hazard to pedestrian traffic and minimize disruption/distraction to City crew(s). The successful proposer's vehicles and equipment shall not block vehicular traffic or access to other stalls where no active repair work is being performed. The City will provide the necessary equipment and operators for initial drainage of the bulk of the water within each pit. Once the pits have been sufficiently drained, the successful proposer shall be responsible for supplying the necessary equipment, including, but not limited to pumps, hoses, and water storage containers, to keep the pit(s) sufficiently dry (if necessary) for the remaining duration of the work or until all leaks are sealed. The City will provide a disposal site for emptying full water storage containers at a nearby location. Fluid leak is apparent in one of the four hydraulic lifts. As part of Phase I, the successful proposer shall coordinate and repair the leak(s) at a time that is least disruptive to fleet operations prior to the pit sealing work. At the appropriate interval, the successful proposer shall provide the necessary equipment, labor, and appropriate materials to degrease/clean the lifting components and concrete pits. This step is expected to both prevent contaminants from getting into the newly applied sealant(s), and to expose the concrete pores for bonding agents. Due to deterioration of the concrete in some areas of the pits , some minor concrete repair work may be necessary prior to sealant application. The successful proposer shall provide all labor, equipment, and appropriate materials needed to complete the task. If it is necessary to remove the tanks, casings, hoses, and all other components of the pneumatic and hydraulic lift systems from within each pit in order to perform the repairs properly, the successful proposer shall provide all necessary tools, equipment, labor, and common parts (such as new hoses and seals) typically necessary to remove and reassemble the components. If the lifting components from within the pits need to be removed for proper repair, new isolation valves will need to be installed. As part of Phase I, the successful proposer shall provide all necessary equipment, parts, tools, and labor necessary to complete the installation of these seven new valves. The compressed air system is a critical component 7 Rev. July 11,2011 \\Cc-terra\shared\ASDlPURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\PW -JOHN M\Contracts\FY2013 Contracts\S 13146457 Air- Lube Sys_MSC Hoist Repair\S 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc - of fleet maintenance operations; therefore, if the system needs to be taken offline for valve installation, installation of valves at each pit shall be limited to an hour or less. During the removal and reinstallation process, if components of the vehicle hoisting systems are discovered to be in need of repair or replacement, the successful proposer shall provide all necessary labor, equipment, and materials/parts to complete the task. For the purpose of this task, a contract line item budget allowance shall be set at $25,000. As part of the proposal, the successful proposer shall indicate that they will itemize fees based on actual Time and Materials for the stated task. PLEASE NOTE: Fleet Services operating hours are Monday-Thursday 6:15am-3:45pm, and Friday 6:15am-2:45pm. Unless prior arrangement can be made with the City, the successful proposer shall adjust their work schedule accordingly and operate within the specified operating days and hours. All chemicals requiring respirators are strictly prohibited on the worksite during Fleet Services operating hours mentioned above . If the use of such chemicals is unavoidable and necessary to complete the tasks, prior arrangement shall be made with the City to allow for the application of such chemicals in the after hours. The repair proposal shall be written so that the work may be done in two phases. Phase I consists of all necessary work for sealing water leaks in the three concrete pits housing the pneumatic hoists, installation of seven isolation valves, and repairing the leak(s) in one of the hydraulic hoists . Phase II consists of repair work in the four remaining concrete pits housing the hydraulic hoists . Notice to Proceed for Phase II will only be issued if water continues to enter into the four hydraulic hoist pits after Phase I has been completed successfully. In addition to the contract line item budget allowance of $25,000 , Phase I and Phase II shall each be quoted on a lump sum per phase basis. The repaired hoist pit bottoms and walls shall be guaranteed to be free of water leakage (i.e. groundwater intrusion) for a mimimum of three years from date of project completion. All other repair work not directly related to groundwater instrusion into the concrete pits (such as the hydraulic leak repair), and materials (such as replacement parts and new valves) shall have a minimum one year warranty against defects in materials and workmanship. 8 Rev. Jul y 11 ,2011 \\Cc-terralshared\ASD\PURCHISOLICIT A TIONSICURRENT BUYER-CM rOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 Air- Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc - EXHIBITB SCHEDULE OF PERFORMANCE CHOOSE ONE OF THESE AL TERl'JA TIVES TO DESCRIBE SCHEDULE: CONTRACTOR shall perform the Services so as to complete each task within the time period specified below. The time to complete each task may be increased or decreased by mutual written agreement of the project managers for CONTRACTOR and CITY so long as all work is completed within the term of the Agreement. Upon request CONTRACTOR shall provide a detailed schedule of work consistent with the schedule below. Task (Describe task) 1. Phase 1 -Pneumatic Hoist Pit Repair 2. Phase 2 -Hydraulic Hoist Pit Repair 9 Complete Days From NTP 30 70 Rev. July 11,2011 \\Cc-terralshared\ASDlPURCH\SOLICITA TIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 Air- Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repairdoc - EXHIBIT C COMPENSATION Compensation based upon task: CONTRACTOR shall perform the tasks as described and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for the Services including reimbursable expenses, does not exceed $360,000.00 . Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. • PHASE 1 • Provide and install PHASE 1 Hoist pit water leak repair per plans and specifications with the following clarifications. • Clarifications: Permitting not included. • Isolation valves for all 7 lifts are included in Phase 1 • Hyd. Hoist seal leak from Phase 2 group is included in Phase 1 • Air and Lube Systems will comply with all Bonding, Insurance and Prevailing wage requirements. • TOTAL PRICE: $129,046.53 INCLUDES: • RATE I HR:$110 • HOURS REQUIRED: 976 • MATERIALS: $ 13,218.25 • BONDING: $ 3,777.78 • RENTAL EQUIPMENT: $ 3,600 • TAX: $ 1,090.51 • PHASE 2 • Provide & install PHASE 2 Hoist pit water leak repair per plans and specifications with the following clarifications. • Clarifications: Permitting not included. • Air and Lube Systems will comply with all Bonding, Insurance and Prevailing wage requirements • TOTAL PRICE: $ 163,985.25 INCLUDES: • RATE / HR: $110 • HOURS REQUIRED: 1,264 • MATERIALS: $ 15,997.67 • BONDING: $ 4,027.78 • RENTAL EQUIPMENT: $ 3,600 • TAX: $ 1,319.81 COMBINED TOTALS FOR PHASE 1 AND PHASE 2: • TOTAL PRICE FOR PHASE 1 AND PHASE 2 COMBINED. $ 293,031.78 • LIFT REPAIR ALLOWANCE: $ 25,000 (not included in totals). 8 Rev. July 11,2011 \\Cc-terralsharedIASDlPURCHISOLICITA TIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc EXHIBITD INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. A WARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW' MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES NO YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODIL Y INJURY & PROPERTY $1,000,000 $1 ,000,000 LIABILITY DAMAGE COMBINED. BODIL Y INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, -EACH OCCURRENCE $1 ,000,000 $1,000,000 INCLUDING ALL OWNE D, HIRED, PROPERTY DAMAGE $1 ,000,000 $1,000,000 NON-OWNED BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE Il'ISURANCE AFFORDED TO "ADDITIONAL INSUREDS" 12 Rev. July 11 ,201 1 \\Cc-terralsharedIASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED [NSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDlTIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRJED BY OR FOR THE BENEFIT OF THE ADDlTIONAL INSUREDS. B. CROSS LlAB[LlTY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE [NSURED AGA[NST ANOTHER, BUT THlS ENDORSEMENT, AND THE NAMING OF MULTIPLE [NSUREDS, SHALL NOT INCREASE THE TOTAL LlAB[LITY OF THE COMPANY UNDER T[-{[S POLICY. C. NOTICE OF CANCELLATION I. [F THE POLICY [S CANCELED BEFORE ITS EXPIRAT[ON DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE [SSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. [F THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREM[UM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (I 0) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLA TION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 13 Rev. July 11 ,2011 IICc-terralsharedIASDlPURCHISOLICITA TJONSICURRENT BUYER-CM FOLDERSIPW -JOHN MIContractslFY20 13 ContractslS 13146457 _Air-Lube Sys_MSC Hoist RepairlS 13146457 _Air-Lube Sys_MSC Hoist Leak Repair.doc City of Palo Alto (ID # 3165) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/24/2012 Summary Title: Exploration of Formal Relationship with Yangpu Title: Authorization to Explore Formal "Partnership Cities" Relationship with the Yangpu District of China From: City Manager Lead Department: City Manager Recommendation Staff recommends that Council authorize the Mayor to sign the attached “Intention Agreement” and direct staff to explore options for structuring a formal relationship with the Yangpu District of Shanghai, China. Background Palo Alto has long been known as a center of innovation-driven business and culture, and has attracted visitors from many other cities and regions internationally. Over the last several decades, working with Neighbors Abroad, the City has established many formal “Sister Cities” relationships. Primarily, these relationships have focused on cultural and educational exchanges. Recently, we have begun building on the foundation of our cultural and educational ties with some of our Sister Cities to explore strategic relationships in the areas of sustainability and economic development as well. Beyond our Sister Cities, the City regularly hosts visiting delegations from many cities and regions from around the world, largely on an ad hoc basis. The City is routinely asked to explore possibilities for additional formal relationships, especially in terms of connections to Palo Alto companies, talent, and best practices. In assessing how Palo Alto’s should consider these offers to ensure mutual benefit to any such relationship and the establishment of the suitable policy framework for deciding to enter into a partnership, staff and various Council Members have engaged in dialogues with several key regions and cities. While we have had a series of very fruitful meetings with Heidelberg, Germany (we expect to be back to Council in the fall about Heidelberg), it seems clear that forming a relationship with a city in China at this time has the potential for mutual benefit for Palo Alto. Over the past several years, the Bay Area Council, a business-backed public policy advocacy organization of which Palo Alto is an affiliate, has been engaged in creating a formal region-to-region partnership with the Yangpu District of Shanghai, China. As such, they have a working knowledge of the region, especially as it relates to creating value for the San Francisco Bay Area’s cities and region. They also have staff based in the Bay Area and in Shanghai dedicated to promoting relationships of mutual interest. The Bay Area Council staff approached Palo Alto earlier this year to propose a partnership between Palo Alto and Yangpu. Staff is interested in connecting with the resources and expertise of the Bay Area Council to help ease our entry into this area. Discussion Staff recommends engaging with Yangpu District, through our existing mutual ties to the Bay Area Council, in a non-binding collaboration to learn about the Yangpu region and China more generally and to explore potential opportunities of mutual benefit. Earlier this year in July, representatives from the Bay Area Council and the California State Economic Development Commissioner introduced Yangpu District to the Palo Alto City Council. This presentation highlighted Yangpu District as a region with similarities to and potential benefits for Palo Alto, especially in terms of local higher education and business resources. Fudan University is one of the oldest universities in China and notable for its life sciences, natural sciences, engineering and technology, and arts and humanities. Additionally, VMWare, a major employer in Palo Alto is also a business leader in Yangpu. By partnering in our process with the Bay Area Council, staff intends to leverage their knowledge and resources, to establish a baseline of cross-cultural understanding, and explore a strategic partnership structure over for a period of no more than three years. During this time, the City staff will not explore formal relationships with other Chinese regions or cities. The product of our exploration is intended to provide the framework for identifying specific opportunities or initiatives to collaborate on that would then be brought back to Council for consideration and approval. By executing the attached “Intention Agreement” at a special event hosted by the Bay Area Council, the City will express its openness to cultural exchange, learning, and exploration of partnership opportunities between our respective entities. However, the City will not be bound by any contract or held to any specific outcomes. Timeline A signing ceremony for the attached “Intention Agreement” is scheduled with the City, Bay Area Council and Officials from the Yangpu District for Thursday, September 27th. Staff will work together with the Bay Area Council, and representatives of Yangpu to complete the exploration and make any recommended Council action within a period of no more than 3 years. Resource Impact Some routine staff time will be absorbed, but staff will rely largely on the efforts of the Bay Area Council, which is a key factor in making this reommendation. Attachments:  Attachment A: Yangpu Intention Agreement (DOC) Prepared By: Thomas Fehrenbach, Econ Dev Mgr Department Head: James Keene, City Manager City Manager Approval: ____________________________________ James Keene, City Manager INTENTION AGREEMENT BETWEEN CITY OF PALO ALTO, CA, USA AND YANGPU DISTRICT, SHANGHAI, CHINA In the spirit of friendship and the principle of equality and mutual benefit, through friendly negotiation, City of Palo Alto, CA, USA and Yangpu District, Shanghai, China, agree to execute this Intention Agreement to support the following principles and actions: 1. The Parties agree to explore mutual economic interactions to enhance the economic health and betterment of their respective communities and enterprises. 2. The Parties facilitate technological, scientific, environmental sustainability, educational and cultural exchanges between their communities. 3. The Parties strive to keep each other informed on important economic and civic issues. 4. The Parties will seek opportunities to promote public awareness of the agreement. 5. No Party has the power of authority to legally bind any other Party and nothing herein contained shall be construed as authorizing any Party to act as an agent or representative of any other Party. Nothing in this Intention Agreement shall be construed to create or constitute a legally binding obligation of the Parties. 6. The agreement shall have a term of three years through September 30, 2015 with an option for the Parties to consider renewal of the agreement at the end of the term. In Witness, Whereof, the Parties have duly executed this Intention Agreement on this 27th day of September, 2012. CITY OF PALO ALTO YANGPU DISTRICT City of Palo Alto (ID # 3125) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/24/2012 Summary Title: Mitchell Park Construction Contract Bi-Monthly Report Title: Submittal of Mitchell Park Library and Community Center Bi-Monthly Construction Contract Report From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1)Accept this update on the Mitchell Park Library and Community Center (MPL&CC) construction project; and 2)Direct staff to continue to submit bi-monthly reports to Council and to take related actions which Council may direct. Executive Summary The MPL&CC construction is approximately 75%complete (based on expenditures)and it is anticipated that the three-building complex will be open to the public in the spring of 2013. Two major milestones (completion of raised flooring and commencement of drywall) have been accomplished since the last Bi-monthly Report.Two other major milestones (start of ceiling and bringing heating on-line)are scheduled to occur in the immediate future and will be addressed in the next Bi-monthly Report. Costs have increased above the bid amount partially due to building complexities and partially due to the performance of the City’s contractors. To date, a total increase (Construction Contract Change Orders)of $2,580,289 has been approved by the City, or approximately 11% above the base construction contract amount.The bid amount was approximately 24% below the City Engineer’s estimate and Council has authorized a maximum increase of 20% above the bid amount in Change Orders.Thus,the project remains below budget, despite the unforeseen costs. Background At 56,000 square feet, MPL&CC is the City's largest construction project in four decades. Inside the state-of-the-art Library building,teens, children, and those just wanting a quiet space, will all have their own dedicated areas. The two-building Community Center complex will contain an expansive community room, kitchen, teen center, cafe,computer room and game room. The complex will be the City's model for an eco-friendly facility with extensive green roofs, solar water heating, night sky water cooling, photovoltaic panels, stormwater infiltration, and natural daylight utilization; all wired with a state-of-the-art data feedback and control system. On September 12, 2011,Council authorized an increase in change order authority and a ceiling for the MPL&CC construction contract from 10% to 20% to cover unanticipated construction costs. Council also directed staff to provide Council with a Monthly Report (subsequently modified to bi-monthly)on Change Orders with Flintco, the general contractor.Council also requested the City Attorney to provide additional confidential briefings regarding potential claims against other responsible parties.Additionally, Council also directed Staff to report on project milestones in the Bi-monthly Reports. Discussion Construction Progress On June 4, 2012, Council requested information on construction progress and set-backs since the last report,and milestones that staff expects will be reached by the next report. On June 15, 2012 a major milestone was achieved: “dry-in”of the 3-building complex. Dry-in means that the buildings are fully protected from the elements and that work can proceed on the interior that had to wait for this key accomplishment such as sheetrock installation which was awaiting dry-in. The second major milestone achieved was “start of raised flooring”. The raised flooring is a major feature of Building A (the Library)and is in the “critical path” for completion of other tasks. Piping and much of the building’s heating system rests on the concrete subfloor and is then covered by the raised floor two feet higher.The flooring subcontractor started this installation on June 25,2012.These two major milestones were reported in the last Bi-monthly Report. Since the last Bi-monthly Report, installation of the raised flooring has been essentially completed, with only small specialized areas remaining. In addition, installation of drywall (sheetrock) on the interior walls commenced in the Library on September 6, 2012 and in the Community Center on August 6, 2012. Despite these very important accomplishments, not all has gone smoothly. Many corrections to mechanical, electrical and plumbing work beneath the raised flooring, in the walls, and above the ceiling were not completed on time. Some floor panels will have to be temporarily removed to allow for corrections and re-inspections. While this is not uncommon, the number of corrections and re-inspections required is much larger than for a typical project. In addition, the drywall contractor cannot proceed efficiently, because a number of wall areas must be left open for corrective work. Another problem is that many corrections are still needed on the windows and sliding glass doors. Some of the windows have failed water testing multiple times and more corrections are needed. All of these problems were detected by the City’s Construction Manager (Turner) and the Contractor is being required to correct them. The City will attempt to recover these costs from the contractor, either by way of withholding or through separate action.Sub-standard work will not be accepted. However,these corrections cause delays in the work of the next subcontractor and some could cause a delay in a critical path item and further delay the project. City staff is proactively working with the General Contractor and City consultants to avoid delay while not compromising quality. Looking ahead to the next Bi-monthly Report, the key milestone will be to begin ceiling installation.This is a critical milestone because it means that all of the mechanical, electrical and plumbing equipment at the top of the 3-building complex will be installed, inspected, corrected, and re-inspected to ensure that it has passed its inspections.It will not be possible for the contractor to finish all of this work by September 25, 2012 in the Library as their schedule shows. Nor will it be possible for them to start up the heating system by October 16, 2012 so that wood finish work can commence by October 19, 2012 as their schedule shows. Staff will report on progress in the next Bi-monthly Report and will be looking for all possible ways to minimize further slippage. Approved Construction Contract Change Orders To date, 23 change orders have been approved for a total amount of $2,580,289. This amount constitutes approximately 11%of the base construction contract amount. Since the last Bi- monthly Report, there have been six additional Change Orders issued. Council has authorized change orders up to 20% of the base contract amount;leaving about 9% remaining. A breakdown of the change orders and the key components of each are contained in Table 1 listed below with a brief description of each. Please recognize that change orders can include reductions and credits as well as new costs. You will see this, for example, reflected in Change Order #5 in Table 1 below. The shaded change orders have been issued since the last Bi- monthly report. Table 1 Change Order Amount Change Order Summary 1 $41,725 Eight extra work items including the pruning of trees, clean- up of the old building, and removing conduit found during site clearing and grading. 2 $33,102 Four extra work items including the rerouting of a storm drain around tree roots and the addition of a new manhole that the drawings showed being present but wasn’t. 3 $215,501 10 extra work items including an adjustment needed due to tree root interference, an upgrade in wall insulation capability, and design coordination needed for steel installation. 4 $242,754 11 extra work items including the installation of dowels at additional locations, the installation of thicker glass railings to increase stability, increased gas transmission line coordination, and extra concrete water protection. 5 $4,436 24 extra work items including an extra light fixture cost, fire safety drawing coordination, and a variety of additional required supplies totaling $70,536 minus credit given for three of the 24 work items including spare fixtures no longer required and reimbursed City of Palo Alto dump fees totaling $66,100. 6 $25,123 Seven extra work items including additional gas main protection, curb strengthening, and deck support for the Building A green roof. 7 $74,304 19 extra work items including HVAC driven floor adjustments, electrical system adjustments, data cable rerouting, and a new load break cabinet totaling $109,965 minus credit given for two of the 19 work items including stones for the Arch provided by the artist and value engineering totaling $35,661. 8 $385,251 10 extra work items including additional fill, perforated metal panel ceiling work, various waterproofing, and conduit. 9 $195,706 18 extra work items including multiple curb installations, a basketball court slab, and an art sculpture foundation. 10 $78,514 13 extra work items including a Flintco field staff supplement, waterproofing, plumbing and electrical system alterations, and tree protection measures totaling $79,226 minus credit given for one of the 18 work items identified as plumbing fixture changes totaling $712. 11 $224,662 14 extra work items including beam strengthening, interior & exterior roof tank pipe supports, electric vehicle chargers, load break cabinet bollards, and additional steel. 12 $20,347 Seven extra work items including A/V work, electrical changes, and a roof access ladder. 13 $80,721 13 extra work items including metal stud framing, light fixtures, and miscellaneous electrical work. 14 $54,028 Five extra work items including a thickened roof edge, equipment curbs, a Building A ramp, signage support, and a book drop. 15 $176,586 12 extra work items including additional lighting, electrical work, soil for silva cells & planting areas, and HVAC work. 16 $53,256 Four extra work items including traffic signal modifications, construction recovery costs, and a tube steel base plate modification. 17 $278,710 Five extra work items including tube steel and supplemental exterior wall steel revisions. 18 $76,823 Seven extra work items including concrete floor sealer, wall short panels, leakage testing, pipe supports,and permit processing. 19 $36,526 Eight extra work items including building security, lighting, and electrical work. 20 $20,832 Seven extra work items including lighting and electrical work. 21 $122,071 Six extra work items including roof curbs, studs, and roof crickets. 22 $16,839 Six extra work items including duct, gutter, and ceiling work. 23 $122,472 Nine extra work items including occupancy changes, tube steel and the related work, and artwork preparation totaling $123,104 minus credit given for one of the nine work items for roof parapets, flashing, and crickets totaling $632. TOTAL $2,580,289 TOTAL CO’s 1-23 ***For further information about each of the change orders see the attached corresponding Contract Change Order Scopes of Work (Attachment A). Change order requests submitted by the contractor are typically bundled together and summarized in one single change order. On September 12, 2011,Council further directed staff to submit any change order request which exceeds $85,000 to Council for approval. Staff is interpreting this to mean an individual change order line item more than $85,000. (You may note over the course of a period of time a number of on-site decisions are made, in order to not slow the project down, which when complied later can add up to more than $85,000). (Bundled Change Order 11, for example, totals $224,662, but includes a series of change orders, none of which exceeds $85,000).Council has approved one Change Order to date (Change Order # 17)which contained line items exceeding & 85,000). Related Council Directives for the Bi-monthly Report Council further directed that staff report to Council on oversight activities. Therefore, attached is the most recent Library Bond Oversight Committee agenda (Attachment B)and Library Bond Oversight Committee minutes (Attachment C). On October 17, 2011, Council requested information on two other related topics and these are addressed below. 1)Expenditures for New Consultants The City Attorney’s Office has hired the following consultants to assist with the review of construction costs requested by Council. The table below shows the amount encumbered and the amount spent to date. Contract Amount Amount Expended ZFA Structural Engineers $25,000 $19,581 Legal Counsel (Jarvis Fay)$75,000 $58,362 Reidinger Consulting (Scheduling)$85,000 $72,327 Legal Counsel (Otis & Iriki)$235,000 $153,869 2)Outstanding Change Orders Proposed by the Construction Contractor (Flintco) In addition to knowing the amount of the Change Orders approved to date by the City (above), Council members asked the value of the outstanding change orders proposed by Flintco but not yet approved or rejected. This information is contained in Attachment D. The first graph on Attachment D shows both Potential Change Orders (PCOs) (which is an internal list compiled by the City’s construction manager of certain work items that could eventually result in extra work claims)and actual Change Order Requests (CORs),a subset of the PCOs, which have been submitted by Flintco to date. A large batch of CORs was temporarily retracted by Flintco with the stated intention of modifying them. The City has informed Flintco that its retraction may jeopardize the ability of the City to act on these CORs. Due to the failure of Flintco to meet its self-imposed deadlines for resubmittal of the CORs, the City has resumed issuance of Unilateral Change Orders in order to ensure a cash flow for the subcontractors so they will not leave the job. Recently, Flintco began submitting CORs again. Many of the newly submitted CORs appear to be duplicative of,or inconsistent with,previous CORs. City staff and Turner will take extreme steps to ensure that Flintco is not double paid. The latest Bi-monthly Report concerning all Library Projects (“Palo Alto Library Projects”) is included as Attachment E. Resource Impact There are no resource impacts associated with providing the Bi-monthly Reports to Council. The approved change orders are within the Capital Improvement Program Project (CIP)Budget PE-09006 for the MPL&CC project. Policy Implications There are no policy implications in providing the Bi-monthly Reports to Council. Environmental Review Providing monthly reports on this topic to Council does not constitute a project under the California Environmental Quality Act (CEQA). Attachments: ·A -MPL COs # 1-23 (PDF) ·B -LBOC Agenda_7-24-2012 (PDF) ·C -LBOC Minutes_4-24-2012 (PDF) ·D -MPL Financial Charts (PDF) ·E -PAL Monthly Report -July & August 2012(PDF) Prepared By:Richard Hackmann, Department Head:J. Michael Sartor, Director City Manager Approval: ____________________________________ James Keene, City Manager S:/pwd/eng/kb projects/cips/library/meetings/bond Agenda Library Bond Oversight Committee Quarterly Meeting July 24, 2012 7th floor conference room 4:00 p.m. – 5:30 p.m. Committee Members: James Schmidt (Chair), Sandra Hirsh (Vice-Chair), John Melton, Dena Mossar, Alice Smith Staff: (Public Works) Brad Eggleston, Phil Bobel, Debra Jacobs, (Library) Monique leConge; (Administrative Services) Joe Saccio, Tarun Narayan, (Auditor) Jim Pelletier, (Attorney) Melissa Tronquet Others: (Turner Construction Management) Greg Smith ROLL CALL ORAL COMMUNICATIONS APPROVAL OF MINUTES – April 24, 2012 AGENDA REVIEW & REVISIONS UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress (Greg Smith) a. Mitchell Park Library & Community Center b. Temporary Main Library 2. DISCUSSION – Design Progress (Phil Bobel) a. Main Library NEW BUSINESS 3. DISCUSSION – Update on reconciliation of Main Library costs (Phil Bobel) 4. DISCUSSION -- Draft Financial Report Summary from Administrative Services (Tarun Narayan) a. Expenditures to date – summary spreadsheet 5. ACTION – Approval of Quarterly Report to Finance Committee S:/pwd/eng/kb projects/cips/library/meetings/bond 6. Next Steps a. Next meeting: October 23, 2012 Minutes Library Bond Oversight Committee meeting Quarterly Meeting April 24, 2012 7th floor conference room 4:00 p.m. – 5:30 p.m. Committee Members: James Schmidt (Chair), Sandra Hirsh (Vice-Chair), John Melton, Dena Mossar, Alice Smith Staff: (Public Works) Phil Bobel, Karen Bengard, Debra Jacobs, (Library) Monique leConge; (Administrative Services) Joe Saccio, Tarun Narayan, (Auditor) Jim Pelletier, (Attorney) Melissa Tronquet Others: (Turner Construction Management) Greg Smith ROLL CALL - 4pm ORAL COMMUNICATIONS APPROVAL OF MINUTES – January 24, 2012 AGENDA REVIEW & REVISIONS UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress (Greg Smith) a. Mitchell Park Library & Community Center i. Photos provided. ii. Windows are a challenge to get them to pass water leak tests. Some progress made. iii. Plasterer has arrived. iv. Siding going on. b. Temporary Main Library i. Double pane windows will delay opening to Aug/Sep 2012. 2. DISCUSSION – Design Progress (Karen Bengard) a. Main Library i. Public mtg. on 4/19 participants were evenly split for and against connectivity. ii. Council will see this on May 14. Design isn’t finished because of connectivity options which will be a major topic of discussion. iii. Options to Council: 1)road 2)bike path 3)do nothing 4)non-vehicular path without modifying garden. NEW BUSINESS 3. DISCUSSION – Update on Flintco / Construction costs / Council action (Phil Bobel)  Opening? Update coming in a few weeks. More realistically early 2013.  Have requested removal of glass subcontractor. Could be expensive & time consuming to change subcontractor.  Phil provided handout that is typically included in monthly report to council on MP change orders and bond status. Outstanding PCO’s are $3M more than 20% contingency burn rate at this point. These data pertain to Mitchell Park Library & Community Center. Main Library costs have increased because of increases in scope.  Council wants us to let LBOC know that change orders grater than $85K (in any line item) must need to be approved by Council. These items will likely be in closed session first because of potential litigation.  Possibility that General Contractor could delay or slow work as a result of contentious issues.  Delay issues have been complicated by Flintco’s withdrawal of COR’s for potential resubmission.  Two construction attorneys are on board on this issue.  Interior work cannot start until building is enclosed (achieved dry-in)  Some on project team are focused on getting building built. 4. DISCUSSION -- Draft Financial Report Summary from Administrative Services (Tarun Narayan) a. Expenditures to date – summary spreadsheet  Costs at Cubberley use is revenue lost to City. No affect on bond.  Bond schedule is slipping as a result of the delay in finishing MPL & CC  Using City reserves to pay construction costs hasn’t been explored. Additionally, infrastructure reserve will be zero at the end of fiscal year.  If more bonds are sold than needed, moneys not needed can be used to pay down debt & reduce assessments as a result. Problematic to issue small bond sales since fixed costs are the same. (4:44 pm Dena Mossar left) 5. ACTION – Approval of Quarterly Report to Finance Committee Moved and seconded to approve financial report. 6. DISCUSSION– Mitchell Park Library & Community Center contingency issue (Phil Bobel)  No more info than provided on Item #3 7. Next Steps a. Next meeting: July 24, 2012 Adjourned at 4:46 pm. Meeting minutes - Debra Jacobs           $0 $1,000,000 $2,000,000 $3,000,000 $4,000,000 $5,000,000 $6,000,000 $7,000,000 $8,000,000 Co s t Percent Completion Mitchell Park Library Approved Change Orders (CO's) and Outstanding Potential Change Orders (PCO's) Approved CO's Outstanding PCO's Flintco COR's 10% Contingency 20% Contingency Revised 11/10/11 4.42 (DT) 5.21 (DT) 4 (DT) $41.41 (Mitchell) $49.04 (Mitchell) $50 (Mitchell) $21.68* (Main) $18 (Main) $18 (Main) 1.62 (Other) 3.75 (Other) 4 (Other) Cu r r e n t P r o j e c t i o n E n gi n e e r ' s E s t i m a t e Bo n d E l e c t i o n Es t i m a t e Dollars (Millions) Library Bond Fund Utilization Projections (August 2012) (Dollars in Millions) Mitchell Park Library Main Library Temporary Libraries & Bond Costs Series5 $69.13M $76M *The Main Library Projection was increased following Council approval on July 25, 2011 (Staff Report #1438) of approximately $1.7M of design amendments and future building improvements related to deferred maintenance, code upgrades and service enhancements. Palo Alto Library Projects Bi-Monthly Progress Report July – August 2012 Mitchell Park Library & Community Center Main Library Mitchell Park Main Entry Table of Contents Mitchell Park Library  Status Report  Management Summary  Action Items  Schedule Milestones Main Library  Status Report  Management Summary Library Closure Plan Financial Summary Mitchell Park Library & Community Center 3700 Middlefield Road, Palo Alto The new Mitchell Park Library and Community Center is a highly sustainable joint-use facility that will be a vibrant destination for civic, cultural, social, educational, and recreational activities. The new center, which will replace undersized and aged facilities, is made possible through Measure N and the strong partnership between the city and the community. During construction, temporary library and teen center facilities are available at the Cubberley Community Center. PROJECT CONSTRUCTION CONSTRUCTION BEGAN: September 2010 ANTICIPATED OPENING: Spring 2013 PROJECT TEAM OWNER: City of Palo Alto Public Works (650) 329-2295 ARCHITECT: Group 4 Architecture, Research + Planning Inc. South San Francisco, CA (650) 871-0709 GENERAL CONTRACTOR: Flintco Pacific, Inc. Roseville, CA (916) 757-1000 CONSTRUCTION MANAGER: Turner Construction Company San Jose, CA (408) 918-1600 FOR MORE INFORMATION www.cityofpaloalto.org/libraryprojects KEY ACCOMPLISHMENTS Exterior Wall Finishes Glass Installation Start of Drywall UPCOMING ACTIVITIES Stonework Exterior Painting and Trim Interior Ceilings Drywall Continues Library West Fascia Installation Library Roofing Started Window Trim Installation at Multi Purpose Solar Hot Water Panels Installed Clerestory Glass for Natural Lighting Community Center with Library Beyond Library Plaster Finished Library Window Sealant Installation Bldg A South Plaster Installation Library Window Water Testing Mitchell Park Library & Community Center Management Summary July - August 2012 Noteworthy Accomplishments Exterior Glass, Plaster and Metal Siding are complete Solar Hot Water Panels are installed Raised Flooring nears completion and drywall has started Current Project Challenges: Processing the high volume of change documentation and providing direction Settle tube steel and exterior wall framing changes (Ready for Council approval) Settle waterproofing and sheet metal changes (Estimate complete) Significant number of new COR to review Submittals impacting material delivery and inspection (In progress but nothing completed) Photovoltaic systems need separate permits Deferred submittals for glass railings, elevators and library shelving need to complete plan check Safety Public Safety is a priority outside the fence. No incidents reported to date School resumed smoothly without any safety issues from construction Quality Control City and Special Inspection Work: Work needs to be ready when inspection is requested Work should pass inspection the first time around Quality Control Observation Reports : 56 have been issued and 12 remain open Courtyard Concrete benches finishes need remedial work. Exposed exterior steel needs welds ground smooth and finished with a protective coating Firewall Construction modified assembly needs Building Department approval Glazing contractor is having difficulty meeting quality control standards Sliding glass doors don’t meet specification Water testing 100% of windows due to high failure rate. Costs: Since the last report, the City issued 7 Change Orders dealing with over 50 Change Order Requests Flintco resumed Change Order Request submittals with an equivalent number of new requests. Schedule: No progress on completion date – August schedule still shows 9 months left. (May 2013) The Contractor needs adequate manpower to support the planed schedule. Next Key Milestones: Drywall finish Library 10/4 Teen Center 10/4 Community Center 10/3 Stonework finish Library 10/24 Teen Center 10/10 Community Center 9/19 Ceilings start Library 9/25 Teen Center 9/20 Community Center 9/25 Mitchell Park Library & Community Center Schedule Milestones July - August 2012 ACTIVITY ACTIVITY I.D.Bldg-A Bldg-B Bldg-C Pad Certification 10/27/10 10/27/10 10/27/10 Foundation Complete 12/28/11 1/16/11 1/7/11 Frame & Place Slab on Grade 2/11/11 5/6/11 5/3/11 Top out Structural Steel Frame 5/31/11 4/15/11 5/12/11 2nd Floor Poured 4/16/11 X X Roof Poured 5/31/11 6/24/11 6/21/11 Frame Ext Walls EXT 4000 9/2/11 9/26/11 9/2/11 Building Dried In EXT 5555 6/8/12 6/8/12 6/8/12 Frame Interior Walls INT 1130 5/24/11 6/1/11 7/1/11 Hang Drywall Start 1 INT A1085 B1080 C2330 9/6/12 8/8/12 8/6/12 Ceiling Start (MEP inspections pass) 2 INT A.B.1220, C1270 9/25/12 9/20/12 9/25/12 Drywall Finished INT A1080 B1080 C1090 10/4/12 10/4/12 10/3/12 Ceiling Tile Finished FIN 1120 11/27/12 11/8/12 11/12/12 Permanent Power 3 INT A2120, EQU B2010, C2020 9/27/12 9/27/12 9/27/12 Heat & Air Conditioning Online EQU A1100, BC1090 10/16/12 1/9/13 1/18/13 Casework Start Date 4 FIN A10049, BC1090 10/19/12 9/20/12 10/9/12 Elevator Complete AEQU1090 10/23/12 x x Owner/Arch Punchlist - Start PCO A5000 B2020 C3030 3/11/13 1/24/12 2/11/12 Parking Paving & Driveways Complete STE 1840 1/7/13 x x Substantial Completion 5 PCO A1555 B2555 C3555 2/26/13 2/28//13 3/8/13 Certificate of Occupancy PCO 5020/1555 4/12/13 4/12/13 4/12/13 Building Air out and Commissioning EQU 1070 4/17/13 4/2/13 4/26/13 Footnotes 1. Actual from Inspection log 2. Schedule dates passed - used inspector's estimate 3. Per Flintco at 9/5 weekly meeting 4. need walls finished and HVAC online 5. Temporary Certificate of Occupancy Completion DateFlintco Monthly Schedule update 8-15-12 Completed Main Library 1213 Newell Road, Palo Alto Exterior View PROJECT CONSTRUCTION CONSTRUCTION STARTS: Summer 2013 ANTICIPATED OPENING: Fall 2014 PROJECT TEAM OWNER: City of Palo Alto Public Works (650) 329-2295 ARCHITECT: Group 4 Architecture, Research + Planning Inc. South San Francisco, CA (650) 871-0709 CONSTRUCTION MANAGER: TBD FOR MORE INFORMATION www.cityofpaloalto.org/libraryprojects KEY ACCOMPLISHMENTS Budget Update complete based on current construction UPCOMING ACTIVITIES Plan Check Submittal is anticipated by the end of September The Palo Alto Main Library renovation and addition is in the final phase of design “Better Libraries for Palo Alto” projects, funded by the passage of Measure N by voters in 2008. The project incorporates upgrades to the historic building’s structural, electrical and mechanical systems while preserving the integrity of architect Edwards Durrell Stone’s iconic design. The new addition includes a program room and additional restrooms to extend the services of this heavily-used branch. The project targets LEED certification. Library Closure Plan July - August 2012 20 1 4 Main Library Opening to the Public in 2014 Downtown Library re-opened Mitchell Park Library and Community Center construction started, College Terrace Library re-opened Mitchell Park Library & Community Center Anticipated Public Public Opening in the Spring 2013 Main Library Closes for construction Mid 2013 20 1 0 20 1 1 20 1 2 20 1 3 printed 9/11/2012 MEASURE N ENGINEER'S ESTIMATE PROJECTED RESERVES 09010 Cubberley Temporary Library 645,000 619,687 25,313 09005 Downtown Library 4,000,000 5,212,000 4,418,111 793,889 09006 Mitchell Park Library & C.C.50,000,000 49,043,000 41,411,673 7,631,327 11000 Main Library 18,000,000 20,100,000 21,682,800 -1,582,800 11010 Art Center Temporary Library 500,000 500,000 0 Bonding and Financing Costs 4,000,000 500,000 500,000 0 BONDED AMOUNT 76,000,000 76,000,000 69,132,271 6,867,729 data 8/28/12 - - - July - August 2012 Update PALO ALTO LIBRARIES BOND MEASURE N PROJECTS FINANCIAL SUMMARY BUDGET COSTS The combined projects currently have projected cost reserves of $6,867,729. Notes on Projected Cost: Temporary Library at Cubberley finished below estimate. Balance is held for move out costs. Downtown Library is now finished. Final Cost will update when all contracts are closed out. Mitchell Park Library and Community Center bids were significantly below estimate. Pending Design and C.M. Contract amendments are not included and will affect Reserves. Bond costs were reforecast and the financing budget was reduced to $500,000. Main Library is still the June 2012 estimate Turner's updated estimate is under review by Public Works Engineering. Council increased Project Scope. Projected Cost includes current estimated cost increases. Projected Costs are based on contracts awarded to date with their full contingency authorization. Projected Costs for contracts not yet awarded are based on the current estimate. Reserves will adjust as future contract awards are made. City of Palo Alto (ID # 3147) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/24/2012 Summary Title: Resolution Amending IAFF Fire Chiefs’ Association MOA to implement EMS Coordinator reclassification Title: Adoption of Resolution Amending 2012-2014 Memorandum of Agreement (MOA) with the Fire Chiefs’ Association (FCA) to Change the Title and Salary of One Position From: City Manager Lead Department: Human Resources Recommendation Staff recommends that Council approve the attached resolution amending the 2012-2014 Memorandum of Agreement (MOA) with the Fire Chiefs’ Association (FCA) to retitle the Emergency Medical Services (EMS) Coordinator classification to EMS Director and to increase the control point of the Emergency Medical Services Director. Discussion During the collective bargaining process with FCA in FY 2012, the Association and City discussed the classification and salary for the Emergency Medical Services Coordinator classification (Job Code 689). At that time the Emergency Medical Services Utilization consultant study was in process. The Human Resources (HR) Department conducted a job analysis of the EMS Coordinator position and provided a copy of the findings to the FCA. The City and the FCA met and conferred in good faith and reviewed the HR findings as well as the consultant study. The parties reached agreement to retitle the EMS Coordinator classification to EMS Director with a control point change from $105,000 to $137,000. This change is retroactive to July 1, 2012. Resource Impact The Fiscal Year 2013 operating budget included funding for the EMS Manager at a higher level in anticipation of this reclassification. The new salary for the EMS Director is within the amount budgeted for 2013. Policy Implications The action recommended by this report is consistent with City policies which require Council approval of employee salaries and listing of positions in Memorandum of Agreement. Environmental Review This is not a project under the California Environmental Quality Act (CEQA). Attachments: Adoption of Resolution Amending 2012-2014 Memorandum of Agreement (MOA) with Local 1319 International Association of Firefighters (IAFF), Fire Chiefs’ Association (FCA) representing Fire Managers (DOC) RESO FCA Salary-Position Changes 8 28 12 (DOC) Prepared By: Michele Dallara, Human Resources Assistant Department Head: Kathryn Shen, Director, Human Resources City Manager Approval: ____________________________________ James Keene, City Manager ** NOT YET APPROVED ** 1 Resolution No. ______ Resolution of the Council of the City of Palo Alto Amending the Memorandum of Agreement for 2012-2014 With Fire Chiefs’ Association, Adopted By Resolution No. 9234, to Reclassify One Existing Position by Changing the Title and Salary The Council of the City of Palo Alto does RESOLVE as follows: SECTION 1. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the 2012-2014 Memorandum of Agreement with Fire Chiefs’ Association, adopted by Resolution No. 9234, is hereby amended to reclassify one existing position, as set forth in Exhibit “A”, attached hereto and incorporated herein by reference, effective with the pay period including July 1, 2012. SECTION 2. The Director of Administrative Services is authorized to implement the amended Memorandum of Agreement as set forth in Section 1. SECTION 3. The Council finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: ___________________________ ______________________________ City Clerk Mayor APPROVED AS TO FORM: APPROVED: ___________________________ ______________________________ Sr. Deputy City Attorney City Manager _____________________________ Director of Administrative Services ____________________________ Director of Human Resources ** NOT YET APPROVED ** 2 EXHIBIT A FCA Memorandum of Agreement Changes – Effective July 1, 2012 Job Code Classification Title Grade Code Control Point Approx. Annual Approx. Hourly 698 EMS Director (title and salary change for the EMS Manager) TBD 11,417 137,000 65.87 RESOLUTION OF THE COUNCIL OF THE CITY OF PALO ALTO EXPRESSING APPRECIATION TO MYRNA MCCALEB UPON HER RETIREMENT WHEREAS, Myrna McCaleb, Senior Business Analyst (SAP Business Manager), in the Administrative Services Department, will retire on September 30, 2012, after over twenty-three years of dedicated service to the City of Palo Alto; and WHEREAS, Myrna McCaleb began her career with the City of Palo Alto on March 20, 1989, as a Control Account Specialist in the Accounting Division of the Administrative Services Department; and WHEREAS, as a result of diligent work and demonstrated ability, she advanced to positions of increasing responsibility, first as a Financial Analyst in September 1992, and a Senior Financial Analyst in July 1999, in the Budget Division of the Administrative Services Department; and WHEREAS, Myrna McCaleb served for 9 years in the Budget Division of the Administrative Services Department and played a strong role in the basic building of budget process, providing analysis of salaries and benefits costs and preparing revenue and expenditure forecasts; and WHEREAS, in recognition of her outstanding leadership, technical abilities, and proven professionalism, she was promoted to the position of Business Analyst in July 2002, and Senior Business Analyst (SAP Business Manager) in July 2004, in the Administration Division of the Administrative Services Department; and WHEREAS, Myrna McCaleb has worked tirelessly in managing and supporting the Enterprise System (SAP) and can always be counted on to provide the highest quality service and support; and WHEREAS, Myrna McCaleb as a Project Leader has significantly contributed to the success of numerous SAP initiatives implementation in the last few years, all of which she did with strong will power and determination in order to achieve overall organizational success; and WHEREAS, Myrna McCaleb is recognized by her peers and City staff for being professional, hardworking, dependable and enthusiastic, and has consistently been recognized as a team player with a positive attitude and exceptional work ethic; and NOW, THEREFORE, LET IT BE RESOLVED, that the Council of the City of Palo Alto hereby gratefully records and extends its sincere appreciation to Myrna McCaleb for her dedication and excellent service rendered to the City of Palo Alto. Our congratulations to Myrna on her well-earned retirement and best wishes for her continued success, happiness, and good health in the years to come. September 24, 2012 ATTEST: APPROVED: _____________________ _____________________ City Clerk Mayor APPROVED AS TO FORM: ___________________ _____________________ City Attorney City Manager City of Palo Alto COLLEAGUES MEMO September 24, 2012 Page 1 of 2 (ID # 3149) DATE: September 24, 2012 TO: City Council Members FROM: Vice Mayor Scharff, Mayor Yeh SUBJECT: COLLEAGUES MEMO FROM MAYOR YEH AND VICE MAYOR SCHARFF REGARDING COUNCIL CONTINGENCY FUNDS IN THE AMOUNT OF $25,000 FOR NEIGHBORHOOD GRANTS (ITEM CONTINUED FROM SEPTEMBER 18, 2012) Recommendation That the City Council appropriate $25,000 from the FY 2012-13 City Council Contingency Fund to support Neighborhood Grants. Background Strong neighborhoods have been a long tradition in the City of Palo Alto. When a Palo Altan meets another Palo Altan, often one of the first questions asked is which neighborhood they live in. It reflects a sense of community and identity within the city. It's also a tradition that benefits from renewal in Palo Alto. Over 65,000 people call Palo Alto home. Many have been here for decades with families that have lived here for generations. Some have just moved into the community from nearby. Some have recently immigrated from another country and are creating roots here in Palo Alto. Neighborhoods are well-positioned to bring people together to experience their community through neighborhood watch programs to deter crime, to support each other's day-to-day activities like gardening and dog walking, and to prepare a localized response in the event of an emergency or natural disaster. As a community, the relationships neighbors have are always in need of renewal and are built through pro-active efforts. Looking at 2010 Census data shows that over the last two decades Palo Alto has experienced significant demographic shifts in its population. Two trends stand out. First, the graying of our population: 17 percent of Palo Altans are now over 65 years old. Second, the growing Asian population: Nearly 30 percent of Palo Altans now identify themselves as Asian or Asian- American. The benefit of new or reaffirmed relationships with neighbors can be understood from a city perspective. Recently, the Police Department has been responding to a spike in burglaries by September 24, 2012 Page 2 of 2 (ID # 3149) increasing police presence in impacted neighborhoods. It is essential that community members have existing relationships with their neighbors to serve as an extra set of eyes and ears to support the public safety for all generations and cultures in each neighborhood. More neighborliness will enhance the quality of life for all of us in Palo Alto. Research on social capital indicates that creating options for neighbors to gather and interact, through their local parks or block parties, increases the sense of community experienced. Conclusion The importance of supporting and investing in our neighborhoods directly through a grant program is important for the community in Palo Alto that will have positive benefits from a city perspective and support the sense of neighborliness. To support this effort, we ask colleagues to join us in directing staff to develop a pilot neighborhood grant program funded for the first year through $25,000 from the FY 2012-13 City Council contingency fund. Staff would design a grant program that would include the following characteristics: 1) Clearly state which associations or groups are eligible to apply for the grant. This should not develop into an entitlement for any particular group and safeguards should be put in place such that it does not. Furthermore, new and innovative ideas for neighborhood events should get preference. 2) Allow neighborhood associations or groups to submit a basic application to fund events or activities in their neighborhoods. 3) Events to be funded would bring both long-standing and new neighbors (moved within last 5 years) together in their neighborhoods and would seek to incorporate interaction between generations and cultures. 4) Include a cap to the amount each neighborhood association or group could apply for through the grant to insure multiple grants to different neighborhoods. 5) Staff should have the pilot program ready to go by the beginning of 2013. City of Palo Alto (ID # 3051) City Council Staff Report Report Type: Action ItemsMeeting Date: 9/24/2012 Summary Title: 27 University Avenue - Authorize Preparation of Ballot Language Title: Request for Council to Review Site Plan and Massing Concepts for 27 University Avenue, to Direct Staff to Execute Letter of Intent with TheatreWorks, and to Authorize Staff to Prepare Advisory Ballot Measure Language for Council Consideration From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that the City Council: 1. Review and comment on the proposed master plan; 2. Authorize staff to execute the attached Letter of Intent with TheatreWorks to collaborate on a Theater Arts Performance Center at 27 University Avenue; and 3. Direct the City Attorney to draft an advisory measure for the March election to ask voters whether (1) the City Council should initiate a change in the Comprehensive Plan and Zoning Code to facilitate the Project, and (2) the City Council should exchange the unused “panhandle” portion of El Camino Park for more usable portion of adjacent land to facilitate better site planning for the Project. Executive Summary This project represents an unprecedented opportunity to transform the centrally located, transitional area between Downtown Palo Alto and Stanford University, a prominent part of town where decades of plans have engendered little change. The project is propelled by an extraordinary public-private partnership involving several parties, which would allow goals that have been pursued for many years to be realized. These goals include:  The improvement of the critical pedestrian, bicycle, and vehicular linkages between Stanford University, Stanford Shopping Center, Stanford Hospital and the downtown business and residential areas of Palo Alto;  The building of a performing arts theater; and  The improvement of the Intermodal Transit Center. To realize these goals and pursue other opportunities, such as establishing a centrally located public plaza and a center for innovation, the City has embarked on a comprehensive master plan effort, with weekly meetings of staff, consultants and key players. City staff and consultants have been collaborating extensively with staff of the major public transit agencies, and with Stanford’s Marguerite planners, to create long-term, sustainable transit solutions serving Palo Alto, Stanford and the region. Representatives from TheatreWorks and the patron/developer have been involved to contribute to a full and accurate understanding of needs and opportunities for various uses. This initial effort with early coordination identified desired site improvements for multiple users. This report describes the various planning strategies and urban design objectives discussed over the past several months. Council and the community are now presented with these to provide comments on the resulting concepts embodied in the draft master plan. It is intended that this plan will help City staff evaluate the future applications for uses in this area, to ensure the realization of multiple city and regional goals. The urban design plan is designed to advance the following objectives:  Create a new Arts and Innovation District, between the Downtown Palo Alto Caltrain Station and El Camino Real incorporating El Camino Park – situated at the highly visible and accessible transitional area where Stanford University and Downtown Palo Alto meet;  Brings “town and gown” together, to advance a common purpose of supporting their shared creative, entrepreneurial leadership in the arts and technological innovation;  Creates a new permanent home for TheatreWorks in Palo Alto – the acclaimed, award- winning premier theater of Silicon Valley, nationally recognized for its artistic quality, education programs and New Works Initiative, all inspired by and engaging the diverse Silicon Valley community;  Offers prominent, excellently designed, contemporary office space to house premier Silicon Valley technology companies in Palo Alto, advancing Palo Alto’s reputation as a global center of technology and innovation;  Create new vibrant, urban destinations, that add to and complement the appeal, scale and character of downtown, including a redesign of the University Avenue entrance to downtown; and  Re-design and enhance transit accessibility and capacity for the long-term sustainability of Palo Alto and Stanford, as well as enhance pedestrian and bicycle connectivity to downtown and Stanford and between them. Staff is seeking Council comments and public input on the master plan and future advisory measure to help further define this master plan concept. Staff is also asking Council to direct staff to execute an agreement with TheatreWorks to partner on the new theater facility. Finally, staff requests that Council direct the preparation of a ballot measure to determine public support for the use of a portion of the City’s parkland for the theater and for the zoning concept of the Arts and Innovation District. Background Master Plan In August of 2011, John Arrillaga approached the City to discuss the possibility of developing an office building at 27 University Avenue. In March of 2012, the City Council of Palo Alto authorized the use of Intermodal Transit Funds set aside in the Stanford University Medical Center Development Agreement to initiate the study of a master plan concept for the areas around 27 University Avenue to understand how this area and opportunity can better serve the City. The Council recognized that a project of the size being discussed provided the potential for implementation of two efforts that the City had been pursuing for many years:  The improvement of the critical pedestrian, bicycle, and vehicular linkages between Stanford University, Stanford Shopping Center, Stanford Hospital and the downtown business and residential areas of Palo Alto; and  The building of a performing arts theater. The Council directed staff to pursue this opportunity using a comprehensive master plan approach as a means to coordinate these improvements early on in the process rather than after receipt of an application. This allows the master plan’s planning and design objectives to be part of the design strategy and to evaluate the future applications for uses in this area. The City used the Intermodal Transit Funds to hire design consultants to work on the master plan. Within the first several weeks of the start of this master planning effort, the City’s team recognized that a third planning effort that the City had been pursuing for many years could also be realized:  The improvement of the Intermodal Transit Center. As the impacts of a proposed development and the existing deficiencies were identified, the scope of the master plan increased to include a larger geographic area, a longer planning time horizon, more meetings and interaction with critical transit agencies, property owners and the potential applicant so that additional concept solutions could be explored and tested for synergy and incorporation into the plan. As a result, the additional concept solutions that have been incorporated into the master plan include:  Increasing the capacity time horizon of the Intermodal Transit Center to 2030, by moving it from its current location to the ring road around University Avenue and Urban Lane;  Improving the usability, safety, and functionality of University Avenue / El Camino Real vehicular intersections by removing the two lane road ringing University Avenue and replacing it with a 4 lane horse shoe shaped “Transit Ring Road”;  Lessening the intensity of the proposed office and theater use; and  Exchange the unused “panhandle” portion of the El Camino Park for land that makes the park more usable and improves the integration of the park with the Project. Previous Planning Efforts The 27 University Avenue area has been the focus of planning efforts nearly continuously since 1880 (Attachment E –Time Line). Three recent efforts are particularly important to the development of this master plan: (1) Multi-Modal Transit Station (PAITC Study), (2) Performing Arts Initiative, and (3) Stanford Medical Center Development Agreement. The University Avenue Multi-Modal Transit Station In 1993 Stanford University and the City of Palo Alto began a series of meetings and community workshops to discuss ways to improve pedestrian, bicycle, and open space connections to the Palo Alto Station and facilitate transit usage. Proposed rail and bus service expansion planned by the Peninsula Joint Powers Board (JPB), the San Mateo County Transit District (SamTrans), and the Valley Transportation Authority (VTA) pointed to an additional need to develop the Palo Alto Station as an intermodal transit facility. In June of 2002 the Palo Alto Intermodal Transit Center Study (“PAITC Study”) was completed. The Study investigated alternative solutions that satisfied the issues that were identified in the workshops. In 2007, the Study was followed by a Project Implementation Plan for the Palo Alto Intermodal Transit Center that was published and presented to the Palo Alto City Council, can be viewed at the following link http://www.cityofpaloalto.org/civicax/filebank/documents/31194. These efforts support the City’s objective to pursue the development of a multi-modal transit station to reduce the reliance on single occupant vehicles, and provide a viable transit alternative to driving. In particular, the proposal addresses the following goals, policies, and programs of the City of Palo Alto’s Comprehensive Plan: Goals T-1 and T-2, Policy T-5, Program T-14 and Program T-15. The Palo Alto / Stanford University Performing Arts Initiative In 2000 the City and Stanford University published a Programming and Financial Feasibility Study “…to determine the feasibility of a project, cooperative in nature, and specific in purpose to enrich the cultural opportunities for the immediate Palo Alto and Stanford University communities as well as the region” , the link to this study is https://fgy- arch.box.com/shared/rqkjpefe3o9omko4698h. The Management Committee for this study included, in addition to the City, Stanford University and the professional consultants, TheatreWorks. TheatreWorks was invited to participate because they are the largest theater company on the Peninsula (3rd largest in the Bay Area), have the proven capability of operating a professional theater of the size that can support a major new professional theater space supporting the cultural needs of Palo Alto’s community and because they were in need of a dedicated home. The findings of this study included the conclusion that three performing arts concepts should be pursued:  Stanford Performing Arts Center on campus organized primarily around a 1,800 seat multipurpose Music Theater with first class concert acoustics;  A Drama – Dance center on Stanford’s campus to be created from the renovation of the Roble Gym on Stanford’s campus; and  Palo Alto Theatre Center organized around an 800-seat proscenium theater equipped with a high level of technical support and located on one of the playing fields of El Camino Park (where the reservoir is being built, now). TheatreWorks was identified as the prime potential occupant of the Palo Alto Theatre Center. The Stanford University Medical Center Development Agreement In 2011, the City of Palo Alto entered into a development agreement between the City of Palo Alto and the Stanford University Medical Center Parties (SUMC). Within the development agreement there is a provision to encourage use of Caltrain, bus and other transit services, and to enhance and encourage use of pedestrian and bicycle connections between the SUMC and downtown Palo Alto. The Agreement contains a one-time $2,250,000 payment to the City to go towards development of an attractive, landscaped passive park/green space with a clearly marked and lighted pedestrian pathway, benches and flower borders. Existing Conditions The information below includes existing conditions related to the following topics: Transit, Street System, Infrastructure, Existing Structures, Ownership, Leases and Subleases, Current Planning and Project Efforts. Transit The master plan area is at the terminus of the several major transit systems including the VTA, SamTrans, and Stanford’s Marguerite Shuttle bus system. The University Avenue Caltrain station has the highest volume of any stop on the Caltrain line, with the exception of the terminus in San Francisco. It is a critical link in the transit system for many transit providers. The physical size and location of the Intermodal Transit Station presents the most significant existing condition to the planning of this area. The deficiencies of the existing Intermodal Transit Station, including capacity constraints and operational issues, are well documented in the 2007 Project Implementation Plan for the Palo Alto Intermodal Transit Center. Street System The master plan area is bounded by El Camino Real on the West and the Caltrain tracks and Alma Street on the East. Palo Alto’s primary shopping street, University Avenue, passes through the area. Although not named, the ring road surrounding University Avenue that allows access to the Intermodal Transit Center, the train station, train depot and Urban Lane is included in this study. Other streets include the ramp from northbound El Camino Real into this area that passes in front of the Sheraton Hotel to University Avenue and the ramp that enters northbound El Camino Real from University Avenue. Although referred to as ramps, they do not change their elevation; rather El Camino Real lowers to pass under University Avenue. Infrastructure The master plan area includes significant utility infrastructure including high-tension power lines, an underground gas main, sewer, storm water, and a spur of the Hetch Hetchy water line. Existing Structures Existing structures within the master plan area include:  Southern Pacific Railroad Depot* and related ancillary passenger waiting structures;  Lytton Avenue pedestrian underpass;  “Hostess House,” aka Veteran's Memorial Building, currently used by MacArthur Park restaurant, designed by Julia Morgan Architect*;  A small single story building behind the Hostess House that is currently occupied by the Red Cross;  The train overcrossing (bridge) that spans University Avenue; and  The vehicular and pedestrian University Avenue Bridge that goes over El Camino Real. *Both the Southern Pacific Railroad Depot and the Hostess House are historic structures. Although considered for historic status at one time, the train overpassing does not have historic status. Ownership, Leases and Sub-Leases The train tracks and the train overcrossing are owned by the JPB. The majority of the master plan area is owned by the Board of Trustees of the Leland Stanford Junior University. Attachment B includes an Ownership Exhibit to clarify existing ownership conditions. The Stanford lands are leased to the following:  Stanford leases dedicated parkland to the City for El Camino Park; the term of the lease for the Parkland parcel was extended to June 30, 2042  Stanford leases Depot portion of the site to the City and the City subleases the Depot to the VTA for the Inter-Modal Transit Station; the sublease with VTA will expire on June 30, 2013  Stanford leases land to the American Red Cross; lease expires 2013  Stanford leases land to MacArthur Park; lease expires 2013  Sheraton Hotel; Assignment and assumption of the sublease to Stanford on October 12, 1999 Current Planning and Project Efforts Several current planning efforts are currently in motion and may influence or be impacted by the planning of this area including the following:  High Speed Rail  City of Palo Alto Water Reservoir Project  El Camino Park Improvements  Downtown Development Cap Analysis Project Description Master Plan Boundaries The Master Plan area is bounded by the Caltrain right-of-way on the east, El Camino Real on the west, El Camino Park to the north and along Urban Lane south to the Palo Alto Medical Foundation (PAMF). Attachment B includes a diagram showing the Master Plan boundaries. Urban Design The urban design for the area is informed by the City of Palo Alto’s Comprehensive Plan, the Intermodal Transit and other past planning efforts mentioned above, best practices for 21st century sustainable, transit-oriented design, Olmstead’s 19th century plans for the area and the collaborative urban design process with the city, project patron, agencies and consultants. Architectural Design is further discussed later in this report. City staff and the project consultants worked extensively during this initial phase with the VTA, SamTrans, Stanford and Caltrain agencies to identify near and long-term design solutions to accommodate future transit needs and increased year 2030 capacity requirements. Transit Ring Road The master plan relocates the Intermodal Transit Center to a new Transit Ring Road surrounding University Avenue. This improves the layout and efficiently of transit operations, and avoids a potential unintended consequence of precluding future expansion of bus capacity with the development of the site. The design of the Transit Ring Road increases the capacity for buses and provides redundancy in transit access via Quarry Road. The three main transit agencies currently utilizing the existing transit mall (Stanford Marguerite, VTA, and Samtrans) have been actively involved in the design of the new Transit Ring Road and are supportive of the Transit-Oriented Development (TOD) opportunities and excited about the expansion opportunities the project provides. The Transit Ring Road will replace the existing University Avenue loop road. The initial design of the Transit Ring Road, subject to future refinements, is a two lane, two-way street with continuous curbside bus stops. The existing loop road connects at University Avenue are expanded and the connection to El Camino Real ramps widened for two-way circulation. Redundancy into and out of the site for transit is provided through a proposed extension of Quarry Road. The Quarry Road expansion provides for bicycle and pedestrian connectivity improvements that are lacking today, by bridging the connectivity gap between the Stanford Shopping Center and Downtown. The existing transit mall and University Loop provide a total of 18 transit stops. The proposed Transit Ring Road provides for up to 35 transit stops, nearly doubling the capacity of the transit mall to meet the future transit needs of the Stanford Marguerite, VTA, and Samtrans fleets. The Transit Ring Road takes advantage of transit capacity opportunities at Lot X adjacent to the Sheridan Hotel and preserves future transit capacity growth along Urban Lane. Each of the three major transit agencies has been actively helping to design the proposed Transit Ring Road, to ensure that transit operations are feasible, the project meets current and future needs, and that transfer opportunities between transit fleets remains convenient for users. The City will continue to work with the agencies on the design details. The Transit Ring Road around University Avenue supports the following site design elements:  Ramps to underground parking ramps along Quarry Road Extension and the existing northbound El Camino Real on-ramp;.  Extension of Quarry Road between El Camino Real and Mitchell Lane around the backside of the theater building to improve vehicular access and egress to and from the development parcel. Surface parking spaces are envisioned between El Camino Real opposite the new plaza. The below grade garage would also be accessible from Mitchell Lane; and  Segregating the resulting streets that ring the development parcel to be primarily used by automobiles. Buses only use these streets on a contingency basis. Depending on how the operations of the various transit agencies is developed it is likely the area adjacent to the existing train depot may be available for both kiss-n-ride operations and short-term transit stops. Future transit capacity opportunities exist along Urban Lane, but Samtrans has requested that in the near-term, Urban Lane remain available for the support of vehicle parking for Caltrain users. Samtrans is currently partnering with the City to explore future structured parking facilities along Urban Lane that introduce opportunities for expanded transit operations in the future. The proposed Transit Ring Road design supports the existing and future demands of transit already, but preserving Urban Lane for future transit expansion ensures that increased transit growth needs can be met. A new bus turn around loop at the southern end of Urban Lane, behind the Palo Alto Medical Foundation (PAMF), is recommended immediately as part of the Transit Ring Road design to support efficient transit movements. Street and Block Pattern The Master Plan’s street and block pattern is designed to be appropriate in size, orientation and accessibility for the proposed uses and surrounding area. The District is divided into two city blocks: an urban block at University Avenue and a park block adjacent to El Camino Park. The urban block faces the new Transit Ring Road. The theater is located on the east and public plaza on the west. A mid-block crossing extends from University Avenue to El Camino Park. This block pattern is similar to Olmstead’s 19th century vision for this transitional area between El Camino Real and the Caltrain tracks. Site Access and Parking Unlike the current condition, site access and parking is designed to be intuitively obvious, safe, convenient and attractive. Theater access is from Quarry Road and the El Camino Real northbound ramp. The extension of Quarry Road is designed as a slow street, with pavers and bollards and perpendicular surface parking. For theater performances the surface parking adjacent to the theater on Quarry Road can be reconfigured for drop-offs plus a double row of parallel parking spaces. Cars can circulate around the theater to access below grade parking by the depot. An elevator and stair located on the west side of the theater brings people from below grade parking to the theater plaza. Access to the mixed-use office buildings is from the El Camino Real ramp and the street in front of the depot. The El Camino Real ramp is reconfigured to two lanes with curbside drop-off for the mixed-use buildings and the theater. Parking access from the El Camino Real ramp is two lanes in and two lanes out. Parking access from the depot side of the block is one lane in and two lanes out. Sidewalks on either side of the access ramps connect street level pedestrian movements with the parking levels. Three levels of underground parking accommodate approximately 850 to 900 automobiles. Building Height, Massing and Orientation Building height, orientation and massing designed for the proposed uses is appropriate for the character and harmoniously transition in scale to the surrounding area. The massing of the mixed-use office buildings is separated into paired towers facing University Avenue and the Theater Park Plaza. Each tower pair is linked together by multi-story bridges. The western tower of the University Avenue pair is 10 stories high and the eastern tower steps down to 9 stories. A 7- story bridge connects these two towers. The western tower of the Theater Park Plaza pair is 6 stories and the eastern tower steps up to 7 stories, connected by a four-story bridge. The tallest element of the theater is the 100-foot tall fly tower that is oriented east/west to minimize the profile when viewed from downtown and downtown north Palo Alto. With the Theater Park Plaza between it and El Camino Real, views of the theater from El Camino Real will be maximized. The fly tower anchors the northern end of the project. The theater massing then steps down to the Theater Park Plaza to the west where the main pedestrian connection from downtown to the theater occurs. Architectural Design The applicant is responsible for the design of the site, buildings and structures. Pending the City’s review of the Master Plan Concepts, they will be developed further and submitted for review at a later time. Much like it did with the Stanford Hospital project, the City is actively engaging the applicant in the goals the City has for this area as included in the Proposed Master Plan. Additionally, the City is participating in the iterations of the design concepts for the site and buildings in frequent meetings with the applicant to ensure compatibility with future architectural plans with the City’s circulation and urban planning goals. The Existing Architectural Context The site for these buildings is at the intersection of Stanford and Palo Alto – both of which have strong architectural heritages. Both have embraced many different styles of architecture but it is the darker Richardsonian Romanesque stones that seem to crowd out other memories of Stanford. And it is the lighter stucco surfaces of Birge Clark’s various investigations into the Spanish styles, or California Colonial as he sometimes used to call his style, that are often what is remembered first about Palo Alto. The styles of both the office and the theater buildings are planned to be contemporary. The City’s intent is to encourage the applicant to find ways to integrate aspects of each of these worlds into the architecture of the offices and theater. Sometimes the recall is very direct; the planned use of the Canary Island Palms around the new Transit Ring Road anchors Stanford’s Palm Drive at the train tracks as Olmstead had drawn 140 years ago. The Mixed Use Office Buildings The goal of the mixed use office buildings is for them to be designed as prominent, carefully constructed, contemporary office space to house premier Silicon Valley technology companies in Palo Alto, advancing Palo Alto’s reputation as a global center of technology and innovation. The amount of office area is key to attracting a world-class office headquarters tenant. The total amount of space, size of floor plate and other building and mass characteristics of the office buildings were refined in conversations that included two dominant local employers, Google and Facebook, as proxies for the larger market place. The elevations in the current design iteration have a contemporary steel and glass expression and a strong base/shaft/top that ties them compositionally to the more traditional buildings found in Palo Alto’s University Avenue business district. In plan the buildings are expressed as four volumes to allow movement through the site and scale down the mass of the office use. Like other buildings along University Avenue, the primary experience of the pedestrian is from the side walk and street scape up to the second floor. The mixed used office buildings step in at their base to increase the width of the street sidewalks and the visual appeal of the street and the office court. Additional City design goals for the mixed use office buildings include: • Organizing the mass of the office use vertically versus a horizontally to realize a smaller footprint at the ground level and increase the opportunity for more pedestrian uses and experiences at the street level. • Breaking up the volume of office use into smaller mass and different heights, to reduce the overall scale of the development. • Creating central shared space that is identified with the office use by organizing the office masses around an open court. This is a more urban approach that focuses on the pedestrian experience of the street and ground plane versus utilizing a more suburban strategy of creating a single larger tower surrounded by parking. The proposed mixed use office gross floor area is 263,000 square feet. The Theater Building Unlike the mixed use office buildings, the theater’s location and placement will nearly always give it a foreground; the primary views will be from the El Camino – Quarry intersection across the Theater Park Plaza and looking North, down Mitchell Lane from the Transit Ring Road and the Caltrain Station. It is the nexus of the pedestrian paths from University Avenue, El Camino Park, the future improved Lytton underpass and the Stanford Shopping Center that drove the placement of the theater and the Theater Park Plaza. Defining / anchoring this area with the theater and public plaza is critical to the success of these linkages. In contrast to the glassy and transparent expression of the mixed use office buildings, the theater needs to necessarily be more opaque. The current design iteration is a sculptural organization of gently curved buff colored masonry walls that hint at the layers of curtains that are often utilized on the stage within and recall the broad walls of buff stucco that are on some of Palo Alto’s historic urban buildings. As the interstitial spaces between these masonry curtains touch the exterior of the buildings they are utilized to bring light and air into the interior spaces that can allow it, and for the large egress requirements of the theater to exit. Smoother materials; glass, metal panels and metal louvers are the primary materials being considered in these areas and contrast the rougher masonry walls. These masonry walls are being used for both their expressive qualities in addition to the functional ones. Masonry is important because it helps protect the interior of the theater from exterior noise. The walls are used to break up the noise of passing trains help reduce the reflected acoustic impacts of the building’s mass. The theater’s program was based on the 2000 Programming and Financial Feasibility Study. The proposed theater gross floor area is 80,000 square feet. Because the new theater creates a permanent home for TheatreWorks, TheatreWorks was engaged to help refine this program and develop space strategies that support the larger community in addition to the theater’s requirements. The plan of the theater is organized to address its community role in significant ways. The City and TheatreWorks are not intending that the building is simply open for performances of plays each evening. The space is being conceived and designed for programming throughout the day and into evening. Upon entering the multi-story lobby, a broad range of programming is on view: the main stage (to be home to approximately 250 performances each year), the black box theater on the ground floor (to serve as a home for TheatreWorks’ nationally lauded New Works Festival, among other programs), and the classrooms for TheatreWorks award winning educational programs. Further up, the building includes a costume shop on the mezzanine level and the administrative and rehearsal areas on the floors above. Special attention has been placed on layout of the ground floor lobby and public spaces. The lobby is big enough for non-theatrical gatherings of several hundred. The rehearsal areas have a generous balcony overlooking the main lobby because from time to time the public will be invited up to those spaces as well. The rehearsal lobby is also connected to a large roof terrace that overlooks Theater Park Plaza. The public spaces flow naturally into the Plaza in front. Many services, such as a café counter, can be accessed either through the lobby or from the Plaza. The mingling of many constituencies - artists creating work, audiences enjoying productions, pedestrians visiting the café, patrons engaging in lunchtime lectures, students attending classes – come together to create an energized, dynamic environment. Sustainable Strategies The applicant is committed to designing and building sustainably. These strategies will be developed for presentation when the buildings are submitted. Pedestrian and Bicycle Connectivity The site plan is designed to create a pedestrian-oriented, bicycle accessible district that is accessible and well connected to downtown University Avenue, the Downtown North Neighborhood and Stanford. For pedestrians, the scale, pedestrian permi-ability and street frontages on all four sides of each new city block is designed to be attractive and convenient for walking.  Each building on the University block provides a two-story ground floor breezeway between the building towers, forming the main entrance to the buildings and interior courtyard. The breezeway is aligned along a central axis mid-block, creating a pedestrian route through the interior courtyard from University Avenue to the Theater Park Plaza beyond.  The Theater block presents the Theater Building in a park setting to extend the identity of El Camino Park into the project. Pedestrians coming from the South, including the Train Depot, the Transit Center or University Avenue will walk along Mitchell Lane and at the Train Depot cross the street the Theater Park Plaza. Pedestrians coming from the Stanford Mall or from Quarry Road will cross EL Camino Real and enter the Theater Park Plaza.  Between these blocks, the existing Caltrain pedestrian tunnel at Lytton Avenue will be widened for pedestrians and bicycles – similar to the Homer Avenue underpass – and forms the Eastern entrance into the Project area. The area to the North of the Train Depot will be developed into a large pedestrian plaza to facilitate the entry into this underpass. This entry area and the underpass form a very important link between the Downtown University Avenue and the Downtown North Neighborhood areas, the Project and the Stanford Hospital and Shopping Center beyond.  The University Avenue underpass will be cleaned up and new lighting added. Pedestrians can walk up new steps from University Avenue leading directly to 27 University Avenue, and the new Intermodal Transit Station including BRT stops and Caltrain.  A new Class 1 bike path extends from the Caltrain station North along Mitchell Lane to the intersection of El Camino Real and Quarry Road, where it will connect to the existing El Camino Park bicycle path. The Lytton tunnel improvement will include bicycle paths. The ADA access ramps will connect to the new Class 1 bike path to El Camino Park. Public Spaces The urban design of the District creates new, vibrant urban places to add to and complement the appeal, scale and character of downtown.  The Transit Ring Road shapes a pair of symmetrical landscaped parks forming the terminus of Palm Drive and entrance to Downtown. Steps climb up from University Avenue to street level through an Oak savannah landscape. Pedestrian lighting curves around the inside of the loop to frame a public entrance to the downtown. Canary Palms are located in the median at University Avenue, as well as in front of the Caltrain platforms at the top of the loop.  El Camino Real ramp is designed as a tree-lined, shady street, supportive of the “grand boulevard” design concept for the El Camino Real. The ramp is reconfigured as two lanes with street trees planted along the median and building street frontage.  Building setbacks curve wide at intersections and narrow at mid-block, creating a large pedestrian sidewalk space at the corners, along El Camino Real and Urban Lane. This avoids long, straight building walls and permits a continuous building wall with a large mid-block opening to an interior courtyard. Building towers are setback at University Avenue and the Theater Plaza to form public plazas with street trees.  The redesign of Mitchell Lane (parallel to El Camino Real, west of the Depot leading to the existing Transit Center, north of University) is inspired by the “Winkelerf” street concept, a Dutch term for “shopping yard” a street designed for slow traffic, safety, livability and accessibility. Winkelerf streets eliminate the traditional design separation between pedestrians, bicycles and vehicle movements. Mitchell Lane is designed without curbs; rather the ground surface varies from a narrow paving pattern in the street and a wider, pedestrian paving pattern along the sidewalk, separated by a slight raised curb, bollards, street trees and pedestrian lights.  The Theater Park Plaza is designed as a vibrant public place, raised planting areas protect it from El Camino Real street traffic, create sense of enclosure, paths for direct access, focus on the buildings, seating to best view the elevations of the buildings, forecourt to the theater, through movement between the shopping center, El Camino Park, the offices and the Lytton Tunnel underpass, destination for visitors, community, new downtown civic destination, brought to life with outdoor seating, vending and eating. Discussion The project is anticipated to result in public benefits and advantages, such as better urban design, connections, and cultural and economic opportunities. In order to achieve the project and its advantages, several issues must be addressed as discussed below. Zoning, Land Use Designation and Height The existing zoning of the site is both Public Facilities and Planned Community PC 3266 (the MacArthur Park restaurant site). The Land Use Designation is 'major institutions/special facilities', defined as: "Institutional, academic, governmental, and community service uses and lands that are either publicly owned or operated as non-profit organizations.” The proposed project’s floor area ratio (FAR) would be no higher than the FAR limit specified in the City’s “Mixed Use” land use definition. The project, particularly the theater tower (“fly” area above the main stage for set storage) and the office buildings would exceed the 50-foot height limit of the existing zone districts. Public Facilities zoning allows for a 50-foot height maximum. Likewise, Planned Community zoning also allows a 50-foot height maximum. The height limit statement in the City’s Comprehensive Plan says, "The Citywide fifty foot height limit has been respected in all new development since it was adopted in the 1970's. Only a few exceptions have been granted for architectural enhancements or seismic safety retrofits to non-complying buildings. In addition, the City has allowed taller buildings within the Hospital District at the Stanford University Medical Center that reflect the Medical Center’s unique needs." These statements are found under Program L-3 on page L-7 in the Land Use and Community Design Element. Comprehensive Plan Program L-3 states: "Maintain and periodically review height and density limits to discourage single uses that are inappropriate in size and scale to the surrounding uses." There are many existing buildings in the adjacent downtown area, and elsewhere within the site’s vicinity, exceeding a height of 50 feet. The Council may wish to discuss the context for existing buildings exceeding the 50-foot limit. The Downtown has at least four buildings over 10 stories tall, including the following:  The condominium tower at 101 Alma, approved in 1958 as a PC (PC 1802), is 140 feet tall.  The office building at 525 University, built in 1966, is 15 stories.  Channing House, circa 1962, is 11 stories in a 142-foot tall building.  Forest Towers at 501 Forest, circa 1965 (aka "The Mark") is 13 stories tall. Other downtown structures over 50 feet tall include the following:  Casa Olga/Hotel at 180 Hamilton, 76 feet tall in 8 stories, built in the mid 1970’s.  The new 101 Lytton (Lytton Gateway PC), to be 50 feet tall with a 70-foot corner tower.  The President Hotel at 480 University Avenue, a seven-story building (6 stories plus a mezzanine), built 1929-30.  Laning Chateau on Forest Avenue, a 6-story building, circa 1927.  Apartment building at 360 Forest, a 7-story building, circa 1930.  City Hall, a 9-story building (8 stories plus a mezzanine) Beyond the immediate area are the following structures:  Hoover Pavilion is a six-story building (circa 1931).  Hoover Tower, on the Stanford Campus, is 285 feet tall.  New Stanford Hospital tower will be 153 feet tall (180 feet at top of the elevator tower).  Palo Alto Square, a PC at 3000 El Camino Real, 10 stories tall, built in 1972. On-site Parking The master plan includes a significant underground parking garage (three levels below grade) for the office use. The theater’s use of the underground parking garage is primarily, although not exclusively, anticipated at times when the parking demand by the office use is low. Some surface parking spaces are included to serve the existing El Camino Park and the new Theater Park Plaza and can be used for quick trips to the theater such as picking up tickets from the box office. With approximately 850-900 parking spaces, it is anticipated that the site will have more than enough parking to serve the site. Building Program and Massing Concepts The patron/applicant’s objective is to provide enough office area to attract world-class office headquarters tenant. The total amount of space, size of floor plate and other building and mass characteristics of the office buildings were refined in conversations that included two dominant local employers, Google and Facebook, as proxies for the larger market place. The theater program was based on the 2000 Programming and Financial Feasibility Study. TheatreWorks was engaged to refine this program and help develop space strategies that can synergistically also support the larger community in addition to the theater’s requirements. The strategy that was arrived at includes the following:  Pursing a vertical strategy for the massing of the office use versus a horizontal layout to realize a smaller footprint at the ground level and increase the opportunity for more pedestrian uses and experiences at the street level.  Breaking up the office mass into smaller pieces and different heights, to reduce the overall scale of the development.  Create several office masses organized around a central shared space, versus a single office surrounded by plaza or parking. This is a more urban approach that focuses on the pedestrian experience of the street.  Associating the theater use with the large public plaza and both of those uses with El Camino Park and the Stanford Shopping Center.  Organizing the theater functions such that the rehearsal spaces in addition to the main theater spaces can be accessed and utilized by the public as well (versus only being accessible as part of the “back of house” areas as is more typically done).  Organizing the theater massing to break down its surface that faces the train tracks to help reduce noise reflection, and stepping up to the taller mass of the fly space (versus having the fly tower rise directly from the street level). Julia Morgan Building The MacArthur Park restaurant is located within the master plan area, in the location where the office buildings are shown in the master plan. The site is a Planned Community zone (PC 3266) that includes the restaurant, previously called the ‘Hostess House’ (also known as Veteran’s Memorial Building), which can be viewed in the following link, http://www.cityofpaloalto.org/civicax/filebank/documents/31191. The building is a historical resource on the City’s Inventory and listed on the National Register of Historic Places. The Hostess House was constructed 1918 in Menlo Park (Camp Fremont) then moved 1919 to Palo Alto and deeded to the City. The adjacent Caltrain Depot (aka SP Depot) was constructed in 1940, and is also listed on the City’s Historic Inventory. The University Avenue underpass (aka bridge over University Ave) was constructed in 1941 but is not listed on the City’s Historic Inventory. This bridge was outside the Depot site boundary; therefore, the bridge is not included in the SP Depot historic studies. In 1932, the community center and theater uses in the Hostess House were relocated to the Lucie Stern Center on Middlefield Road. This was well before formal planning was initiated for the new train depot and associated University Avenue underpass in the late 1930s. The reason the overpass-underpass project was initiated in the late 1930s was that the existing at-grade crossings at University and at El Camino (especially) were becoming significant traffic flow problems by the late '30s as local and mid-Peninsula populations expanded and private automobile use became more common for everyone. In order to realize the plan as proposed, the Hostess House would need to be relocated. While this is still subject to Council consideration, one of several possibilities might be to relocate the structure within El Camino Park. This would have significant impacts to the Council-adopted design of the Park and to the usability of the park for sports and recreational activities, but is a possible alternative. The City’s Park and Recreation Committee has formed an ad-hoc committee to review several possible locations in Palo Alto. They will be considering these at their meeting scheduled for October 2. The analysis and recommendation for the relocation of the Hostess House will be presented to Council in a future meeting. El Camino Park The land of El Camino Park is dedicated parkland owned by Stanford. A portion of the proposed theater and office buildings will encroach into these lands. The master plan proposes Stanford swap the unused “panhandle” portion of El Camino Park for adjacent land that makes the park more usable and accessible and improves the integration of the park and the Project. The total amount of dedicated parkland remains unchanged. Relationship to Downtown Parking Study and Development Cap The City is conducting a Downtown Parking Study to assess general parking needs in the downtown, as well as a study of the Downtown (Commercial Downtown district) Nonresidential Development Cap. The development cap requires that nonresidential development be limited to a net increase of 350,000 square feet in the Commercial Downtown (CD) district since 1986, and that a study be initiated upon approval of 235,000 square feet of new development. This threshold has recently been achieved and staff is soliciting consultant services to prepare a study assessing the impacts of future downtown development on parking needs. The 27 University Avenue site is not located within the CD district or the prescribed development limitation, but will be considered as context for other development in the downtown. Given the project’s proximity to downtown and the CD zone, staff anticipates that a modest portion of the downtown parking need (particularly weekday evenings and weekend days) may be addressed by the additional parking provided by the project. The project’s parking and traffic impacts will be fully analyzed in an EIR for the project. The EIR will take into account Comprehensive Plan Policy L-8 which includes a maximum city wide development limit of 3,257,900 square feet of new non-residential. Comprehensive Plan Policy L-8 reads: “Maintain a limit of 3,257,900 square feet of new non-residential development for the nine planning areas evaluated in the 1989 Citywide Land Use and Transportation Study, with the understanding that the City Council may make modifications for specific properties that allow modest additional growth. Such additional growth will count towards the 3,257,900 maximum.” In addition, Comprehensive Plan Program L-7 reads: “Establish a system to monitor the rate of non-residential development and traffic conditions related to both residential and non- residential development at key intersections including those identified in the 1989 Citywide Study and additional intersections identified in the Comprehensive Plan EIR. If the rate of growth reaches the point where the citywide development maximum might be reached, the City will reevaluate development policies and regulations.” These two provisions of the Comprehensive Plan coupled with the legislative history surrounding adoption of the Plan, appear to support a 3-pronged approach to finding that development complies with the growth limit in the Comp Plan. If any one of the three below conditions applies, the proposed development would comply with Policy L-8: 1. The proposed development falls within the applicable sub-area allowance specified in the 1989 Citywide Land Use and Transportation Study (1989 Study) and the total citywide cap of 3.2 Million square feet is not exceeded; or 2. The proposed development would cause the sub-area allowance to exceed the levels specified in the 1989 Study but the total citywide cap of 3.2 Million square feet would not be exceeded and the City Council approves the project with a finding that it represents “modest additional growth.” This finding can only be made by the Council and thus would only apply to projects that are approved by Council. This would thus primarily apply to projects that require a zone change; or 3. The proposed development would cause the sub-area allowance to exceed the levels specified in the 1989 Study but the total citywide cap of 3.2 Million would not be exceeded, the project can comply with the growth limits if a traffic study shows that the project will not cause any of the 11 key intersections identified in the 1989 Study to exceed the Levels of Service identified in the Comp Plan build-out levels identified in the 1989 Study. The project review and EIR will include an assessment of these criteria for the 27 University Avenue site and will be timely with the ongoing revisions to the Comprehensive Plan and the updated citywide traffic model. Ballot initiative A small portion of the theater structure, as well as the public plaza, will encroach into El Camino Park and thus require a Park Improvement Ordinance. In addition, given the scope of this project and the broad range of community stakeholders, staff suggests that an advisory measure be placed on the ballot to gauge the community’s interest before significant resources are dedicated to the Project. Specifically, staff recommends that the Advisory Measure ask the voters whether (1) the City Council should initiate a change in the Comprehensive Plan and Zoning code to facilitate the Project and (2) the City Council should exchange the unused “panhandle” portion of El Camino Park for a more usable portion of adjacent land to facilitate better site planning for the Project. Staff recommends this election take place as soon as possible in order to minimize unnecessary expense. The next election date is March 5, 2013 and the last Council meeting date for placing an advisory measure on the ballot is December 3, 2012. Support from TheatreWorks Since the late 1990’s the City has been in discussions with TheatreWorks regarding TheatreWorks’ search for a permanent home. When the opportunity for this project presented itself, the City approached TheatreWorks to partner in the development of the master planning concepts of this project, and TheatreWorks accepted this offer. In 2000 the City, Stanford and TheatreWorks published the Palo Alto / Stanford University Performing Arts Initiative Programming and Financial Feasibility Study. This study provided the basis of the area program for the theater concept included in this master plan. The area program was refined and focused using current data and requirements provided by TheatreWorks. In addition to the space area program, specific space characteristics (such as the height, depth, width, occupancy and proportion of the spaces) and their adjacencies have also been defined by TheatreWorks. TheatreWorks has supported the City’s ongoing work and discussions with the applicant by reviewing test-fits and concept plans. The applicant has expressed willingness to fund only the core and shell of the theater building ultimately it will fall to TheatreWorks to raise the funds needed to assemble a design team to address the large number of technical issues the applicant will need to complete the design of the shell and core and to address the completion of the interior design of the theater. Because TheatreWorks will become the resident theater company of this project’s theater building, TheatreWorks board has been kept up to date with the development of the project and, at a time to be defined, will need to approve the company’s intent to move into the theater that the applicant/patron has designed. A Letter Of Intent outlining the nature of the relationship between TheatreWorks and the City has been drafted for the Council’s review and comment (see Attachment A). Timeline If directed by Council, the City Attorney will preprare ballot measure language for the March 2013 ballot that will be brought back for Council consideration in November. The Council will also need to authorize a new zoning district, the Arts and Innovation District, initiation of the environmental review, and staff may initiate a Comprehensive Plan Amendment. The existing Red Cross building is currently subject to the Williamson Act. Cancellation of the Williamson Act contract may also be a future action. Resource Impact The staff report prepared for consultant contracts provides information on costs related to the preliminary work on the master plan ($536,000). The other costs for the project would include the following:  Cost to prepare an Environmental Impact Report.  Ballot cost.  Cost of staff time to initiate rezoning, attend hearings and prepare staff reports.  Cost to move the Hostess House to an off-site location.  Cost of applications for development, development processing and impact fees to be paid by property owner and applicants. The allocation of costs is yet to be determined. Policy Implications As noted earlier, the planning effort and subsequent projects are likely to effectively implement City goals and objectives related to: a) improved transit, bicycle, pedestrian, and vehicular circulation through this area; b) provision of cultural amenities and a public/community plaza at this central location; and c) enhanced economic development and innovation technologies for downtown. Revisions to the City’s Comprehensive Plan and other policy documents will be required to implement this vision. Environmental Review Council’s comments on the master plan and direction to prepare ballot measure language are not considered “projects” per the California Environmental Quality Act. A complete environmental analysis (Environmental Impact Report) would be prepared upon submittal of the project application. Attachments:  Attachment A: Letters of Support (PDF)  Attachment B: Urban Design Exhibits (PDF)  Attachment C: Building Concepts (PDF)  Attachment D: Parkland Swap Exhibit (PDF)  Attachment E: Timeline (PDF) Prepared By: Amy French, Current Planning Manager Department Head: Curtis Williams, Director City Manager Approval: ____________________________________ James Keene, City Manager STANFORD UNIVERSITY September18,2012 Vice Mayor Greg Scharff Members of the Palo Alto City Council 250 Hamilton Avenue Palo Alto, CA 94301 Re: 27 University Avenue Dear Vice Mayor Scharff and Council Members: John Arrillaga has proposed an intriguing project for property adjacent to the University Avenue CalTrain station in Palo Alto. It would include new office buildings and a performing arts theater to be utilized by the TheatreWorks Company. The property is owned by Stanford University. Although Stanford has not been involved in the development of the proposal, it supports the exploration of this concept among Mr. Arrillaga, TheatreWorks and the City of Palo Alto. The University Avenue CalTrain station is a critical hub for local area transit services. Santa Clara County Valley Transportation Authority, SamTrans and Stanford's Marguerite shuttle buses all use and depend on the area around the station. Stanford believes the project area's transit needs --both current and future --must be creatively and effectively addressed in the site plan and project implementation, including planning for the future use of the Urban Lane area to support expected expansion for additional bus parking. Stanford, including its Parking and Transportation Services office, looks forward to participating in planning for those needs. John Arrillaga is an extraordinary, generous philanthropist who has provided great benefits to the University, as well as other local community projects. Stanford is pleased that the City of Palo Alto will be giving this proposal its thoughtful and constructive consideration. Very truly yours, ~cCown ~~~r of Community Relations Office of Public Affairs Government and Community Relations Building 170, First Floor, Stanford, CA 94305-2040 T 650.725.3320 F 650.725.3577 qty: of Palo Alto Office of the City Manager September 18, 2012 Phil Santora, Managing Director TheatreWorks, Inc. P.O. Box 50458 Palo Alto, California 94303-0458 RE:. Letter of Intent Regarding Community Theater at 27 University Avenue. Palo Alto Dear Mr. Santora: The City of Palo Alto (the "City") and TheatreWorks ("TheatreWorks") (each a "Party" and, collectively, the "Parties") desire to collaborate on a venture intended to result in the design, development and operation of a Palo Alto-based performing arts theater, in the general vicinity of 27 University Avenue, Palo Alto (the "Theater"), to serve the Palo Alto community, its residents, its children, the owners and employees of its businesses and its visitors. The Theater will be developed in conjunction with four multi- storied office buildings on land owned by Stanford University; with an upgraded multi- modal transit center that will service VTA buses and Stanford's Marguerite shuttles; amI with an outdoor plaza area that will be open to the public (collectively, the "Development"). The Development is sponsored by John Arrillaga, in part as a philanthropic gift to the Palo Alto community, TheatreWorks and Stanford University. Located next to EI Camino Park, portions of the Theater, including tlie public outdoor plaza adjacent to which It will be situated, will encroach into a portion of the existing southern boundary of EI Camino Park. The City understands that TheatreWorks desires to enter into an agreement with the ·City, on mutually acceptable terms and conditions, to enable such encroachment and to facilitate the development of a performing arts center that will be a critical element of a new City zone knownas the Arts and Innovation District. The Parties contemplate the following: 1. The Parties desire to form a public-private partnership pursuant to City of Palo Alto Policy and Procedure 1-25. 2. The Development will be located in the vicinity of 27 University Avenue, Palo Alto.· The Theater will be approximately 91,000 net usable square feet. 3. TheatreWorks shall use the Theater, consistent with its 43 year history, as follows: . (a)·· . Provide award winning, nationally recognized theater: --------------Page 1 Printed wilh soy-based blks on 101)'110 recycled pllpcr processed without chlorLlle p.o. Box 10250 PaloAito,CA 94303 650.329.2563 650.325.5025 fax a Winner of 70 Bay Area Critics' Circle Awards since 2002 a Named #1 Performing Arts Organization by the Silicon Va/ley Business Journal o Named Best Place for Live Entertainment by the Palo Alto Weekly a Recognized nationally as a leading regional theatre a Produce world premieres (62 to date) a Draw audiences from the entire Bay Area a Produce more than 200 performances each season (use of stage at least 40 weeks per year; use of rehearsal halls at least 30 weeks per year; use of offices and costume shop 52 weeks per year) (b) Develop innovative new plays and musicals through its nationally recognized New Works Initiative: a Produce new works (120 to date) a Launched the Tony Award winning musical Memphis (c) Provide educational inspiration and pedagogy for the community's teachers, children and young adults: o Continue as a Kennedy Center Partner in Education. o Continue to serve no fewer than 23,000 students annually through programs such as Concepts at Play (which has increased vocabulary retention for science and poetry by more than 100%), -Theatre for English Language Learners, The Young Playwrights' Project, and a touring production performed at local schools featuring current topics recommended by the Palo Alto Unified School District. a Continue to serve teachers with programs embedded in the school day (Theatre Works for Schools) and to provide training to young artists outside of school (The Drama School). 4. The term of the agreement between the Parties, which shall be in the form of a long-term sublease (the" Agreement"), shall be for that certain period commencing after the City has certified the Environmental Impact Report for the Development and expiring, subject to prior termination pursuant to Section 7 below, at the end of the current (and potentially extended) term ofthe ground lease between the City and Stanford University for HI Camino Park. --------------Page2 5. TheatreWorks will not pay rent to the City but, in lieu thereof, TheatreWorks will make portions of the Theater available to the City on terms and conditions to be decided (including, on a space available basis, to community non-profit organizations), which terms and conditions shall not impede TheatreWorks' customary production schedule or the New Works Festival. In addition, to the extent John Arrillaga's financial contribution is not sufficient to finance the same, TheatreWorks shall be responsible for raising all necessary funds to develop, entitle, design, and construct the Theater. During the term of the Agreement, TheatreWorks shall pay for all ongoing maintenance and repair costs of the Theater. 6. Upon TheatreWorks' execution of this Letter of Intent, the Parties understand that TheatreWorks will begin the process of designing a capital campaign and engaging consultants (architects, engineers, etc.) to design the interior of the Theater. 7. In the event that, for two (2) or more consecutive years, (a) TheatreWorks fails to produce at least seventy-five percent (75%) of the number of annual productions that shall be established by the Agreement, or (b) is unable to pay the costs of maintaining the Theater in a first-class condition, the City shall have the right, upon six (6) months' prior written notice, to terminate the leasehold estate on terms and conditions to be set forth in the Agreement. 8. TheatreWorks will furnish a copy of its articles of incorporation and the last three years of annual operating budgets to the City following execution of this Letter of Intent. 9. The City, subject to the approval of the City Council, will contribute not more than $260,000 to be applied to entitlement-related costs and expenses for the Development, including the Theatre. The City will not absorb any other costs or expenses relating to the design and construction ofthe Theater in excess of the sum stipulated above. 10. FoIlowing the issuance by the City of a Certificate of Occupancy for the Theater, all operational costs, including utilities rates and charges and maintenance costs shall be borne by TheatreWorks. 11. Following execution of the Agreement, during the construction of the Development, TheatreWorks will pay all utilities fees and charges that are due and payable to the City's Enterprise Fund in connection with the Development to the extent such costs and expenses are separately billed to TheatreWorks and are not paid by John Arrillaga. Such fees and charges will be listed, to the extent practicable, in an exhibit to the Agreement. 12. The Agreement will be subject to the approval of the Board of Directors of TheatreWorks and the City Council and the approval as to form by the City --------------Page 3 Attorney. The Council will be required to adopt a Park Improvement Ordinance in connection with the Development. 12. This Letter of Intent is not intended to be a contract between the Parties with respect to the Theater or the Development. It is intended to faciIi ta te discussion of the Theater and is only an expression of the basis on which the Parties would enter into an Agreement regarding the Theater and the rights and obligations of the Parties thereunder. The City requests TheatreWorks' execution below of this Letter of Intent in order that the City may proceed to develop a draft Agreement concerning the Development for TheatreWorks' consideration. Neither the City nor TheatreWorks has any obligation with respect to the Development, unless and until (a) the Development is approved by the Board of Directors of TheatreWorks, (b) the Development is approved by the City, (c) TheatreWorks concludes based upon its fund raising efforts that it will be able to raise the funds necessary to construct the interior of the Theater, and (d) a mutually acceptable Agreement is approved by Stanford University, and subsequently executed and delivered by the Parties. Sincerely, James Keene City Manager TheatreWorks hereby acknowledges the foregoing proposed general terms of this Letter of Intent between the Parties pertaining to the Theater. Date: By: Title: ----------------------------Page4 ---------------------------- FUKUJI PLANNING & DESIGN--FGY ARCHITECTS--SANDIS ENGINEERS SEPTEMBER 24, 2012 ARTS & INNOVATION DISTRICT URBAN DESIGN MASTER PLAN FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 ARTS & INNOVATION DISTRICT URBAN DESIGN MASTER PLAN 1. Existing Site Context & Project Area 2. Illustrative Plan 3. Illustrative Plan Detail 4. Existing Ownership & Leases 5. Existing Comprehensive Plan 6. Proposed Comprehensive Plan 7. Proposed Zoning Plan 8. Proposed Transit Circulation 9. Proposed Pedestrian Network 10. Proposed Bicycle Routes 11. Proposed Automobile Site Access 12. Proposed Public Spaces 13. Perspective--New Transit Center at University Avenue 14. Perspective--Entrance to the Arts & Innovation District 15. Perspective--Urban Lane at the Caltrain Depot 16. Perspective--Theater in the Park 17. Perspective--El Camino Real as Grand Boulevard INDEX OF SUPPORTING EXHIBITS ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 EXISTING SITE CONTEXT & PROJECT AREA El Camino Real Un i v e r s i t y Av e n u e P a l m D r i v e Alma Street Qu a r r y R o a d Pa l o A l t o A v e n u e El Camino Park Transit Center StanfordShoppingCenter Sheration MacArthurPark Westin Arboreteum Ly t t o n Av e n u e Ha m i l t o n Av e n u e El Palo Alto Urban Lane Un i v e r s i t y Av e n u e RedCross CaltrainDepot OlympicGrove Palo Alto Medical Foundation PROJECT AREA 0 100’ 500’ N ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 ILLUSTRATIVE PLAN ••••••• • '1.I---1lIJ I tt • ••• • • • • • •• .n.. ..... fJI~CITY OF ~i PALO ALTO ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Illustrative Plan Detail I -------====-......... •• ( =::::::::":"="" '" II "1111 ( C::=I: ====: 11111111111111111111111111 II i fJI~ CITY OF ~r PALO ALTO 11 'IIlIlIlIlIlIlIlIlIlIIlIlIlii , ~ .--.---i------i ,-.., /" I' "- (/ I, I' "'- " ," " , I' \. " , , , , , - " II c ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Park Parcels leased to the City of Palo Alto by Stanford Peninsula CorridorJoint Powers Board State Highway City Streets Leased to Sheraton Hotel by Stanford Palo Alto Medical Foundationof Health EXISTING PROPERTY OWNERSHIP & LEASES Pacific Hotel DevelopmentVenture LLC Leased to the American Red Cross by Stanford Leased to Macarthur Parkby Stanford Depot Parcel sublease by City of Palo Alto to “VTA”, (owned by Stanford) Owned by Stanford Parking Lease Agreement from the City of Palo Alto to the Pacific Hotel Development Venture ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Public Park Regional/CommunityCommercial Major Institution/Special Facilities Service Commercial Major Institution/UniversityLands/Academic Reserve &Open Space EXISTING COMPREHENSIVE PLAN LAND USE DESIGNATION Multiple Family Residential Streamside Open Space Streets & Highways Railroad Tracks Creeks ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Public Park Regional/CommunityCommercial Major Institution/Special Facilities Service Commercial Major Institution/UniversityLands/Academic Reserve &Open Space PROPOSED COMPREHENSIVE PLAN LAND USE DESIGNATION Multiple Family Residential Streamside Open Space Streets & Highways Railroad Tracks Creeks EXISTING DESIGNATIONS Arts & Innovation District NEW DISTRICT DESIGNATION A&I ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 District Boundaries Stanford Lands Public Facilities BOUNDARY OF PROPOSED ARTS & INNOVATION DISTRICT OVER EXISTING ZONING Major Arterial Special Setback Multi-modal Transit Center Arts & Innovation District NEW DISTRICT DESIGNATION EXISTING DESIGNATIONS A&I ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 PROPOSED TRANSIT ROUTES VTA Marguerite Samtrans ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 PROPOSED PEDESTRIAN NETWORK Street Level Pedestrian Network Below Grade Pedestrian Connections ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 PROPOSED BICYCLE ROUTES Bike Lanes Bike Paths Underground Bicycle Connection Existing Bike Lanes Existing Bike Lanes Existing Bike Path ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 PROPOSED AUTOMOBILE SITE ACCESS Drop off/Pick up Parking Access * * ** * ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 1. Transit Plaza 2. Theater Plaza 3. Pedestrian Priority Street 4. Grand Boulevard Street Frontage PROPOSED PUBLIC SPACES 4 3 12 ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 New Transit Center at University Avenue -- View from Palm Drive f~'C'TY OF ~~ PALO ALTO ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Entrance to the Arts and Innovation District -- VIew from Caltrain Depot f~'C'TY OF ~~ PALO ALTO ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Urban Lane at the Caltrain Depot -- View to Theater f~'C'TY OF ~~ PALO ALTO ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 Theater in the Park -- View from El Camino Park f~'C'TY OF ~~ PALO ALTO ARTS & INNOVATION DISTRICT FUKUJI PLANNING & DESIGN & FGY ARCHITECTS SEPTEMBER 18, 2012 El Camino Real as Grand Boulevard -- View along Local Accessway f~'C'TY OF ~~ PALO ALTO ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 1 Massing Concept View from the Southeast Image is of massing concepts only and does not represent color or material 9 & 10 Story  Office Building Theater Improved Lytton  Pedestrian  underpass 6 & 7 Story Office Building Historic Depot Theater Plaza ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 2 Massing Concept View from the Northwest Image is of massing concepts only and does not represent color or material 9 & 10 Story  Office Building Theater Theater Plaza 6 & 7 Story Office Building 3 Floors of  Underground Pkg ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 3 Massing Concept View from the Northwest Image is of massing concepts only and does not represent color or material 9 & 10 Story  Office Building Theater Improved Lytton  Pedestrian  underpass 6 & 7 Story Office Building Historic Depot ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 4 Office Building Ground Floor - Concept Plan Un i v e r s i t y A v e n u e s i d e Th e a t e r P l a z a s i d e El Camino side ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 5 Office Building Typical Upper Floor - Concept Plan Un i v e r s i t y A v e n u e s i d e El Camino side Th e a t e r P l a z a s i d e ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 6 Office Building University Avenue Building – Concept Section 25 o 50 , , I' "-11'-0" " , Mech " '14'-6" " , 10 Mech I "- " 1 4'-6" "- , 9 I' 1 4'-6" "- "-8 -'0 1 4'-6" " "-7 -'0 "--I 1 4'-6" " 6 -b I b I b , 1 4'-6" " 5 I I'-... L.() '0 -..;;;t ~ 1 4'-6" " , 4 (V') ~ ~ 1 4'-6" " " 3 1 4'-6" " , 2 20'-0" , 1 " , " , " I' , , I I "-, 3 Floors of I I Below G rade Parkin 9 I I ~~CITY OF ~f· PAl.O ALTO ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 7 Office Building Theater Plaza Building – Concept Section 25 o 50 Mech , , , Mech 7 , 6 5 -4 I ~ 3 I 0-J 2 0-.. , , 1 , , I I I ~~CITY OF ~f· PAl.O ALTO , , , , , , "-, , I I 1'1 1'-0" "- '14'-6" , '14'-6" '14'-6" '14'-6" -b '14'-6" I i'.. '14'-6" 0 ~ , 20'-0", , , , " , -- I o co , 3 Floors of Below Gr ade Parking ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 8 Theater Building Ground Floor - Concept Plan Un i v e r s i t y A v e n u e s i d e Qu a r r y R o a d s i d e El Camino side Mitchell Lane side ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 9 Un i v e r s i t y A v e n u e s i d e Qu a r r y R o a d s i d e El Camino side Mitchell Lane side Theater Building 2nd Floor - Concept Plan ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 10 Theater Building Concept Section ~~CITY OF ~f· PAl.O ALTO Fly Tower 25 o 50 33'-0" 7'-0' _ -----=~~-------+--3'-O' (:) ~~~~~I-2'-6" b ---+-'----6" ~ ARTS & INNOVATION DISTRICT Fukuji Design & Planning FGY Architects Sandis Engineering September 18, 2012 11 Concept Sections from all Buildings Theater Plaza Office Building University Avenue Office Building Theater Building PARK LAND TO BE REMOVED SQFT = 818 / --I I -/ --I , -- EXISTING PARK LAND TO REMAIN \ -\ ---\ \ ----\ \ /---\ \ /' .--\ \ /" -' \ \ , " / / , /" -- ------ "- " -~ I , ~~ I ~!4 1 t+ I I I I I ! I , , I I I I I r I I I I I I ! I DATE g 17 I ? n.'\TF _____ . 701/ SCALC: 1"-41]' D~AWI" ~y LJM MPRJVED BY: fiT 936 E, Duane Ave, I Sunnyvale, CA 94085 I P. 408.636.0900 I F.408.636.0999 I www.sandls.net SUNNYVALE ROSEVILLE OAKLAND 211188 I<EI",I ETH 1\. OLCO, R.C.[. IK. 5' 07S [XPIR[S 9-30-3 ~~ ~~~ ----- ~ ~ I I I t t ~ ~~ ---------------- ~~ ~. ---- TOTAL PARK LAND TO BE REMOVED SQFT = 34,661 TOTAL PARK LAND TO BE ADDED SQFT = 34,661 J __ _ - -~ ~~ PARK LAND SITE EXHIBIT ------- SC.~LE: ' Po \ \ \ -- \ \ \ ! I . \ \ \ \ \\ ,\ .. \ \ ~ \ ' , 'I \ \ \ \ \ \ \ \1 \ \ \ \ \ \ \ ; \ \ -- \ \ \ \ -- - \ 1 1 , , 1 1 I 1 1 , 1 12 I til 1 ill ,~ I~ I~ I ffi \ I 1 1 I 1 1 , I 1 \ , 1 1 1 \ I 1 1 I 1 1 , , 1 1 \ I 1 I , 1 I 1 \ \ I ---L ~ \ \ , I \ , ' \ \ \ \ , \ \ \ 27 UNIVERSITY AVENUE \ \ \ \ , \ , \ \ \ \ \ , PALO ALTO CALIFORNIA Capyri ght::g LOll :y ~a ndi3 --- I I I SHEET .--   Partial Time Line     Year Planning & Related Events Transit Structures  1864   Railroad was  completed over  the future  University Avenue  1880  Olmstead completes Stanford’s  Property Master Plan  1882 Stanford University Founded 1894 City of Palo Alto Incorporated 1918   The Hostess House is  built at Camp  Fremont in Menlo  Park  19??  The Hostess House is  moved to Palo Alto   1927  Laning Chateau is  completed – 6 stories  1929  The President Hotel  is completed – 6  stories   1930  360 Forest  Completed – 7  stories   1930 Palo Alto Medical Foundation  established  1932 The Community Center function  is relocated from the Hostess  House to the recently completed  Lucie Stern Community Center on  Middlefield Avenue  The Hostess House remains in its current  location and starts a  slow period of  neglect &  deterioration  1940   Train Overpass  (bridge) over el  Camino built  1942 HP completes its first HQ 1955 Stanford Shopping Center  Opened  1962  Channing House  Completed – 142’ &  11 stories   1965  Forest Towers (The  Mark) completed –  13 stories   1966  535 university  completed – 15  stories  1968 Stanford Hospital Incorporated   Year Planning & Related Events Transit Structures  1972  3000 El Camino, Palo  Alto Square is  Completed – 10  stories  1974~  University Avenue  changes from a 4  lane street to 2  lanes and street  trees are added  1975  180 Casa Olga Hotel  complelted – 76’ & 8  stories  1995 The Hostess House (aka Veteran’s  Memorial Building, Historic  Building Inventory ID: 399) is  added to the City of Palo Alto’s  Historic Resources Inventory  Detail  1981 City approves the rezoning of 27  University from PF (Public  Facility) to PC (Planned  Community (PC 3266)) to allow  the MacArthur Park Restaurant  to occupy the Hostess House and  the improvement of the  property.  1983   Southern Pacific  Railroad Depot  rehabilitated  1998 VMware is founded 2007 Project Implementation Plan – Palo Alto Intermodal Transit  Center presented to the Palo Alto  City Council    City of Palo Alto (ID # 3064) City Council Staff Report Report Type: Action ItemsMeeting Date: 9/24/2012 Summary Title: 27 University Avenue Contracts Title: Approval of Professional Services: 1) Contract with Fukuji Planning and Design in Amount of $139,500 for Preliminary Design Concept Services; 2) Contract with Sandis Civil Engineers Surveyors Planners in the Amount of $16,500 for Traffic Engineering, Civil Engineering and Arborist Report Services; and 3) Contract with Fergus Garber Young Consultants in the Amount of $85,000 for Urban Design and Architectural Services 4) Contact with Metropolitan Planning Group in Amount of $45,000 for Project Management for Real Property at 27 University Avenue to be Funded By the Stanford Medical Center Intermodal Transit Funds with a Budget Amendment Ordinance totaling $286,000. From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that Council authorize $286,000 from the Intermodal Transit Funds (set aside in the Stanford Medical Center Development Agreement) to allow for consultant services for the continued design concepts and analysis of 27 University Avenue. Executive Summary This report is related to the 27 University Master Plan staff report also scheduled for the September 24 meeting. The 2011 Stanford University Medical Center (SUMC) Development Agreement provided funds for the design and construction of enhanced pedestrian and bicycle improvements east of El Camino Park, at the intersection of El Camino Real and Quarry Road. Staff was approached about the development of a new office and theater project on this property. In March 2012, Council authorized use of $250,000 in design funds provided in the development agreement to hire a consulting architect, site planner and urban designer, and planner, and to start environmental analyses. This allowed for early coordination with multiple interested parties including all of the different transit agencies, to ensure that the City’s goals and objectives are included in the project design. The original project scope initially reviewed by the Council was for an office and theater, however since that time the project scope has increased to include redesign of the transit center, the functions of the adjacent uses such as Urban Lane, and coordination with various transit agencies. The project parameters and amount of time it has taken to review and coordinate this project has exceeded the original scope and therefore, additional funds are needed to complete the work. Background John Arrillaga has approached the City of Palo Alto about constructing a new theater and office building at 27 University Avenue. TheatreWorks is expected to be the operator of the theater. The land is owned by Stanford University and houses the MacArthur Park restaurant and an office used by the Red Cross. In 2011, the City of Palo Alto entered into a Development Agreement between the City and the Stanford University Medical Center (SUMC) parties. Within the development agreement there is a provision to encourage use of Caltrain, bus and other transit services, and to enhance and encourage use of pedestrian and bicycle connections between the SUMC and downtown Palo Alto. The SUMC Parties agreed to a one-time $2,250,000 payment to the City held in an Intermodal Transit Fund. Up to $2 million would to go towards the development of an attractive, landscaped passive park/green space with a clearly marked and lighted pedestrian pathway, benches and flower borders. The remaining $250,000 would be used for design expenses. It was noted that the City would be responsible for constructing the improvements and the funds would be used only for the specified purposes. Moreover, these funds are earmarked specifically for the intermodal pedestrian improvements and are part of the discretionary infrastructure or sustainability funds. On March 5, 2012, the City Council authorized $250,000 from the Intermodal Transit Funds for consultant services related to the preliminary design and initial environmental review of a potential application for a new office and theater project at 27 University Avenue. The City then hired Fukuji Planning and Design to provide urban design services, FGY Architects to provide architectural design, Metropolitan Planning Group to provide planning services, Sandis Civil Engineers to prepare a preliminary traffic analysis, on-site civil engineering analysis and an arborist report, and Michael Reardon to provide illustrations for this project. The proposed architectural and urban design work was anticipated to continue through the end of May 2012, cumulating in circulation concepts, building footprints, heights and massing design studies, district character studies and site plan concepts for the site. The work has taken longer, particularly due to the need to redesign the transit center, working with the Valley Transportation Authority, SAMTrans, Caltrain, and Stanford’s Marguerite Shuttle to coordinate changes. The project concepts will be presented to the Council on September 24, 2012. Discussion The City has not received a formal application for this project, and the project is in the early stages of design development. The original development concept for the project includes new multi-story office buildings fronting El Camino Real, a separate theater building of approximately 70,000 square feet, and a three-level underground garage. On site improvements would include a public plaza, and enhanced pedestrian, bicycle and transit connections. However, as the consultant team started to consider options, the opportunity to include redesign of the transit facility emerged. This completely changed the development site and required significant new coordination with multiple transit agencies including Valley Transportation Authority (VTA), SamTrans, Caltrain and Stanford’s Marguerite Shuttle operations. The scope also increased to consider the functions on Urban Lane as well as El Camino Park. Part of the project would include moving the historic MacArthur Park building to another location to be determined. The project provides a potential benefit and design opportunity by building a new performing arts theater and mixed-use office building at this location. Redesigning the project has the potential to fulfill the following goals:  Create a new Arts and Innovation District.  Provide TheatreWorks with a new permanent home in Palo Alto.  Design attractive, vibrant, public spaces that are a new civic destination and identifiable entrance to downtown Palo Alto.  Shape mixed-use office development to complement the scale and character of downtown as well as provide ground floor uses to activate public spaces.  Achieve excellence in contemporary architectural design that reflects the City’s identity as a center of technology and innovation.  Redesign the intermodal transit center to address long-term mobility, trip reduction and sustainability goals for the City and Stanford.  Enhance pedestrian and bicycle connectivity to downtown and Stanford, per the SUMC Development Agreement. The goal for this design work is that early coordination between all parties and focused design work will support a future application to create an attractive, vibrant, urban destination and identity for people arriving by transit to Palo Alto, one that complements the scale and character of downtown, and enhances connectivity to downtown and Stanford. During the initial stages of the site planning review, redesigning the transit center emerged as a viable option to increase bus capacity and to allow for a better designed site. Several meetings were held with the various transit agencies to review alternatives. This time intensive work helped open up the site to allow for a more comprehensive design approach. However, the complicated design effort to meet the needs of the city, the developer, TheatreWorks and the transit agencies, extended the time and scope of this important part of the initial design development of the project. The team faced numerous design challenges and obstacles, but continues to work to find appropriate solutions that meet the needs of all of the stakeholders. Staff is seeking Council authorization of $286,000 in additional funds from the Intermodal Transit Funds to complete the design work to bring site plan and massing design concepts to the Council at a meeting in September. The work being performed includes:  Transit circulation concepts;  Roadway configuration;  Parking requirements and strategies;  Site parcelization strategies;  Building footprint, floor area, height and massing concepts;  Urban design;  Public space and connectivity concepts;  Architectural concepts;  District character;  Presentation of these items and on going meetings with major stakeholders; and  Environmental review such as a sanitary sewer study, bridge analysis, traffic analysis and parking structure consultation. The SUMC Development Agreement provided a one-time $2,250,000 payment to the City for pedestrian and bicycle connections and enhancements in the Intermodal Transit Station area. All of the money was to go towards design and construction of improvements. At the time this contribution was made to the City, the construction of these pedestrian improvements would have been the obligation of the City. With this future development project, there is the opportunity to have the project proponent construct or share in the cost to construct these improvements. The additional $286,000 in design funds should not impact the ability to construct improvements on this property, as they are being designed into the framework of the project and would be constructed with the project.. The contracts are attached to this report and include:  Fukuji Planning and Design - $139,500  FGY Architects - $85,000  Sandis Civil Engineering - $16,500  Metropolitan Planning Group - $45,000 Resource Impact The SUMC Development Agreement provided a one-time $2.25 million payment to the City for pedestrian and bicycle connections and enhancements in the Intermodal Transit Station area. These funds are for improvements to enhance the pedestrian and bicycle connection from the Palo Alto Intermodal Transit Center to the existing intersection at El Camino Real and Quarry Road, with up to $2.0 million of that amount going to the development of an attractive, landscaped passive park/green space with a clearly marked and lighted pedestrian pathway, benches, and flower borders. An amount of $250,000 was authorized by the City Council on March 5, 2012 (Staff Report 2602) to fund preliminary design review and environmental studies for the 27 University Avenue project of which $247,369 was spent in Fiscal Year 2012. As of June, 30, 2012, the unaudited balance of the Intermodal Transit funds is $2.003 million. This staff report proposes that $286,000 in additional design costs be appropriated in Fiscal Year 2013. With this approval of additional funds, the Intermodal Transit balance will be $1.716 million. Next Steps As a separate action on the September 24th Council agenda, Council is reviewing a master plan and authorizing staff to draft an advisory measure for the March election to ask voters whether the City Council should initiate a change in the Comprehensive Plan and Zoning code to facilitate the Project and if the City Council should exchange a portion of the El Camino Park for land adjacent to the park to facilitate better site planning for the Project. The ballot language would be brought back to Council for review at a meeting later this year for a March 2013 ballot measure. Environmental Review The request for City Council’s authorization of additional funds is not considered a “project” per the California Environmental Quality Act. An environmental impact report would need to be prepared once an application is submitted and some of the ongoing work will provide input to that study. Traffic and parking, aesthetics (including building heights), and impacts on heritage trees will be of particular interest for this site. Attachments:  Attachment A: Budget Amendment Ordinance to Appropriate $286,000 for Additional Design Costs (DOC)  Attachment B: 27 University Avenue Draft Timeline(PDF)  Attachment C: Agreement with Fukuji Planning and Design (PDF)  Attachment D: Agreement with Sandis Civil Engineers Surveyors Planners (PDF)  Attachment E: Agreement with Fergis, Garber and Young Consultants (PDF)  Attachment F: Agreement With Metropolitan Planning Group (PDF) Prepared By: Amy French, Current Planning Manager Department Head: Curtis Williams, Director City Manager Approval: ____________________________________ James Keene, City Manager ATTACHMENT A ORDINANCE NO. XXXX ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR FISCAL YEAR 2013 TO PROVIDE ADDITIONAL APPROPRIATION OF $286,000 FROM THE STANFORD UNIVERSITY MEDICAL CENTER (SUMC) INTERMODAL TRANSIT FUNDS FOR CONSULTANT SERVICES FOR THE CONTINUED DESIGN CONCEPTS AND ANALYSIS OF 27 UNIVERSITY AVENUE The Council of the City of Palo Alto does ordain as follows: SECTION 1. The Council of the City of Palo Alto finds and determines as follows: A. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 18, 2012 did adopt a budget for Fiscal Year 2013; and B. The 2011 Stanford University Medical Center (SUMC) Development Agreement provided funds for the design and construction of enhanced pedestrian and bicycle improvements east of El Camino Park, at the intersection of El Camino Real and Quarry Road; and C. On March 5, 2012 (Staff Report 2602) City Council authorized $250,000 to fund preliminary design review and environmental studies for 27 University Avenue; and D. Further funds in the amount of $286,000 are needed for consultant services to continue concept design and analysis of the expanded scope of the project; and E. City Council authorization is needed to amend the Fiscal Year 2013 Operating Budget as hereinafter set forth. SECTION 2. The sum of Two Hundred Eighty Six Thousand Dollars ($286,000) is hereby appropriated to Planning Contracts in the Planning and Community Environment Department and the SUMC Intermodal Transit balance is correspondingly reduced. SECTION 3. The Intermodal Transit portion of the SUMC Development Agreement Fund is hereby reduced by Two Hundred Eighty Six Thousand Dollars ($286,000) to One Million Seven Hundred Sixteen Thousand Six Hundred Thirty-one Dollars ($1,716,631). SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. As provided in Section 2.04.330 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. SECTION 6. The Council of the City of Palo Alto hereby finds that this is not a project under the California Environmental Quality Act and, therefore, no environmental impact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Director of Public Works Director of Administrative Services 2012 2013 2014 Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec CC Ballot Language 9/4 CC 54 EIR Scope Approval Submit AppCity Initiate Zone Change Submit Ballot Language for March Election Advisory Vote in March Election EIR Cerification and Project ConsiderationEI R AR B P& T C ARB P&TC Review 27 UNIVERSITY AVENUE TIMELINE 8/9/2012 Budget Adjustment 9/24 (tentative) CC Project Review Professional Services Rev. June 2, 2010 1 CITY OF PALO ALTO CONTRACT NO. S12145607 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND FUKUJI PLANNING & DESIGN FOR PROFESSIONAL SERVICES This Agreement is entered into on this day of August, 2012, (“Agreement”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and FUKUJI PLANNING & DESIGN, a Sole Proprietor, located at 604 San Carlos Avenue, Albany, California 94706, Telephone (510) 612-3834 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to develop a preliminary design concept for the real property located 27 University Avenue, Palo Alto (“Project”) and desires to engage a consultant to prepare a design in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through 08/31/2013 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. Professional Services Rev. June 2, 2010 2 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A”, including both payment for professional services and reimbursable expenses, shall not exceed One Hundred Thirty Nine Thousand Five Hundred Dollars ($139,500.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed One Hundred Thirty Nine Thousand Five Hundred Dollars ($139,500.00). The applicable rates and schedule of payment are set out in Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit “A”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C-1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. Not applicable. Professional Services Rev. June 2, 2010 3 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc SECTION 9. COST ESTIMATES. Not applicable. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Bruce A. Fukuji as the Project Manager, Email: bruce@fukuji.com Telephone: (510) 612-3834 to have supervisory responsibility for the performance, progress, and execution of the Services and as the Project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City’s project manager is Khashayar Alaee, Planning and Community Environment Department, 250 Hamilton Avenue Palo Alto, CA 94303, Email: Khashayar.Alaee@CityofPaloAlto.org , Telephone: (650) 329-2230. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. This conveyance shall not deprive the Architect of the right to retain electronic data or other reproducible copies of the Drawings and Specifications or the right to reuse information contained in them in the normal course of the Architect's professional activities including rights protected under the Architectural Works Copyright Protection Act of 1990. The Architect shall be given appropriate credit in any public display of such documents Upon delivery, all work product, including without limitation, all final drawings and specifications and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual Professional Services Rev. June 2, 2010 5 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. Consultant shall protect, indemnify, defend and hold harmless the City and its respective City Council members, officers, employees, agents and representatives from and against all liability losses, damages, demands, claims, suits, settlements, judgments, costs and expenses, including attorneys' fees, expert witness fees, and other reasonable expenses of litigation, arising out of or related to the negligent acts, errors or omissions, gross negligence or willful misconduct of Consultant in its performance of the Consulting Services hereunder, and the insurance required hereunder shall not reduce such indemnification obligation. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. Professional Services Rev. June 2, 2010 6 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 19.4, 20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk Professional Services Rev. June 2, 2010 7 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. Professional Services Rev. June 2, 2010 8 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City’s Environmentally Preferred Purchasing policies which are available at the City’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements:  All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office.  Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. Professional Services Rev. June 2, 2010 9 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc 25.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City’s express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written, CITY OF PALO ALTO FUKUJI PLANNING & DESIGN City Manager APPROVED AS TO FORM: Senior Ass!. City Attorney Date: Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-l ": EXHIBIT "D": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 10 Professional Services Rev. June 2, 2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRIAN\Contracts\S12145607 Fukuji Planning & Design\S 12145607 Fukuji Planning FINAL.doc Professional Services Rev. June 2, 2010 11 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc EXHIBIT “A” SCOPE OF SERVICES Task 1. Project Management Task 1.1 Project Management. Coordinate design work and communications with City staff and consultants regarding decision-making and issues resolution on design, process, schedule, deliverables and external project communications. Task 2. Collaborative Design Process Facilitate frequent and regular input and feedback with city staff, Mr. Arrillaga, Santa Clara Valley Transportation Authority (VTA), Stanford University transportation staff, SamTrans, Caltrain and Theaterworks on project design to achieve mutually acceptable solutions. Develop transit circulation, urban design and building architecture for the project. Task 2 includes: Task 2.1 City Meetings. Weekly project team meetings. Task 2.2 Mr. Arrillaga Meetings. Up to twice a week meetings. Task 2.3 Transit Agency Meetings. Up to 6 project meetings. Task 3. Site Analysis -- NA Task 4. Program Review and Development -- NA Task 5. Design Concepts Prepare a master plan level site plan for the expanded project area. Expanded project area includes southern edge of El Camino Park, the project site, the University Avenue loop and Urban Lane. Detailed site design including infrastructure improvements, landscape/urban design features, grading, drainage, site utility design and accommodating public art are not included in this scope. Master plan site planning consists of the following tasks: Task 5.1 Transit Center Design and Circulation Concepts. Develop a concept design for the relocation of the intermodal bus transit center from the existing location to the University Avenue loop that serves and expands existing capacity and operations, as well as enable future expansion of transit capacity. Task 5.2 Building Footprint, Floor Area, Height and Massing Concepts. Jointly prepare with FGY building footprint, floor area, height and massing concepts that respond to site context and master planning design objectives. Task 5.3 Urban Design, Public Space and Connectivity Concepts. Develop site planning concepts that shape the form, size, scale, orientation, massing, ground level uses of buildings, public spaces, pedestrian and bicycle connectivity, site access and parking. Professional Services Rev. June 2, 2010 12 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc Task 5.4 Architectural Concepts. Support FGY and John Arillaga’s design work to develop the architectural character of the office and theater buildings to support the urban design of the district. Task 5.5 District Character. Develop concepts for the visual character of the Innovation and Arts District to be illustrated by the renderer. Direct the City’s renderer to create ground level perspective views (renderer not included in this scope of services or fees). Task 5.6 Presentation and Documentation. Jointly prepare with FGY presentation documents. Fukuji Planning & Design will focus on illustrating a master site planning concept with supporting drawings, cross-sections of key elements and sketch views to show scale, use and character of proposed urban design. FGY will focus on presenting and documenting the architectural design of the project. Deliverables: • Maps • Project area • Land use • Public spaces • Connections (pedestrian, bike, auto and transit) • Transit circulation • Urban design • Illustrative Plan (with landscape concept) • Illustrations • Street sections Professional Services Rev. June 2, 2010 13 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion Task 1. Project Management on-going Task 2. Collaborative Design Process on-going Task 5. Preliminary Design Concepts September 30, 2012 Professional Services Rev. June 2, 2010 14 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc EXHIBIT “C” COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and reimbursable expenses shall not exceed $139,500.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $139,500.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $139,500.00and the total compensation for Additional Services does not exceed $139,500.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $3,500.00 (Project Management) Task 2 $40,000.00 (Collaborative Design Process) Task 3 $91,000.00 (Design) Sub-total Basic Services $134,500.00 Reimbursable Expenses $5,000.00 Total Basic Services and Reimbursable expenses $139, 500.00 Additional Services (Not to Exceed) $0.00 Maximum Total Compensation $139,500.00 REIMBURSABLE EXPENSES Professional Services Rev. June 2, 2010 15 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. Mileage expense for travel to and from project meetings, parking and tolls will be reimbursed at actual cost. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $0.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: Professional Services Rev June 2, 2010 18 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc EXHIBIT “C-1” HOURLY RATE SCHEDULE Hourly Rates Fukuji Planning & Design costs for professional services are incurred as professional time costs and direct costs associated with performance of project tasks. Professional time is billed according the following hourly rates: Personnel Rate Per Hour Bruce A. Fukuji, AIA Principal $ 195.00 Urban Designer $ 125.00 Technical/Administrative Staff $ 65.00 Hourly billing rates are valid through December 2012. Reimbursable Expenses Direct Costs Direct costs or project expenses such as photocopying (large-quantity); plotting; printing (b&w, color); workshop supplies; equipment rental; and other direct project expenses will be charged at cost plus 10%. Communications Cost of communications including long-distance telephone (excluding cell phones), facsimile, postage, courier, and other delivery costs will be charged at cost plus 10%. Mileage and Travel Mileage charge for personal autos will be the currently applicable mileage rate established by the Internal Revenue Service. Travel time will be billed at half of the above hourly rates for trips longer than ½ hour. All other travel expenses such as parking, tolls, etc. will be charged at cost. Payment Payments are due within thirty (30) calendar days of the invoice date. Professional Services Rev June 2, 2010 19 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc Professional Services Rev June 2, 2010 20 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc EXHIBIT “D” INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. Professional Services Rev June 2, 2010 21 C:\Users\zbetten\Desktop\0130981 S12145607 Fukuji Planning Draft Rev 07312012.doc C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 CITY OF PALO ALTO CONTRACT NO. S12145609 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND SANDIS CIVIL ENGINEERS SURVEYORS PLANNERS FOR PROFESSIONAL SERVICES This Agreement is entered into on this day of August, 2012, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and SANDIS CIVIL ENGINEERS SURVEYORS PLANNERS a California Corporation, located at 3007 Douglas Boulevard, Suite 105, Roseville California 95661, Telephone (408) 636- 0999 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to develop a preliminary design concept for the real property located at 27 University Avenue, Palo Alto ("Project") and desires to engage a consultant to provide Traffic Engineering Services, Civil Engineering Services and Arborist Repmt in connection with the Project ("Services"). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of thi s Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through 08/31/2013 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. Proressionnl Services Rev.June2,2010 CITY's agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursa ble expenses, shall not exceed Sixteen Thollsand Five Hundred Dollars ($16,500.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Sixteen Thousand Five Hundred Dollars ($16,500.00). The applicable rates and schedule of payment are set out in Exhibit "C-I ", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Ex hibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Ex hibit "A". SECTION S. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the se rvices performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-I "). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT's payment requests shall be subject to verification by CITY. CONSULTANT shall send all in voices to the City's project manager at th e address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. OUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform th e Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, ifpermitted, have and shall maintain dlll'ing the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or si milar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. 2 Professional Services Rev. June 2, 2010 S;\ASD\I'URCH\SOLICITATIONS\CURRENT BUYER·eM FOLDERS\OTHERS • ADRJAN\Contracls\S 12145609 Sllndis Civi l Engineers\S 12145609 Sandis Civil Engineers FINAL; Rev 08022012L.doc SECTION 8. ERRORS/OMTSSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSUL TANT has prepared plans and specifications or other design documents to construct the Project, CONSUL TANTshall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. Tfthe total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY's stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSUL TANT's obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. CONSUL TANTshall not subcontract any portion ofthe work to be performed under this Agreement without the prior written authorization of the city manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Amy Taylor as the Project Manager, Email: ataylor@sandis.ne.t , Telephone: (650) 473-0400 to have supervisory responsibility for the performance, progress, and execution of the Services and as the Project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key persollnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY's project manager. CONSULTANT, at CITY's request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City's project manager is Khashayar Alaee, Planning and Community Environment Department, 250 Hamilton Avenue Palo Alto, CA 94303, Email: Khashayar.Alace@CityofPaloAlto.org , Telephone: (650) 329-2230. The project manager will be CONSULTANT's point of contact with respect to performance, progress and execution of the Services. The C ITY may designate an 3 Professional Services Rev.Junc2,20JO S:\ASO\PURCIf\SOLlCITATIONS\CURRENT BUYER-eM FOLDERS\OTHERS· ADRIAN\ContmCls\SI21 45609 Sand is Civil Engineers\S 12145609 Sand is Civil Engineers fiNAL; Rev 08022012L.doc alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifi cations, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive propelty of CITY without restriction or limitation upon their use. CONSUL TANTagrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, ifany, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULTANT fUliher agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of thi s Agreement. SECTION 16. INDEMNITY. 16 .1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any ot her loss, including all costs and expenses of whatever nature including attorneys fees , experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willfu l misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regard less of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to requ ire CONSULTANT to indemnify an Indemnified Party from Claim s arising from the active negligence, sole negligence or willful misconduct of an Indemnified Palty. 16.3. The acceptance of CONSULTANT's services and duties by CITY sha ll not operate as a waiv er of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. J ProfessioJlal Services Rev. June 2, 2010 S;\AsmpURCH\SOLICITATIONS\CUR.R.ENT BUYER·eM fOLDERS\OTHERS • ADRIAN\Conlracts\S 12145609 Snndis Civil Engineers\S 12145609 Sand is Civil Engineers FINAL; Rev 08022012L.doc 18.1 . CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "E". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best 's Key Rating Guide ratings of A·:VlI or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY's Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current celtificates evidencing the insurance are provided to CITY 's Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of thi s Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSUL TANTwili immediately di scontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereofto CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, ifany, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSUL TANTwili be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on 5 Professionlll Services Rev. June2,2010 S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER·eM FOLDERS\OTHERS -ADRIAN\Contracls\S 12145609 Sand is Civil Engineers\S 12145609 Sandis Civil Engineers FINAL; Rev 08022012L.doc or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account ofa default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT's services which are ofdirect and immediate benefit to CITY as such determination may be made by the C ity Manager acting in the reasonable exercise ofhis/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14,15,16,19.4,20, and 25. 19.5. No payment, paltial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1 . In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance ofthis Agreement, it will not employ subconsuitants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY ; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3 . If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations ofthe Fair Pol itical Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. 6 Proressional Services Rev.June2,2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER·eM FOLDERS\OTHERS -ADRIAN\Contrncls\S 12145609 Sandis Civil Enginccrs\S12145609 Sandis Civil Engineers FINAL; Rev OS022012L.doc SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REOUIREMENTS. CONSULTANT shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City'S Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In palticular, Consultant shall comply with the following zero waste requirements: • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum 0[30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City'S Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusablelreturnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verilY that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter ofthe City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event ofa conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 7 Professional Services Rev. June2.2010 S:\ASO\PURCH\SOLICITATIONS\CURRENT BUYER-eM FOLDERS\OTI-IERS -ADRIAN\Contracls\S 12145609 Sandis Civil Engineers\S 12145609 Sand is Civ il Engineers FINAL; Rev 08022012L.doc 25.2. [n the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing palty shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25 .5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds 01' rules that any provision of this Agreement 01' any amendment thereto is void 01' unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a palt of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5( d) about a California resident ("Personal [nformation"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City's express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 8 Professional Services Rev. JUlle2, 2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-eM fOLDER$\OTHERS · ADRIAN\Colllracts\SI21 45609 Srll1dis Civil Enginccrs\S12145609 Sandis Civil Engineers PINAL; Rev 08022012L.doc IN WITNESS WHEREOF, the pal1ies hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO SANDIS CIVIL ENGINEERS SIIRVEYORSPLANNERS City Manager BY~ LA-( Name: L-p.v f\.,.C>.. CA GI\.AL.- Title: S"'>fl'>'ey ~"'IL, A-SSoC. p""NC.l p<>A- APPROVED AS TO FORM: Senior Ass!. City Attorney Date: Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-l": EXHIBIT "D": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 9 Professional Services Rcv.June2.2010 S:\ASD\PURCH\SOLICITA T10NS\CURRENT BUYER·eM rOLDERS\OTHERS -ADRJAN\Conlmcls\S 12145609 S;mdis Civil Engineers\S 12145609 Sandis Ch'iI Engineers FINAL; Rev 08022012L.doc IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO SANDIS CIVIL ENGINEERS SURVEYORS PLANNERS City Manager B~ /.A0 Name: (...,b.U {lA c..,o. BI\.A-L- Title:s..,,,",,,!2-j MNc"II..,. ASS"<=-. pa...''''<=<,~ APPROVED AS TO FORM: Senior Ass!. City Attorney Date: Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-I ": EXffiBIT "0": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 9 Professional Services Rev. June 2, 2010 S:\ASD\PURCH\SOLICITAT10NS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRlAN\Conlracls\SI2145609 Sand is Civil Engineers\S 12145609 Sand is Civil Engineers FINAL; Rev 080220 12L,doc SANITARY SEWER STUDY EXHIBIT "A" SCOPE OF SERVICES $4,000 • Prepare Site Sanitary Sewer Analysis. Coordinate with Caitrans for utility encroachment. MEETINGS Attend coordination meetings with City and Consultants. 11 $12,500 Professiollll! Services Rev. June 2, 2010 S:\ASD\PURCH\SOLICITAT10NS\CURRENT BUYER-eM FOLDERS\QTIIER$ -ADRIAN\Contrncts\SI2145609 Snndis Civil Engineers\S 12145609 Sand is Civil Engineers FINAL: Rev 08022012L.doc EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Task I. Sanitary Sewer Study Task 2. Sanitary Sewer Study; Meetings 3 Completion No. of Days From NTP 90 90 Professional Services Rev. June2,2010 S:\ASO\PURCH\SOLICITATIONS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRIAN\Conlrncts\S 12145609 Salldis Civil Engineers\S 12145609 Sandis Civil Engineers FINAL; Rev 08022012L.doc EXffiBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-J up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $ I 6,500.00 CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $16,500.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set f0l1h herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $16,500.00. and the total compensation for Additional Services does not exceed $ I 6,500.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task I $4,000.00 (Sanitary Sewer Study) Task 2 $12,500.00 (Sanitary Sewer Study; Meetings) Sub-total Basic Services $16,500.00 Reimbursable Expenses None Total Basic Services and Reimbursable expenses $ I 6,500.00 Additional Services (Not to Exceed) $00.00 Maximum Total Compensation $16,500.00 RE~URSABLEEXPENSES 14 Proressional Services Rev. June2,20JO S:\ASD\PURCH\SOLICITATION$\CURRENT BUYER·eM FOLDERSIOTHERS -ADRIAN\Conlrncts\$ 12145609 Sandis Civil Engineers\S 12145609 Sand is Civil Engineers FINAL; Rev 080220 12L.doc The administrative, overhead, secretarial time or secretarial ovel1ime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: NONE A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $0.00 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, atthe CITY's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: 15 Professional Services Re .... June2, 201 0 S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRJAN\Conlmcts\S 12145609 Saudis Civil Engineers\S 12145609 Sandis Civil Engineers FINAL: Rev 080220 12L.doc EXHIBIT "C-l" HOURLY RATE SCHEDULE Prepare Existing Conditions Section • Senior Traffic Engineer @$150/Hr • Project Engineer@ 120/Hr • Graphics 24 Hours @ 100/Hr Traffic Impact Analysis • Senior Traffic Engineer@ $150/Hr • Project Engineer @ 120/Hr • Graphics @ 100/Hr Subtotal Mitigation • Senior Traffic Engineer @ $150/Hr • Project Engineer@ 120/Hr • Graphics @ 100/Hr Draft Report Preparation • Senior Traffic Engineer @ $150/Hr • Project Engineer @ 120/Hr • Graphics 20 Hours @ 100/Hr Response to Comments from PEER Review/lncorporation into DEIR • Senior Traffic Engineer @ $150/Hr • Project Engineer@ 120/Hr • Graphics @ 100/Hr 18 ]'rofessional Services Rev June 2. 2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER·eM FOLDERS\OTHERS . ADRIAN\Contrncts\S 12145609 Sandis Civil Engineers\S [21 45609 Sandis Civil Engineers FINAL; Rev 08022012Ldoc EXHIBIT "0" INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURP.NCE IN TIIE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFOnDED BY CO!UPANIES WITII AM BEST'S KEY 11.ATlNG Of ,\·:VII, OR HtGnER, LICENSED ORAUTIIORIZED TOTRANSACfINSURANCE BUSINESS IN THE STATE OF CALIFORNIA. A WARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REOUIREMENTS, AS SPECIFIED, BELOW: NINIf.IUN LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY 51,000,000 51,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE 51,000,000 51,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE 51,000,000 51,000,000 LIABILITY COMBINED. BODILY INJURY 51,000,000 51,000,000 -EAC H PERSON 51,000,000 51,000,000 -EAC H OCCURRENCE 51 ,000,000 51,000,000 AUTOMOBILE LIABILITY, iNCLUDING ALL OWNED, HIRED. NON·OWNED PROPERTY DAMAGE 51.000,000 51,000,000 BODILY INJURY AND PROPERTY 51,000,000 51,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES 51.000.000 "fl-IE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, TIle INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULT ANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION Of WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CIT\'. ITS COUNCIL MEMBERS, OfFICERS. AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLA nON; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF S5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACToR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. 19 Professional Services RcvJune2,2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRlAN\Conlrncls\SI2145609 Sand is Civil Engincers\S 12145609 Sand is Civil Engineers FINAL; Rev 08022012L.doc III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF "IlIE OPERATIONS OF THE NAMED INSURED, IN SURANCE AS AFFORDED BY THlS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS L1ABILlTY THE NAM ING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RI GHTS OF THE INSUREO AGAINST ANOTHER, BUT THIS ENDORSEMENT, ANO HIE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION I. IF THE POLICY IS CANCELED BEFORE ITS EXI'IRA TlON DATE FOR ANY REASON OTHER THANTHENON-PAYMENTOF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRI1TEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IFTHE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVTDE CITY AT LEAST A TEN (10) DA Y WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTllATION CITY OF PALO ALTO P.O. 1l0X 10250 PALO ALTO, CA 94303 20 Professional Services Rev June 2, 2010 S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-e M FOLDERS\OTHERS -ADRIAN\Col1lracts\SI2 14 5609 Srmdis Civil Engineers\S 12 145609 Sand is Civil Engineers FINAL; Rev 080n012L.doc CITY OF PALO ALTO CONTRACT NO. S12154608 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND FERGUS GARBER YOUNG CONSULTANTS FOR PROFESSIONAL SERVICES This Agreement is entered into on this day of August, 2012, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and FERGUS GARBER YOUNG CONSULTANTS a California Corporation, located at 81 Encina Avenue, California 94301, Telephone (650) 473-0400 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to develop a preliminary specific plan concept for the real property located at 27 University Avenue, Palo Alto ("Project").The CITY desires to engage CONSULTANT to support the City'S development ofthis specific plan, including the development of potential character, size and locations of buildings and structures that support the concepts of this specific plan .. B. CITY intends to engage the applicant(s) who wish to develop this site in the design development of their proposal( s) to better inform the applicant( s) of the CITY's goals, policies, and requirements that constrain the design of any proposed development of this site. The City desires to engage the CONSULTANT to support the CITY's engagement of these applicants in these discussions. C. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. D. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through 09/30/2013 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part Professional Services Rev.JWlc2,2010 of this Agreement Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CON SUL T ANT. CONSULT ANT shall not be responsible for delay caused by factors beyond the reasonable control of CONSUOL TANT. CITY's agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit" A", including both payment for professional services and reimbursable expenses, shall not exceed Eighty Five Thousand Dollars ($85,000.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Eighty Five Thousand Dollars and ($85,000.00). The applicable rates and schedule of payment are set out in Exhibit "C-l", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION S. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-l "). The information in CONSULTANT's payment requests sha1l be subject to verification by CITY. CONSULTANT shall send all invoices to the City'S project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. OUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULT ANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULT ANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and 2 Professional Services Rev. June 2, 2010 S:IASDIPURCHISOLICITA TIONSICURRENT BUYER.(:M FOLDERSIOTHERS • ADRIANlContractslS 12145608 FCfI:IIS Garber Young AtcbiteclSISl2154608 W·Fe<gUS; FINAL 08242012.doc in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. [Intentionally omitted] SECTION 9. [Intentionally omitted.] SECTION 10. INDEPENDENT CONTRACTOR. It is Wlderstood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT's obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. S.ECTION 12. SUBCONTRACTING. CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Daniel Garber as the Project Manager, Email: dan@fgy-arch.com , Telephone: (650) 473-0400 to have supervisory responsibility for the performance, progress, and execution of the Services and as the Project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval ofthe CITY's project manager. CONSULTANT, at CITY's request, shall promptly remove personnel who CITY [mds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City's project manager is Khashayar Alaee, Planning and Community Environment Department, 250 Hamilton Avenue Palo Alto, CA 94303, Email: Khashayar.Alaee@CityofPaloAlto.org , Telephone: (650) 329-2230. The project manager will be CONSULTANT's point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the 3 Professional Services Rev. Junc2. 2010 S:IASD\PURCHISOLICIT A TIONSICURRENT BUYER-CM FOLDERSIOTHERS • ADRlANlContractslS 12145608 Fergus Garbe< Young Architec1s1S12154608 W-Fergus; FINAL 08242012.1100 exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indenmify an Indenmified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT's services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18 .1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "E". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers 5 Professional Services Rev. June 2. 2010 S:\ASD\PURCHISOLICIT ATIONSICURRENT BUYER-CM FOLDERSIOTHERS -ADRIANlCootmctslS 12145608 F..-gus GIUber Yo_ An;hitectsISI2154608 W-F..-gus; FINAL 08242012.doc with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY's Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, , by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY's Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. If the notice provides cause, CONSULTANT shall be provided 10 days to correct any default to the City's reasonable satisfaction. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether ornot completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (Le., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT's services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise ofhislher discretion. The following Sections will 6 Professional Services Rev, Junc 2, 2010 S,IASDlPURCHISOLlCIT A TIONSICURRENT BUYER-CM FOLDERSIOTHERS • ADRIANlContractslS 12 145608 Fcraus Garber YoomS Architec"IS12154608 W·F",gus; FINAL 08242012.doc survive any expiration or tennination of this Agreement: 14, 15, 16, 19.4,20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project manager at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State ofCalifomia. 21.3. If the CITY's Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. 7 Professional Services Rev. Junc2, 2010 S:\ASD\PURCHlSOLlCITATIONS\CURRENT BUYER·CM FOLDERS\OTHERS -ADRIAN\Contracts\S1214S608 Fergus Garber Young Architects\S12154608 W-Fergus; FINAL 08242012.doc SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code, which have been provided to the consultant, relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REOUIREMENTS. CONSULTANT shall comply with the City'S Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply to the best of their ability with waste reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply to the best of their ability with the City's zero waste guidelines: • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of tills policy is on file at the Purchasing Office. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subjectto the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for tills Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of tills Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25 .2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of S Profe,sional Services Rev. June 2, 2010 S:\ASDIPURCHlSOLlClTATIONS\CURRENT BUYER-CM FOLDERS\OTHERS • ADRIANlConlraCU\S1214560S Fergus Garber Young Architects\s121S4608 W-Fcrgus; FINAL 08242012.doc California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consnltants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. AIl exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident ("Personal Information"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City's express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 9 Professional Services Rev. June 2, 2010 S:\ASD\PURCH\SOLICITATlONS\CURRENT BUYER-eM FOLDERS\OTHERS -ADRIAN\Contracts\S12145608 Fergus Garber Young Architccts\S12154608 W-Fergus; FINAL 08242012.doc IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO FERGUS GARBER YOUNG CONSULTANTS City Manager APPROVED AS TO FORM: Senior Ass!. City Attorney Date: Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-l": EXHIBIT "0": EXHIBIT "E": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES SUPLEMENTAL TERMS AND CONDITIONS INSURANCE REQUIREMENTS 10 Professional Services Rev. June 2. 2010 S:IASD\PURCIllSOLlCITATIONSICURRENT BlNER-CM FOLDERSIOTHERS • ADR1ANlConttactsISI214560S Fergus Garb.,. Young Architccts1S1215460S W·Forgus; FINAL OS242012.doc Professional Services Rev. June 2, 2010 11 C:\Users\zbetten\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\F2VT6L4J\S12154608 W-Fergus W-City Legal Comments Changes 08242012.doc EXHIBIT “A” SCOPE OF SERVICES Specific Plan Development - Phase Two Tasks include: 1. Agency and Stakeholder Engagement, Continued 2. Theater Use Entitlement Development 3. City Council Presentation including; Exhibit Production, Staff Report Review, Public Presentation Applicant Support - Phase Two Tasks include: 1. Meetings with Applicant(s) , Continued 2. Review of Applicant design concepts, Continued Assumptions City Staff will take an active role including, but not limited to the following tasks:  Perform project administration tasks including meeting agenda, notes, internal team coordination, communications and scheduling.  Manage the Public’s and the City Council’s communication and directions to and from the City’s Design Team.  Represent the City’s interests at meetings with Mr. Arrillaga and his design team.  Manage the Design Team’s outreach to other agencies as necessary including but not limited to the VTA, Marguerite Shuttle, CalTrain and Samtrans.  Present project status and issues to the City Council including preparing presentation materials. City Staff and City consultants will provide the following information to the scope of the CONSULTANT, including but not limited to the following:  Assist in the programming of public spaces.  Recommend solutions to the relocation of the Julia Morgan Building and Red Cross occupancy.  Provide parking and traffic, historic resources, utility, arborist and other technical analysis or studies.  Provide direction related to the pedestrian and bicycle connectivity in the case other future development for the site. Scope Limitations Communication and or presentation of the project to the Commission and City Council, stakeholder and community engagement, renderings and the engagement of a renderer, are not included in this scope of work. The CONSULTANT shall provide no cost estimating. The CONSULT ANT shall not be responsible for any errors or omissions contained in any document they prepare for the CITY. The CONSULTANT will be responsible for the collection of the goals and objectives the CITY wishes to be represented in the Specific Plan Concept the CITY is preparing, and for the representation of the concepts that are developed to address the CITY's goals and objectives depicted in Specific Plan Concept. If the CITY assumes ownership of the work products of the CONSULTANT, the CITY shall give acknowledgement of the CONSULTANT's authorship of those work products and the CITY takes complete responsibility for the accuracy ana completeness of the product and the purpose for which the work products are bem¥ used by the CITY. •. " 12 . , Professional Services Rev. June 2, 2010 S:IASDIPURCH\SOLlCITA T10NSICURRENT BUYER-CM FOLDERSIOT!{ERS • ADRIANlCon ...... 1S 12145608 Fcrguo Garber Young ArehitecISIS121S4608 W-Fcrguo; FINAL 08242012.doc EXHlBIT"B" SCHEDULE OF PERFORMANCE CONSULTANT shall perfonn the Services so as to complete each milestone within the nwnber of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement (email is acceptable) of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Specific Plan Development -Phase Two Applicant Support -Phase Two 13 Completion Date or No. ofDays/Weeks FromNTP September 24,2012 September 24,2012 Professional Services Rev. June 2, 2010 S:IASDIPURCHISOLlCITATIONSICURRENT BUYER·CM FOLDERSIOTHERS • ADRIANlContractslS1214S608 Fergus Garber Young Architects\S12154608 W-Fergus; FINAL 08242012.doc EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit Col up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULT ANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $85,000.00. CONSULT ANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $85,000.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. This does not prevent the City and Consultant from entering into a separate contract for additional related services. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $85,000.00 and the total compensation for Additional Services does not exceed $0.00 for this contract. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Specific Plan Development -Phase Two $45,000.00 Applicant Support -Phase Two $30,000.00 Sub-total Basic Services $75,000.00 Reimbursable Expenses $ 10,000.00 Total Basic Services and Reimbursable expenses $85,000 Additional Services (Not to Exceed) $0.00 Maximum Total Compensation $85,000.00 REllWBURSABLEEXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the 14 Professional Services Rev. June 1. 2010 S:IASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIOTHERS • ADRIAN\ContractsISI2145608 Fcrgus Garber Young Architects\S121S4608 W-Fergus; FINAL 08242012.doc following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: • Long distance services, dedicated data and communication services, teleconferences, Project Web sites, and extranets; • Fees paid for securing approval of authorities having jurisdiction over the Project; • In and Out of house printing, reproductions, plots, standard form documents; The consultant may charge $.07 for 8.5xll, $1.72 for 23x18 and $3.00 for 24"x36" prints or copies without obtaining advanced authorization. • Postage, handling and delivery; • Expense of overtime work requiring higher than regular rates, if authorized in advance by the CITY; • Renderings, models, mockDups, professional photography, and presentation materials as requested by the CITY; • CONSULTANT's Consultants' expense of professional liability insurance dedicated exclusively to this Project, or the expense of additional insurance coverage or limits if the CITY requests such insurance in excess of that normally carried by the CONSULTANT's consultants; • Costs charged by the Consultant's insurance carriers to add or reference the City in the insurance policies, including workers compo • All taxes levied on professional services and on reimbursable expenses, if any Transportation and authorized out-of-town travel and subsistence. For driving beyond a 10 mile radius of our office we charge the standard IRS mileage rate. A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telepbone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $300.00 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-l. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement 15 Professional Services Rev. June 2, 2010 S:IASOIPURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIOTHERS· ADRIANlContracts1S12145608 Fergus Oarbe>" Young Arcbitects\S12154608 W-Fergus; FINAL 08242012.doc Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services: 16 Professional Services Rev. June 2, 2010 s:IASnIPURCHISOLICITA TIONS\CURRENT BUYER-CM FOLDERS\OTHERS -ADRlANlContractslS 12145608 Fergus G",ba Young Archil<Cts\SI2154608 W-Fergus; FINAL 08242012.doc TIME AND EXPENSE FEES EXHIBIT "C-l" HOURLY RATE SCHEDULE All services performed on a time and expense basis will be billed at the assigned person's standard hourly rate, as follows: Intern Designer Arch I Arch 2 PAIPM Principle 45 85 105 125 145 (also Sustainability Manager & principle's time when drafting) 175 (meetings, management, and design) We bill monthly and payments are due within thirty (30) calendar days of the invoice date. Invoices for time and expense based fees will list the people who are working on the project, their hours, and a brief description of the tasks they have worked on. Monthly invoices include only the time that have been approved by FGY management prior to that invoice's issuance. If we are asked to engage and manage project consultants including -but not limited to - renderers, model makers, structural, mechanical, electrical, landscaping, geotechnical, lighting, specifications, controls or other low voltage, and hardware consultants, these fees in time and expense agreements will be marked-up by 10%. NOT TO EXCEED and FIXED FEES We bill monthly and payments are due within thirty (30) calendar days of the invoice date. Invoices for fixed dollar values based fees will be billed on a percent complete basis. Each monthly bill will include reimbursable expenses which are in addition to our fees (see below). Expenses are billed at a 10% mark-up. Ifwe are asked to engage and manage project consultants including -but not limited to- renderers, model makers, structural, mechanical, electrical, landscaping, geotechnical, lighting, specifications, controls or other low voltage, and hardware consultants, these fees in fixed fee or not to exceed agreements will be marked-up by 10%. For items that fall outside of the services being provided under our fixed fee ("additional services"), we will bill on a time and material basis at billing rates noted, unless some other structure of payment is established with you beforehand. Items that would fall into this category include but are not limited to the following: changes to the contractor; changes in scope, (adding or reducing significant square footage or changes to the project budget); changes in design (significant changes to plan layout, details, fenestration, or materials), changes needed for permitting to meet conditions for approval; and or changes to the duration or continuity of the project (stopping the project or doing tasks out of sequence for example). [8 Professional Services Rev June 2, 2010 S:\ASO\PURCH\SOLICITATIONS\CURRENT BlNER-CM FOLDERS\OTHERS -ADRIAN\Contracts\S12145608 Fergus Garber Young Architects\S12154608 W-Fergus; FINAL 08242012.doc EXHIBIT "D" SUPLEMENTAL TERMS AND CONDmONS HAZARDOUS MATERIALS OR TOXIC SUBSTANCES The CONSULT ANT shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure of persons to, hazardous materials or toxic substances in any form at the Proj ect site. USE OF PHOTOGRAPHIC AND OR ARTISTIC REPRESENTATIONS With the pennission of the CI1Y: CONSULTANT shall have the right to include photographic or artistic representations of the design of the Project among the CONSULTANT's promotional and professional materials, on the CONSULTANTs Web site and other online presences including but not limited to the CONSULTANT's Facebook, and Houzz accounts. The CONSULT ANT shall be given reasonable access to the completed Project to take photograph and or make such representations. However, the CONSULTANT's materials shall not include the CITY's confidential or proprietary information if the CITY has previously advised the CONSULT ANT in writing of the specific information considered by the CITY to be confidential or proprietary. The CITY shall provide professional credit for the CONSULTANT in the CITY's promotional materials for the Proj ecl. 19 Professional Services Rev June 2, 2010 S,IASD\PURCH\SOLlCITATIONSICURRENT BUYER·CM FOLDERSIOTHERS • ADRlANlContnctslS 12145608 Fagus O.rl>e< Young Architects\S 12154608 W-Fergus; FINAL 08242012.doc EXHIBIT "E" INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITHAMBEST'SKEYRATINGOFA-:VII, OR HIGHER, LICENSED ORAUfHORIZED TO TRANSACT I NSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS , I COMPLIANCE Wl11I CITY'S IN'nR A NrF "" : MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT . EACH YES YES YES YES YES YES AGGREGATE EMPLO~:S LIABILITY STATUTORY BODILY INJURY $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 81,000,000 <fA"" I"I"V ~~ON " '000'000 81,000,000 -EACH OCCURRENCE $1,000,000 SI,OOO,OOO AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000 BODILY INJURY AND PROPERTY SI,OOO,OOO $1,000,000 PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL <I oon non THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSUL TANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. 20 Professional Services Rev June 2, 2010 S:IASD\PURCHISOLICITATIONSICURRENT BUYER-CM FOLDERSIOTHERS -ADRIANlContractsISI2145608 Fergus Garber Young Architects\S12154608 W-Fergus; FINAL 08242012.doc B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PA YMENTOF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE ClTY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PAWALTO,CA 94303 21 Professional Services Rev June 2, 2010 S:IASDIPURCHISOLlCITATIONSICURRENT BUYER·CM FOLDERSIOTHERS • ADRIANlContraotsISI2145608 FctiU' Garbe>-Young Architoc:ts1S12154608 W.Fergus; FINAL 08242012.doc AMENDMENT NO.1 TO CONTRACT NO. S12144798 BETWEEN THE CITY OF PALO ALTO AND METROPOLITAN PLANNING GROUP This Amendment No.1 to Contract No. S12l44798 ("Contract") is entered into September 12, 2012, by and between the CITY OF PALO ALTO, a California chartered mllllicipal corporation ("CITY"), and METROPOLITAN PLANNING GROUP, a California corporation, located at 579 Clyde Avenue, Suite 340, Mountain View, California, 94043 ("CONSULTANT"). RECITALS: WHEREAS, the Contract was entered into between the parties for the provision of overseeing and assisting with development of the real property located at 27 University Avenue, Palo Alto, California ("Project") and desires to engage a consultant to assist with the coordination of the Project, the coordination and review of the environmental review for the Project, the site plan and architectural review process for the Project and any other tasks as necessary or needed in connection with the Project ("Services") ; and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION 1. Section 4. NOT TO EXCEED COMPENSATION is hereby amended to read as follows: "The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Forty Five Thousand Dollars ($45,000.00). The applicable rates and schedule of payment are set out in Exhibit "C-l", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 2. The following exhibit( s) to the Contract is/are hereby amended to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a. Exhibit "c" entitled "COMPENSATION". 1 Revision July 25,2012 b. Exhibit "C-I" entitled HOURLY RATE SCHEDULE SECTION 3. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. METROPOLITAN PLANNING GROUP, B&l.b~ Name:6tcJPF I. !3fJA/JL£Y Title: f f2 e'S. Attachments EXHIBIT "C" COMPENSATION EXHIBIT "C-I" HOURLY RATE SCHEDULE 2 Revision July 25,2012 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement based on the hourly rate schedule attached as Exhibit C-I. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Services") and reimbursable expenses shall not exceed $45,000.00. CONSULTANT agrees to complete all Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $0. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $0 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT's proposed maximum compensation, including reimbursable expenses, for such services based on the rates set forth in Exhibit C-I. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. Exhibit C Amendment No.1 Contract S12144798 EXHIBIT "C-l" HOURLY RATE SCHEDULE METROPOLITAN PLANNING GROUP 2012 RATE SCHEDULE STAFF HOURLY RATES Principal $158. Proj ect Manger $145. Senior Planner $13l. Environmental Planner $125. Associate Planner $105. Assistant Planner $79. AdministrativelPlanning Tech $68. Exhibit CI Amendment No.1 Contract SI2144798 City of Palo Alto (ID # 3163) City Council Staff Report Report Type: Action ItemsMeeting Date: 9/24/2012 Summary Title: Council Priority Setting Process Title: Policy and Services Committee Recommendations for Annual Council Priority Setting Process From: City Manager Lead Department: City Manager Recommendation Staff recommends continuing this item to the October 1, 2012 City Council meeting. Background This item was scheduled to be considered by City Council at its September 10, 2012 meeting. Staff recommended a continuation of the item to provide additional time to coordinate preparation of the staff report. The City Council took action on September 10, 2012, to continue the item to the September 24, 2012 Council meeting. Discussion Staff is recommending another continuance of this item to October 1, 2012 due to the volume of items scheduled to be considered at the September 24, 2012 City Council meeting and the time sensitivity of the items. Prepared By: Sheila Tucker, Assistant to the City Manager Department Head: James Keene, City Manager City Manager Approval: ____________________________________ James Keene, City Manager