Loading...
HomeMy WebLinkAboutStaff Report 428-08CRy Manager’s Report TO:HONORABLE CITY COUNCIL FROM: DATE: CITY MANAGER NOVEMBER 10, 2008 DEPARTMENT: COMMUNITY SERVICES CMR: 428:08 REPORT TYPE: REPORTS OF OFFICIALS SUBJECT:Approval of Contracts with: 1) Artist Bruce Beasley in the Amount of $190,000, and 2) Aaron Garfunkel Landscapes, Inc. in the Amount of $35,500, for the Creation and Installation of a New Fountain Replacing the Damaged Fountain on California Avenue RECOMMENDATION Staff recommends that the Council authorize the City Manager or his designee to execute the attached contract (Attachment A) in the amount of $190,000 with Bruce Beasley for the creation of a fountain for California Avenue located at California Avenue and Park Boulevard and the attached contract (Attachment B) in the amount of $35,500 with Aaron Garfinkel Landscapes, Inc. for the installation of the fountain. BACKGROUND The California Avenue fountain replacement project has been pending before the Public Art Commission since 2005. The Public Art Commission completed its recommendation in January of 2008. The project was initially scheduled for Council consideration and the award of a contract using Public Art Commission funds in May of 2008. Staff pulled the CMR 428:08 Page 1 of 8 project from the Council agenda to address significant public concern around maintaining the presence of a water feature and the project as a fountain. Staff developed the following options: Recommended Option Proceed with the original Beasley fountain proposal using $190,000 in funding available from the Public Art Commission, CIP Project AC-86017 (Art in Public Places Program). Staff also investigated the cost of incorporating water into the Beasley fountain at an additional $35,000 which can be funded from the CIP Project PE-07005 (California Avenue Improvements) earmarked for fountain repair or replacement. This option brings a unique fountain and a signature work of art to the California Avenue gateway, a piece that separates California Avenue from business districts and malls across the country. This option has also become financially feasible to include the water element because of the competitive bidding process. Staff found the lowest responsible bidder to add the water to be within the allocated budget. Also the Beasley piece offers a unique opportunity to install an important artwork within the Public Art Commission’s Resources. Maintenance Option The California Avenue fountain requires the ongoing maintenance of approximately $4,500 annually. The annual maintenance figure is currently expended and would be the same for all options. This includes $730 per year for electricity, $3600 annually for cleaning and refilling, and $100 per year for pump maintenance. Maintenance could see an increase in cost depending on the fountain’s continuing deterioration. Maintaining the current fountain is not desirable as its condition does not enhance California Avenue and a gateway location to Palo Alto. There is already corrosion identified on the bolts and braces that hold the fountain from falling and over time the braces would also need to be repaired or replaced. On August 29, 2008, an updated assessment of the fountain’s present condition was conducted by Public Works Water Quality Control Maintenance. A summary of the assessment is attached (Attachment E). The assessment confirms that CMR 428:08 Page 2 of 8 some of the wiring and tubing will need to be replaced. The damaged pedestal and fountain bowl cannot be repaired and will need to be replaced. "Off the Shelf Option" The cost of an "off the shelf" fountain would cost approximately $4,500 not including a cast pedestal, installation of the bowl and mechanicals. Pre-cast fountains are mass produced for public areas throughout the country, are generally indistinctive and would not compare to the originality of the Beasley work. California Avenue has developed a reputation as a destination for public art. Installing a world class piece in this prominent location would significantly contribute to the character of California Avenue. Replacement Option This option would save the pool and surrounding concrete rim, removing and replacing the damaged pedestal and bowl which cannot be repaired due to the extent of the damage. The current California Avenue fountain was installed in the early 1970’s by the City of Palo Alto. The cost of recasting the pedestal and bowl ranges from $12,000 to $46,000. and would not qualify for Public Art funds. Initial discussion with vendors as the lower range of $12,000 it is felt that this option could be covered by the $50,000 in funding from the CIP Project PE-07005 (California Avenue Improvements). The maintenance, replacement and "off the shelF’ options do not prevent the possibility of future damage by trucks, The Beasley installation includes appropriate landscape upgrades to protect the work from vehicle impact. Histol~ The opportunity to replace the damaged fountain on California Avenue was brought to the Public Art Commission in 2005. As part of the CIP PE07005 - California Avenue Improvements to repair or remove the fountain, $50,000 was identified. The fountain had been damaged by delivery trucks on two separate occasions with extensive damage to the fountain, including cracks at its base which made it necessary to brace the fountain bowl CMR 428:08 Page 3 of 8 to prevent it from falling over. A sub-committee of the Public Art Commission was formed to research and bring a proposal back to the Commission. Nationally known, California-based artists David Gilhooly, Laddie John Dill, David Hooter, and Bruce Beasley were contacted to ascertain interest in the project. Bruce Beasley, based on the quality of his work, his stature as an internationally known artist whose work would be noted as a signature piece for the City, and his experience with creating public fountains, was identified as the artist for the project. Beasley submitted a proposal in March 2006 and a sub-committee of the Public Art Commission visited his studio in May of 2006. Beasley was also willing to create a sculpture or fountain for Palo Alto at 50% of market value for his work. The Commission unanimously approved Bruce Beasley as the project artist at their May 18, 2006 meeting. The Commission, in an effort to raise non-City funding for the project, approached the California Avenue Area Development Association (CAADA). CAADA had earlier reached out to the Commission to help support preserving the fountain. CAADA opted not to commit funds at that time in view of the planning effort underway for California Avenue and the grants that were in process through the City. The Beasley fountain project was also included in two City grant proposals to the Metropolitan Transportation Commission and Santa Clara Valley Transportation Authority. Both grant requests were rejected. In October 2007, the Commission received bids to install the Beasley piece as a fountain. Proposals varied greatly ranging between $99,000 to $119,000. It was then decided due to the projected cost, which would exceed available funding, that the Commission would begin a discussion of the creation of a sculpture by Beasley for the space instead of a fountain. Beasley was willing to shift his focus from a fountain to a stand-alone sculpture with seating. On January 17, 2008, after the Palo Alto Public Art Commission voted unanimously 5-0 (one member absent) to contract with artist Bruce Beasley to create a stand-alone sculpture. Following in the footsteps of the Fletcher Benton sculpture installation at the Palo Alto/Stanford Playing Fields, the Commission was looking for an artist with a CMR 428:08 Page 4 of 8 significant reputation to create the artwork on California Avenue, a gateway site into Palo Alto. Bay Area artist, Bruce Beasley, is one of twenty artists worldwide who has been commissioned to create artwork for the Olympics in Beijing, China. Many cities including the City of San Francisco, Brea, Sacramento, and Stanford University feature artwork by Bruce Beasley. The Public Art Commission’s recommendation was scheduled to go to Council on May 19, 2008 and was removed from the agenda due to public concern and comment about keeping a water feature in place at the California Avenue location. On May 27, a special meeting of CAADA was called to revisit incorporating water into the sculpture. Artist Bruce Beasley attended, confirming his interest in going back to the original intent to create the fountain. He spoke of the fountain’s design made from grey and white granite evoking elements of the high Sierras and incorporating water symbolic of mountain streams flowing into California’s rivers. CAADA voted to approve the Beasley piece incorporating the water elements. In an effort to help reduce costs for its installation Beasley agreed to keep his fee at $190,000. Final RFP and Selection Process A Request for Proposals (RFP) was again solicited based on a revised scope of work, to remove the existing fountain, prepare the site including mechanicals and plumbing, excavate and create the pool, install the sculpture, plumbing for the water feature, and retaining granite, and repair the surrounding pavement. A notice inviting proposals for this project was posted at City Hall on July 28, 2008 and sent to four independent contractors. The bidding period was 23 days. Proposals were received from two qualified contractors on August 19, 2008 as listed on the attached bid summary (Attachment D). The solicitation for the California Avenue Fountain Replacement Project was made by RFP format, because it involved design, creativity and innovation in working with all aspects of the installation, including developing a concept of design appropriate and CMR 428:08 Page 5 of 8 compatible with the art piece. A team of staff from Parks and Public Works Engineering evaluated the proposals. The proposal by Aquatic Environments proposed a higher price that exceeded available funding. Purchasing staff called Aquatic Environments and confirmed that the bid quote covered all costs, including materials, labor, transportation, permits, fees, etc., including replacement of pump, piping etc., as may be required. Purchasing and Public Works Engineering staff also called Aaron Garfinkel Landscapes, Inc. Aaron Garfinkel confirmed that he understood the work involved, was a small contractor with a long involvement with Palo Alto and had a successful track record of projects. Based on the proposals and follow-up calls by staff, Aaron Garfinkel Landscapes, Inc. was recommended. The concrete pavement work, indicated as optional in the Garfinkel proposal, will be included as necessary with additional 15% contingency added. A summary of the bid process is enclosed on page 2 of attachment C. Aaron Garfinkel Landscapes, Inc. was selected. Staff recommends that the $30,500 plus $5,000 as a contingency of 15 percent be accepted and that Aaron Garfinkel Landscapes, Inc. be declared the lowest responsible bidder. The contingency amount of $5,000 (which equals 15% of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Bruce Beasley, working with Public Works Engineering and Aaron Garfinkel, Inc., will develop engineered drawings of the sculpture and a site plan which shows the fountain in the same footprint as the existing fountain, including the central granite sculpture, the pool, and granite pieces surrounding the pool. The Bruce Beasley artist contract is a "sole source" purchase and documentation is attached. Staff has developed a scope of work for the project that ensures that the fountain is developed, engineered, created, transported, and installed in a timely and cost efficient manner. RESOURCE IMPACT The total costs for this project are $225,500. This includes $190,000 for the sculptor, $30,500 for the installation, and an installation contingency of $5,000. Funding appropriated to date and proposed to be used for this project includes: CMR 428:08 Page 6 of 8 CIP Project AC-86017 (Art in Public Places Program) CIP Project PE-07005 (California Avenue Improvements) Total Project costs Gap $135,000 $ 50,000 $185,000 $ 225,500 ($40,500) The project gap would be funded through the Public Arts Commission 2010 budget allocation. Under the agreement with the fountain sculptor, $55,000 will be required for payment in 2009-10. The Art in Public Places Program customarily receives $50,000 annually in the CIP. The Public Art Commission has a current available fund balance of $37,500 for 2008-09, which includes $5,000 approved to be carried over to 2009-10. The approval of $50,000 CIP General Fund dollars in the budget process for FY 2009-2010 will allow final payment of $55,000 to the Artist in 2009-10. These funds have not been appropriated as yet by Council. Also because funds will not be aggregated, no Budget Amendment Ordinance is required. The California Avenue fountain will require the ongoing maintenance of approximately $4,500 annually. This includes $730 per year for electricity, $3600 annually for cleaning and refilling, and $100 per year for pump maintenance. These costs are already included since the City is currently maintaining the fountain. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. The proposed project is consistent with existing City policy, including Comprehensive Plan Policies: Maintaining and Enhancing Community Character, L-21, L-62, L-72, L- 74, L-75, and Program B-3. ENVIRONMENTAL REVIEW This project has been determined to have no significant effect on the environment and to be categorically exempt from review under the California Environmental Quality Act CMR 428:08 Page 7 of 8 (CEQA), as the repair and maintenance CEQA Guidelines, Section 15301 (c). of existing and similar facilities pursuant to ATTACHMENTS Attachment A: Contract Bruce Beasley Attachment B: Contract Aaron Garfinkel Landscapes, Inc. Attachment C: Bid Summary Attachment D: August 29, 2008, Fountain assessment by Public Works WQCP Maintenance including photos of fountain. Attachment E: Photo from Quick Crete Products Corp. of"off-the,shelf" cast fountain similar to California Avenue Fountain with drawings Attachment F: Site Photo digitally created with Beasley fountain Attachment G: Artist Bio PREPARED BY: DEPARTMENT HEAD: CRAIGHEAD and Sciences Division Manager GREG Interim Director of Community Services CITY MANAGER APPROVAL: JAM_E~ENE City ~anager CMR 428:08 Page 8 of 8 Attachment A .; CITY OF PALO ALTO CONTRACT NO. C08126623 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND BRUCE BEASLEY FOR PROFESSIONAL SERVICES DESIGN AND CREATION OF SCULPTURE WITH WATER ELEMENT This AGREEMENT is entered into November 12, 2008, by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California ("CITY"), and Bruce Beasley, Artist and sole proprietor, located at 322 Lewis Street, Oakland, CA 94607-1236, (PH) 510-836-1414 ("CONSULTANT" and/or "ARTIST"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to install a sculpture with a water element at the site of the fountain located on California Avenue, Palo Alto ("Project") and desires to engage a consultant to design, create and install the Fountain 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, November 12, 2008 through December 31,2011 or upon completion of the services in accordance with the Schedule of Performance attached as Exhibit"B", whichever occurs first, 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. 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 ninety thousand Dollars ($190,000.00). The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," 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 invoices to the CITY describing the services performed and the applicable charges (including, if applicable, 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"). 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 sha!I send all invoices to the City’s project manager at the address specified in Section 12 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 CONSUIXANT 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 al! 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. 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 CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Proj ect. This obligation shall survive termination of the Agreement. 2 Professional Services Revised 10/18/07 08054 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. If the 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 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. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for al! acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the priorapproval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Bruce Beasley as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and as the project coordinator to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the proj ect 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 Linda Craighead, Community Services Department, Arts and Culture Division, Art Center, Palo Alto, CA 94303, Telephone: 650-329-2519. 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. 3 Professional Services Revised 10/18/07 08054 SECTION 14. O~VNERSHIP 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 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 sha!l 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") resulting from, arising out of or in any manner related to performance or nonperformance by 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 indemnify an Indermaified Party from Claims arising from the active negligence, sole negligence or willful misconduct of anIndemnified 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 "D". Professional Services Revised 10/18/07 08054 CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITYas 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. 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 evidencirig 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. 19.2. CONSULTANT may terminate this Agreement or suspend its performar~.ce 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, 5 Professional Services Revised 10/18/07 08054 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 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: Bruce Beasley 322 Lewis Street Oakland, CA 94607-1236 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. SECTION 23. 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 6 Professional Services Revised 10/18/07 08054 2.3 0.510 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E." (Not applicable to sole proprietor). SECTION 24. MISCELLANEOUS PROVISIONS. 24.1. This Agreement will be governed by the laws of the State of California. 24.2. 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. 24.3. 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 mount 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. 24.4. 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. 24.5. 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. 24.6. 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. 24.7. 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. 24.8. 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 24.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. 24.9. 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 7 Professional Services Revised 10/18/07 08054 portion of the fiscal year a~d ~fUn:~s for thi~!:/ i~.- ."~:.,..:. ~p~$1~;).i~!~ f!~cal I~rovifions ofth¢ Charter of the City~::’~f.h$# ~crncnt will temdnat¢ without any p~nalty ~:’:~~-~2%ai1"~~,. :~ . ~:~.., not appropriated for tim following fiscal ~:,¢he:~t that funds ar~ oaly appropriated for a ~)~ii~:~re no Ion~er avmlable, This Sec~on 24,8 ~{~h :a~i~t~r ¢ovenm, t, t~rm, condition, or provision ~:.. ? .. ’:.?:~.. CITY OI~ PALO AL, TO Assi~taat City Man~8or APPROVED AS TO FOtEVJ: Senior Asst. City Attorney. APPROVED; Di~:cctor of Admi ni stra.tive Services I!." EXHIBIT "A" SCOPE OF SERVICES The City of Palo Alto’s Community Services Department, Arts and Culture Division, is seeking the services of an Artist to design, create and deliver a Sculpture to be placed at the site of the existing fountain on California Avenue, Palo Alto. Artist will be responsible for the design, including engineered drawings to be approved by CITY, provision of footprint of sculpture at site, creation of sculpture, storage and safe-keeping of sculpture, delivery and installation of sculpture at designated site. SCOPE OF WORK Artist to develop, and have engineered, drawings of sculpture- at-site including four benches which will be submitted to Public Works Department. City to approve engineered drawings. Artist to provide the footprint of the sculpture-at-site to Public Works so that Public Works can prepare the site to receive the sculpture. Artist to purchase granite from China and ship to his studio in Oakland, CA. Artist to create and store sculpture at his studio in Oakland until site is ready to receive the installation of the sculpture. Artist to arrange for and contract with transportation vendor for delivery of sculpture to site. Artist to arrange for and contract with installer to install sculpture on site. Artist to supervise the deIivery and installation of the sculpture at site. 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 schedul e below within 2 weeks of receipt of the notice to proceed. TENTATIVE TIMELINE: Completed by: 9.Artist to develop, and have engineered, drawings of Fountain- Late Nov 08 at-site including four benches which will be submitted to Public Works Department. 10.City to approve engineered drawings.Late Nov 08 11.Artist to provide the footprint of the Fountain-at-site to Late c Nov 08 Public Works so that Public Works can prepare the site to receive the Fountain. 12.Artist to purchase granite from China and ship to his 180 days* studio in Oakland, CA. 13.Artist to create and store Fountain at his studio in Oakland 180 days* until site is ready to receive the installation of the Fountain. 14.Artist to arrange for and contract with transportation vendor tbd for delivery of Fountain to site. 15.Artist to arrange for and contract with installer to install tbd Fountain on site. 16.Artist to supervise the delivery and installation of the 240 days** Fountain at site. * After receiving first payment **After receiving first payment. Dates subject to change due to site preparation and coordination with Public Works. 08115 Professional Services Revised 10/18/07 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. 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 $190,000.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. COMPENSATION SCHEDULE Payment 1 - After City approval of engineered drawings Paymem 2’ February 2009 $80,0O0.00 $60,000.00 Paymem 3 - February 2010 $50,000.0O 08115 11 Professional Services Revised 10/18/07 EXFIIBIT D ACORD. =ROOUCER Oliveira & Amnold Insurance Brokers, Inc. License #0608527 6222 Thornton Ave. Newark CA 94560 Phone: 510-793-4567 Fax: 510-794-9987 INSURBD CERTIFICATE OF LIABILITY INSURANCE-oP,DBEASL-I | 05/01/0S THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON TH~ CERTIFICAT~ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES INSURERS AFFORDING COVERAGE INSURER A: INSURER 8: INSURER C INSURER O: IN~URER E: Bruce Beasley322 Lewis StreetOakland CA 94607 .......... COVERAGES ~E POLICIES OF INSURANCE LISTED BELOW ~VE ~EN ISSUED ~ ~E INSURED ~MEO ABOVE FUR ~E POLICY PERIOD I~ICATED. NO~/~HST~DING ~Y REOUIREN~N~ TERM OR CO~ITION ~ ~Y CO~CT OR O~ER O~UMENT WI~ R~SPECT TO WHICH ~lS CERTIFI&TE ~Y BE ISSUED OR ~Y PER~IN, ~E INSURANCE ~FUROEO BY ~E POLICIES DESCRIBED HEREIN IS SUBJECT TO ~L ~E ~RMS, ~CLUSIOF~ ~O CONDITIONS ~ S~H POLICIES. AGGREGATE LIMITS SHOWN MAY ~VE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE I POLICY NUMBER GENERAL LiABiLITY X COMMERCIAL GENERAL LIA8 ILITY CP.S0885183 -- --1 CLAIMS MADE [~ OCCUR GEN’L AGGREGATE LIMIT APPLIES PER: POLICY EFF~.C llVe DATE (MEVO 0,’YY) POLICY EXPIRATIdN DATE ,IMM/OO/Yhl 11/o8/08 AUTOMOBILE LIABILITY __ l ANY AUTO ALL OWNED AUTOS SCHEOULED AUTOS HIRED AUTOS ~ NON.OW~O AUTOS LIMITS EACH OCCURRENCE PREMISES (Ea oecurence) MED F_Y,P (Any one PERSONAL & AOV INJURY GENERAL AGGREGATE PROOLICTS - COMP/OP AGG COMBINED SINGLE LIMITlea accidenl) BOOILY INJURY(Per person) BODILY INJURYPe~" accident) PROPERTY DAMAGEPer accidenl) AUTO ONLY - £A ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE WC ~ IA|U. E.L EACH ACCIDENT EL.OISEASE - EA EMPLOYEE EL DISEASE - POLICY LIMIT GARAGE LIABILITY LT~ ~ *. A X I--7 LOC ~ANY AUTO I~XCE~SIUMB RELLA LIABILITY "---]OCCUR [---7 CLAIMS MADE q DEDUCTIBLE RETENTION ~ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY ANY PROPRI~I’OR/PARTNFWEXECLFW EOFFICERYMEMBER EXCLUDED? It yes, describe underSPECIAL PROVISIONS below OTHER NAIC # O’ESCRIPTION OF OPERA~ON~ I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENOORSEMENT I SPECIAL PROVISIONS Certificate holder ~s n&med additional insured. *I0 da~s notice o~ cancellation for non-payment of premium. lO’O,O00 5,000 sexcluded 2,000,000 2,000,000 CERTIFICATEHOLDER CANCELLATION 1234567 ACORD 25 City of Palo Alto Attn: Purchasing 250 Hamilton Avenue P.O. Box 10250 Palo Alto CA 94303 2001/08) SHOULD ANY OF THE ABOVE DESCRIBE{3 POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL * 3 0 DAYS WRITTEN I’IOTICE TO THE CERTIFICATE HOLDER I’IAM¢0 TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGEHTS OR REPRESENTATIVES. ~ ~CORD CORPORATION 1988 Attachment B CITY OF PALO ALTO CONT1L~CT NO. C09128601 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND AARON GARFINKEL LANDSCAPES INC. FOR PROFESSIONAL SERVICES CALIFORNIA AVENUE FOUNTAIN REPLACEMENT PROJECT This AGREEMENT is entered into November 17, 2008, by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California ("CITY"), and AARON GARFINKEL LANDSCAPES INC,, A CALIFORNIA CORPORATION, located at 6429 Cooper Street, Felton, CA 95018 (PH) 831-335-3996 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to replace existing fountain located on California Avenue with a New Sculpture which includes a water element ("Project") and desires to engage a consultant to assist in the design and creation of the water element and the installation of the new sculpture ("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 October 31, 2009, or completion of the services, whichever occurs first, 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 1 Professional Services Revised i0/18/07 08115 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 Thirty Thousand Five Hundred Dollars ($30,500.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Thirty Five Thousand Five Hundred Dollars ($35,500.00). The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made apart 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"). 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 prevai! 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. CONSULTANT shall correct, atno cost to CITY, any and all errors, omissions, or ambiguities in the work product submi~ed to CITY, provided CITY gives 2 Professional Services Revised 10/18/07 08115 notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and al! e=ors, omissions or ambiguities discovered prior to and during the course of construction or’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. If the 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 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. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Aaron Garfinkel, President, as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and as the project coordinator 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. Professional Services Revised 10/18/07 08115 The City’s project manager is Linda Craighead, Community Services Department, Arts and Culture Division, Palo Alto, CA 94303, Telephone: 650-329-2519, 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 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 earliertermination of this Agreement. SECTION 16. INDEMNITY. 16.1 To the fullest extent permitted by law, CONSULTANT shalI protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and ail 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 willfld 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 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. The provisions of this Section 16 shal! 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, 4 Professional Services Revised 10/18/07 08115 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. 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. 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 aRer 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, inwhole or in part, or terminate this Agreement, with or without cause, by giving ten (I 0) 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 5 Professional Services Revised 10/18/07 08115 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 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 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. SECTION 22. NONDISCRIMINATION. 2.30.510, CONSULTANT certifies that in As set forth in Palo Ako Municipal Code section the performance of this Agreement, k shall not Professional Services Revised 10/18/07 08115 discrirninate 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 ~he provisions of Section 2.30.510 of the Pale 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, including completing the form furnished by CITY and set forth in Exhibit "E." SECTION 23. MISCELLANEOUS PROVISIONS. 23.1. This Agreement will be governed by the laws of the State of California. 23.2. 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. 23.3. 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. 23.4. 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. 23.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consuItants of the parties. 23.6. 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. 23.7. AII 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. 23.8. This Agreement is subject to the fiscal provisions of the Charter of the City of Pale Alto and the Pale 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 23.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. 7 Professional Services Revised 10/18/07 08115 23.9. The individuals executing this Agreement reFresent and warrant that they have the legal capacity- and authority to do so on behalf of their respective Iegal entities. IN WITN~ESS 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 APPROVED AS TO FORM: AARONBy: GARFIN~?~ @/ LANDSCAPES, INC. Title: ~f,~<. ,, Senior Asst. City Attomey APPROVED: Director of Administrative Services Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": EXHIBIT "E": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION INSURANCE REQUIREMENTS CERTIFICATION OF NONDISCRIMINATION 08115 8 Professional Services Revised 10/18/07 EXHIBIT "A" SCOPE OF SERVICES I. Background The City of Palo Alto intends to replace the existing Fountain located on California Avenue with a New Sculpture which includes a water element. This fountain site is located at the end of So. California Avenue (near the Caltrain California Avenue station) at the intersection of California Avenue and Park. II. Scope of Work Demolition Drain, demolish and dispose of current fountain bowl, and the 16-foot circular base around the existing fountain. This fountain site is located at the end of So, California Avenue (near the Caltraln California Avenue station) at the intersection of California Avenue and Park. Remove any structural elements needed for installation of the new fountain. Permits Contractor shall obtain all necessary permits from the City of Palo Alto. Information on permits is available at the Development Center, 285 Hamilton Ave, Palo Alto, (650) 329-2496 or at http://www.city.palo-alto.ca.us/depts/pln/development_center/default.asp Traffic Control & Cleanin~ Contractor is responsible for any needed traffic control and for cleaning the site daily. Design, Excavate and Install Contractor shall design, engineer and install a new footing (at least 18-inches deep) for the pool to support the weight and dimensions of the granite sculpture (sculpture is 12-feet tall, 6-feet wide and 6-feet deep and approximately 12,000 lbs (photo attached). Calculations shall be verified and stamped by a Civil Engineer licensed to practice in the State of California. Dig for the new pool fountain which varies in diameter from 9-feet to 11-feet (smaller than existing pool). Contractor shall excavate, reinforce, pave/line, waterproof and finish the pool. Contractor shall install new or shall utilize existing plumbing (3" SCH 80 PVC pipe) if in suitable condition, and electrical support components needed to operate the sculpture fountain. This includes any new pipe, valves, equipment controls, timers, electrical panels, conductors and conduit. Contractor shall size and install new or rebuilt pump, using existing motor, and any related equipment needed to move the water through the fountain. Contractor shall install granite sculpture (which will be delivered to the site by the Artist) into pool and set and install outer circle of stones circling pool. Stones will be provided and delivered to the site by the Artist and vary in shape and height. Concrete Contractor shall repair the area around the perimeter of the fountain site, created by the smaller footprint of the new fountain and pool, to its original condition. At all locations where new concrete will be installed to abut existing concrete, the existing concrete shall be saw-cut to conform to the line of abutment. Such cutting shall be done in a manner that spa!ling and cracking of the existing concrete which isto remain in place is avoided. Any concrete shall have strength as specified by the artist’s engineer or by the City of Palo Alto Standard Specifications and shall match surrounding area as much as possible. The Contractor sha!l provide and pay for testing to verify the concrete strength. All damaged concrete which is to remain in place shall be replaced at the Contractor’s expense. The saw-cut shall be to the full depth of the existing concrete. Disposa! Abandoned utilities or equipment shall be removed and the area repaired unless otherwise directed by the City. All removed equipment, unless otherwise stated, will become the property of the Contractor. Disposal of all concrete, materials and equipment shall be at the Contractor’s expense. Notes: * Artist will be available to provide installation direction. 10 Professional Services Revised 10/18/07 08115 EXHIBIT "B" SCHEDULE OF P~ER_FORMA_~CE CONSULTANT shatl perform the Services detailed in the Phase Descriptions below. CONSULTANT will work in conjunction with Artist and City Project Manager to define timeframes for start and completion of each phase described below. Phase 1 - Design pool with footing to be verified & stampedby a civil engineer licensed to practice in the State of California. Obtain all necessary permits from the City of Palo Alto. Phase 2 -Install temporary fencing to enclose entire work area. Drain, demolish and dispose of the current fountain and :16’ circular pool. Phase 3 - Install new pool with footing to support :12,000 pound sculpture; utilize existing 3" sch 80 PVC pipe. Depth of pool to be approximately 18" and have a diameter that varies from 9’ to Ii’. Phase 4 - Replace timer and rewire new timer and pump in vault; rebuild existing pump; utilize existing 5 HP Marathon motor. C}ean and inspect vau~t. Phase 5 -instatl and plumb sculpture (to be provided by the City of Palo Alto) to create desired water effect, Phase 6 - Install new concrete around the perimeter of tile pool site created by the smaller footprint of the pool. Phase 7 - Remove and replace existing sidewalk concrete in pool area. 08115 11 Professional Services Revised 10/18/07 08ll5 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. 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 $30,500.00. 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 $35,500.00. 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 $30,500.00 and the total compensation for Additional Services does not exceed $5,000.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Phase 1 (Engineering, Design, Permits) $3,800.00 Phase 2 (Demolition, Excavation, Disposal) $3,900.00 Phase 3 (Underground work, re-piping, wiring, pool installation) $5,20O.O0 Phase 4 (Timer, Pump and Vault wiring) $2,200.00 Phase 5 (Installation of Sculpture) $4,400.00 Phase 6 (Concrete work around Sculpture) $1,200.00 Phase 7 (Additional concrete, replacing sidewalk) 3.2 $9,800.00 Professional Services Revised 10/18/07 Total All Phases:$30,500.00 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. 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, and shall not exceed $5,000.00. 08115 13 Professional Services Revised 10/18/07 EXHIBIT D CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCEIN ]’PIE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WiTH A 8HST’S K~Y RAT;NG OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZHD TO TRANSACT IHSURANC]E BUS~N~SS INTH~ STAT~ OF CALIFORNIA. AWARD iS CONTINGENT ON COMPLIANCE WITH CI"P{’8 IHSURAHCZ R~=QUIREMENT$, AS SPeCiFIED, BILLOW: REQUIRED ~(PE OF COVERAGE REQUIREMENT YES wORKER’S COM’PENSATION STA’[:UTOlS,’~ ....... YES AUTOMOBILE LIABILITY STATUTORY BODILY INJURY YES YES IV, COMPREI’IENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED. HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT ...PERFOR.MANC.E PROPERTY DAMAGE BODILY INJURY & PROPERTY, DAMAGE COMBINED, BODILY INJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURY AND PROPERTY DAMAGE, COMBINED ........... ,AqL DAMAGES ........... MINIMUM LIMITS EACH ,, OCCURRENCE AGGREGATE $1,000,000 $1,0Q0,000 $’1,000,000 ¯$1,000,000 $1,000,000 $1,000,000 $1,000.000 $i,000,000 $1,000,000 $1,0e0.000 $1.000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 81,0.co,coo YES THE CiTY OF PALO ALTO I,~i TO BE NA~,qED AS AN ADDITIONAL iNSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FLILL FORCE AND EFFECT THROUGHOUT TNE ENTIRE TERM OF ANY RESUL’]’ANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND rrs SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURE8 CITY, ITS COUNCIL iVlEI~IBERS, OFFICERS; AGENTS, AND ENiPLOYEES, INSURANCE COVERAGE MUST INCLUDE: Do A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CI’P( OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION: AND A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY -SEE SECTION TBD.SAMPLE AGREEMENT FOR SERVICES. SUBMIT CERTIF!CATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUM£ER OF YOUR INSURANCE AGENTtBROKER: C.POLICY NUMBER(S): DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5.000 REQUIRE CITY’S PRIOR APPROVAL): VI. VII. VIII. AWARD IS CONTINGENT ON COMPLIANCE WITH CI’PPS INSURANCE REQUIREMENTS. AND PROPOSER’S SUBMITI’AL OF CERTIFICATES OF INSUP.~ANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" D.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 INSURES. Eo CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, F.XTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSURED& SHALL NOT INCREASETHE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. NOTICE OF CANCELLATION IF THE POLICY IS CANCELED BEFORE ITS B(P!RATION DATE FOR ANY RF~.SON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE Cl’rY AT LEAS’r A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION, IF ’I’H[~’~ POLICY tS CANCELED BEFORE ITS EXPIRATION IS’ATE FOR THE NON- PAYMENT OF PREIvIIUM, THE ISSUING COMPANY SHALL PROVIDE cl’rY AT LEAS’r A TEN (10) DAY WRITTEN NOTICE BEFORE TNE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE IHFOR,~IATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.S]GHATURE(S) ?,iIUST 8E SAME SIGNATURe(S)AS APPEAR(S) ON SECTION !1,ATTACHMENTA,PROPOSSR’S d~~’~.~~,;-’,"~.~,,.Firm:,’" ~,,, -,...~.,.-~./-= P,~4 ..,-, . Signature:/.""/~ Name:~,.[2¢,12.q L’.~’:{< I .....} (Print o¢ [}~e name) Signaiure: (Print or type name.) SHALL BE MA,’LED TO: CONTRACT CITY OF: PALO ALTO P.O. BOX 102,50 PALO ALTO, CA 94303. 42 :i Company: AM Be~ Rating: General Agency: Retail Broker: Retail Broker Phone: Retail Broker Fax: Insured Name: Application #: Type of Coverage: Policy Effective Date: Policy Expiratioo Date: Policy N.mbev: Limits of Liahility: ~LND CONFIRMATION LETTER 03/17/2008 Assurance Company of America A XV Arrowhead General Insurance Agency, Inc, 2365 North,~ide Drive Suite #450 San Diego, CA 92108 Landscape Contractors Ins Svcs, 1835 N. Fine Avenue Fresno, CA 93727 (559)650-3555 (559)650-3558 Aaron Garfinkel Landscapes 6429 Cooper Street Felton, CA 95018 2361869 Workers’ Compensation 03/07/2008 :at 12:00 AM 03/07/2009 at 12:0 l AM WC43(i 8498500 Workers’s Compensation - Statutory Limits Employer’s Liability - Bodily rnjury by Accident S l,O00,O00 Each Accident Bodily Injury by Disease S 1,000,000 Policy Limit Bodily hjury by Disease S 1,000,000 Each Employee Coverage State:CA *This Bind Confirmation letter is subject to the ternas, conditions, and limitations of the policy as stipulated by Arrowhead General Insurance Agency. Inc., on behalf of the Assurance Company of America. Coverage may be cancelled by the Insured by written notice to the Company clearly stating when cancellation is to be effective. This Bind Confirmation Letter is effective for 60 days and may be cancelled ~)y the Comlmny or iis appointed agents by written notice to the fnsured in accordance to the policy conditions, rides :rod rmes in ,,so by the (.’ompany. AUt[lori~-c~l R~prcscnta~.ive ARROWHEAD GENERAL INSURANCE AGENCY, INC. 2365 NORTHSIDE DRIVE #450 "SAN DIEGO, CA 92108 " PHONE (866) 401-2111 "FAX {866) 650-2747 WVC, N,ARROWHEADGRP.COM" CA LICENSE #0036865 CONOtTIONS This Company binds the kind(s) cf insurance stipulated on the reverse side, The Insurance is subject to the terms, conditions and limitations of [he policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from "Insurance Binder" to "Cover Note", Applicable in Colorado With respect to binders issued to renters of residential premises, home owners, condo unit owners and mobile home owners, the insurer has thirty (30) business days, commencing from the effective date of coverage, to evaluate the issuance of the insurance policy. Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as toss payee;-a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to tile cancellation; except in the case of a renewal of a policy subsequent to tt)e closing of the loan, a paid receipt of the full amour~t of the applicable premium, and the amount of insurance coverage, Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless lhe binder is replaced by a policy or another binder in the same company. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000o00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. ACORD 75 (2004109) Coverage List a!ov/~.v,.e~ to 0~/06/2!30c) Location #!" 7105A McAdams Lane, Feltoi:, CA 95018 PROPERTY COVERAGE Location #i Building #1 No Coverage GENERAL LIABILITY LIMtTS DEDUCTIBLE General Aggregate Limit Products-Completed Oper. Agg. Personal & Advertising Injury Each Occunence Limit Damage to Rented Premises Medical Payments (any One person) $2,000,000 $2,000,000 $1,000,000 $1,000,000 $ 100,000 $ 5,000 $500 PD Per Occurrence (each occurrence) Loe #Premimn Basis Uassification Exposure 1 Based on Cost Subcontractors $10,000 (AudRable Exl~osure) 1 Based on Payroll Landscape Installation $38,500 (Auditable Exposure) (Primaw ClassilicatiordClass Code Includes Owner@ $22,500 Minimum Payroll) Includes: Exclusions: Coverage for explosion, collapse and underground hazards, and Pesticlde/Herbicide application coverage and Subsidence. Known, Continuous or Progressive Injury or Damage Exclusion, Limited Exclusion - Landscape Contractor-Professional Liability, Organic Pathogen, Mold or Fungus Exclusion, Employment-Related Practices Exclusion, Total Pollution Exclusion with a Hostile Fire NOTICE - IF YOU FDkVE MULTI~PLE GL CLASS CODES: In order for your payroll to be split between multiple class codes, segregated payroll records must be maintained. If segregated records aren’t available at audit, the payroll will go in the highest class of your operations. NOTICE -- PLEA~;E READ INSURANCE I~.;~2,QUtR],2MENTS ON CONTRAC’I’S C~I~EFULL’k_’: Non-Contributory wording carmot be provided on additional insured endorsements under the policy with Everest National Insm’ance Company. Please be sure to review all insurance requirements of all contracts prior to signing them. If you would like approval on any of the insurance requirements, please forward a copy of the contract for review prior to signing it. NOTICE - IF YOU ARE IIWv’OLVED IN OCI:P / W1L4P UPS: Everest National Insurance Company is now able to issue General Liability Additional Insured endorsements for project related, off-site operations for Owner Controlled Insurance Programs (OCISPAVrap Ups). There is a charge for this endorsement. Waiver of Subrogation endorsements are not available on OClSPAVrap Ups under the General Liability nor is Primary mad Excess Wording available as the project is excluded by the Blanket OCI:P Exclusion Endorsement on the policy. NOTICE - IF YOU USE SUBCONTRACTORS: ’As a condition of lhe premium charged on your general liability policy, you need to request a Certificate ot" Insurance naming you as an additional insured from every subcontractor that you engage. The policy with Everest National Insurance Company contains a charge for insured subcontractors. If a subcontractor isn’t insured ancb’or proof insur,’mce is not on file at final audit, there will be an additional charge. "[’he cost of hiring an uninsured subcontractor will be picked up as payroll under the appropriate class for the work performed and charged on your policy. The rate for this may be higlaer than your landscape rate. Date Prepared: <<MemoDate, LC.IS CA License #0755906 CONTRACTOR’S EQUIPMENT LIMIT (Actual Cash Value) Scheduled Limit:No Coverage DEDUCTIBLE Miscellaneous Tools & Equip: ($1,000 Max per single item) Rented/Leased Equipment Installation Floater EDP (Computers) $ 5,000 $500 $10,000 No Coverage No Coverage $500 (Limit shown above, if any, supersedes/replaces the limit shown on the Property Extension Endorsement) AUTOMOBILE COVERAGE No Coverage PACNL~GE TERRORISM (excluding auto)Included Everest National Insur.-mce Company, AM Best Rated A+ XV (Superior). **This is a brief Summary of the Proposed Coverages. Please review the poBcy ~or actual coverages, conditions, exclusions, liufitations and deductibles.** Date Prepared: (~MemoDate~ LCIS CA License #0755906 Coverage List 03/06/200g to 0310612009 Location #1: 7!05A McAdams Lane, Felton, CA 95018 PROPERTY COVERAGE No Covel~age Location #1 Building #1 GENERAL LIABILITY LIMtTS DEDUCTIBLE General Aggregate Limit Products-Completed Oper. Agg. Personal & Advertising Injury Each Occurrence Limit Damage to Related Premises Medical Payments (any one person) $2,000,000 $2,000,000 $1,000,000 $1,000,000 $ 100,000 $ 5,000 $500 PD Per Occun’ence (each occm’rence) Loc #Premimn Basis Classification Exposure 1 Based on Cost Subcontractors $10,000 (Auditable Exposure) 1 B,~sed on Payroll Landscape Installation $38,500 (AudRable Exposure) (Primary Classification/Class Code Includes Owner @ $22,500 Mhfimum Payroll) Includes: Exclusfions: Coverage for explosion, collapse and underground hazards, and Pesticide/Herbicide application coverage and Subsidence. ICnown, Continuous or Progres,qive Injucy or Damage Exclusion, Limited Exclusion - Landscape Contractor-Professional Liability, Organic Pathogen, Mold or Fungus Exclusion, Employment-Related Practices Exclusion, Total Pollution Exclusion with a Hostile Fire NOTICE - IF YOU I-IAVE MULT!PLE GL CLASS CODES: In order for your pa3a’oll to be split between multiple class codes, segregated pwroll records must be maintained, ff segregated records aren’t available at audit, the payroll will go in the highest class of your operations. NOTICE -- P.LEASE READ INSUIL&NCE FIEQU-IJREMENTS ON CONTIRACT~ CAI~,Eli’ULL~: Non-Contributory wording cannot be provided on additional insured endorsements under the policy with Everest National Insurance Company. Please be sure to review all insurance requirements of all contracts prior tO signing them. If you would like approval on any of the insurance requirements, please forward a copy of the contract for review prior to signing it. NOTICE - IF YOU ARE INVOLVED IN OCIP / WlL42 UPS: Everest National Insurance Company is now able to issue General Liability Additional Insured endorsements for project related, off-site operations for Owner Controlled Insurance Programs (OCIPAVrap Ups). There is a charge for this endorsement. Waiver of Subrogation endorsements are not available on OCIPAVrap Ups under the General Liability nor is Primary and Excess Wording available as the project is excluded by the Blanket OCIP Exclusion Endorsement on the policy. NOTICE - IF YOU USE SUBCONTRACTOT¢,S: As a condition of the premium charged on your general liability policy, you need to request a Certificate of Insurance naming you as an additional insured from every subcontractor that you engage. The policy with Everest National Insurance Company contains a charge for insured subcontractors. If a subcontractor isn’t insured andlor proof of insurance is not on file at final audit, there will be an additional charge. The cost of hiring an uninsured subcontractor will be picked up as payroll under the appropriate class for the work performed and charged on your policy The rate for this may be higher than your landscape rate. Date Prepared: dvlemoDate~, LCIS CA License #07559(16 MID- CENTURY INSURANCE COMPA,.~F/, LOS ANGELES, CALIFORNIA A STOCM INSURi~NC~. CO~PA~Y, H~R~.!~7 CALLED THE COM~NY the ~ezsew:d oFlhr, each time ~,e Coznp~my offers to ~enew by sen~ng a b~ ~br d~e zeq~fi,:ed ~cncw~d prcmiuzn, ~qd d~e hlsured pays sid ~re,fium ha ~dvm~ce of d~e respective renew~ da~e. ~e Poficz is issued ha refim~ce t,~on ~e s~arements M d,e Declarations. 6429 COOPER ST ffFE~IV[~A~:06-25-~008 FELTON CA 95018-9409 ~X~]~0~8~]~:12"25-2008 £X~}~0~£12:01 A.M. Standard Time PRE~TIC NO GC61894 ISSUf IG OFFICE:A~ENr: D. Michael BurnsP..O, BOX 1900 PLEASANTON, CA 94566 AGEN[N0: 96 86 328 AG~;PNONE: (831) 335-3485 I)~SCI~IPTiON OF Vi~HICLE PU 3/4 T F250 4WD/SUPE~ "IFTNX21F9XEE83517 0 0 PREMIUM BY (OVERAOE [ 316.701 70.201 0.00l 27.401" ENDORStMEHTS- EHDORSE~ENTS ARE PART OF THE POLICY AND AMEND THE POLICY. 55.10I 149.20 ]5.’50 H3.157 ~’-2 E0022 258531 HILT1 EDIIIOfl NUA~BEN ,.t 3.ST ii0~ ADDING P~OPERTY DAMAG~ ~0 UM CVG MONTHLY PAYMEN~ AQREEMENT CALIFORNYA NOTXCE OF INFORMATION PRA~PIO~S SAFETY GLASS DEDUCTIBLE BUYBACK -COVERAGE F PASSIVE RESTRNT ANTILOCK BRAKES MULTIPLE CAR GOOD DELVER L]I~JHOLI)£R O~ OTHt?R Previous B’ah~nce 624.10 Premium 15.9 0 Fees 1)ay,|netlts or Credits , PREblATIC Total ANY "IOIAL" 9ALAHCE OR CREDIT OF $0.00 OR LESS WILL BE APPLIED (0 YOUR HEXT BILLING. BALAN(~ES OVER $ 0 . 00 ARE DUE UPO~I RECEIPT. 56-$44D iHEDIIION 11,06 96 18464-08-98 (Cond~umd on Next Page) Au~orize~ Represe 07 -01-2008 f.S44UI 11 EXHIBIT E As suppliers of goods or sepzices to the Ci’b~/of Pa)o Alto, the firm and indMduats list.ed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestnj’, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive o~’ders regarding nondiscrimination in employment. 4. If Proposer is IN.D~V.IDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title o If Proposer is PARTNERSHIP er JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign he~e: Partnership or Joint Venture Name (type or print) Date: Member of the Partnership or Joint Venture signature Date: Member of the Partnership or Joint Venture signature If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticib] or Secretary’s certificata of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. Corporation Name (type or print) Title: By:. Tit~e: Attachment C Summary_ of Bid Process Bid Name/Number: California Avenue Fountain Replacement Project RFP# 128601 Proposed Length of Project: 120 days Number of Bids Mailed to Contractors: 4 Number of Bids Mailed to Builder’s Exchanges: 0 Total Days to Respond to Bid: 23 Pre-Bid Meeting? Yes, non-mandatory Number of Company Attendees at Pre-Bid Meeting: 2 (Aaron Garfinkel Landscapes, Inc. and Aquatic Environments, Inc.) Number of Bids Received: 2 Bid Price Range: (including all alternates) Low bid $20,700 to a high of $89,500. Attachment D CALIFORNIA AVENUE FOUNTAIN INSPECTION REPORT BY PWD WQCP MAINTENANCE. Inspection conducted on Friday, August 29, 2009 Pump/Motor ¯4" supply and discharge butterfly valves are hard to operate. ¯Electrical wires inside box are exposed to water and are in bad shape. ~ Electrical outlet inside box needs to be replaced. ¯Drain valve is corroded and needs to be replaced. ¯Water hoges are tripping hazard. ~Water pump has small leaks (probably from shaft seal). Water is dripping inside of cabinet. Fountain Base of fountain has a large crack at its base. Cannot repair or Save. Bowl of fountain has been chipped and braced--and is leaning. Not sure if it can be saved. Bolts are corroded. #id=5&num=3 Page 1 of 1 Attachment E http ://www.quickcrete.com/gallery_fountains.html 9/29/2008 APROX WT 6186 LBS (BOWL) (O T ~4ER TO OFFLOAD IF OVER 8000 Lb~.) *MANUFACTURING TOLERANCE +1/4".(CUSTO~ER~OOFFL~)A~-~’~O--~)"" * PRODUCT: FOUNTAIN (Q-3F! *QUANTITY: *CONCRETE COLOR: *CONCRETE TEXTURE:Authorized Signature Date *SEALER: STANDARD GLOSS SEALER ,By signing above or stamping thls dra~ing "approved" or no exception token" ~uthofizotion is given to Ouick Crete*STD. COLOR & TEXTURE OPTIONS to produce this drawing os shown within o 1/4" tolerance, 114 1/2" SEE PG. SEE PG. ELEVATION VIEW ~O._UICK CRETE P~.CONSTRUCTION PLANmE:Q-3FPRODUCTS CORP.’-.~ ~P~.~o~~v~. ~0~uc~FOUNTAIN -~P.O. Box ~9 £.~.NORCO, CA 92860 r~~ SHEEr Aulhorized Signafure Dale ~ signing above or stomping this drawing "approved" orno excepUon taken" authorization is gk’en to Quick Crete to produce this drawing as shown within o I/4" tolerance. CUSTOMER TO -~ WATER PROOF ARROUND -__I/2"DIA. x 7 1/2%. (3) 3/4"DIA. ELECTROPLATED COIL INSERTS (CX-2) FOR ANCHORING I"DIA. x 8"DEEP GROUT BY OTHERS __3/4"DIA. x 21"L. HOT DIPPED COIL ROD 3"DIA. x 21"DEEP GROUT BY OTHERS FOOTING BY OTHERS ELEVATION VIEW Bruce Beasley 322 Lewis Street, Oakland, CA 94607-1236 510-836-1414 Fax 5!0-763-4431 BORN May 20, 1939; Los Angeles, California EDUCATION Dartmouth College, Hanover, New Hampshire, 1957-59 University of California, Berkeley, California, B.A. 1962 MUSEUM COLLECTIONS Attachment G Museum of Modern Art, New York Solomon R. Guggenheim Museum, New York Musee d’Art Moderne, Pro’is, France National Museum of American Art, Washington, D.C. Stadtische Kunsthalle Mannheim, Mannheim, Germany Museum of Modern Art, San Francisco, California Fine Arts Museums, San Francisco, California Los Angeles County Art Museum, Los Angeles Santa Barbara Museum of Art, Santa Barbara, California The Oakland Museum, Oakland, California San Jose Museum of Art, San Jose, California Stanford University Museum of Art, Stanford, California She!don Memorial Art Gallery, University of Nebraska, Lincoln, Nebraska Hood Museum of Art, Dartmouth College, Hanover, New Hampshire University of Kansas, Spencer Museum of Art, Lawrence, Kansas Franklin D. Murphy Sculpture Garden, University of California at Los Angeles The Crocker Art Museum, Sacramento, California Seattle Art Museum, Seattle, Washington Wichita Art Museum, Wichita, Kansas Fresno Art Museum, Fresno, California Laguna Art Museum, Laguna Beach, California Norton Museum of Art, West Palm Beach, Florida Xantus Janos Museum, Gyor, Hungary Utah State University, Nora Eccles Harrison Museum of Art, Logan, Utah Grounds for Sculpture, Hamilton, New Jersey Orange County Museum of Art, Newport Beach, California Islamic Museum, Cairo, Egypt de Saisset Museum, Santa Clara, California SOLO EXHIBITIONS 2008 Shanghai Sculpture Space, Shanghai, China 2007 Sarofim School of Fine Arts, Southwestern University, Georgetown, Texas 2005 Bruce Beasley, A 45-year Retrospective, Oakland Museum of California 2004 Atrium Gallery, St. Louis, Missouri 2002 Solomon/Dubnick Gallery, Sacramento, California 2001 Gail Severn Gallery, Ketchum, Idaho Silicon Valley Art Museum, Belmont, California 2000 Mathematical Sciences Research Institute, Berkeley, California 1999 Kouros Gallery, New York 1998 Gwenda Jay Gallery, Chicago, Illinois Hooks-Epstein Gallery, Houston, Texas 1997 Purdue University, West Lafayette, Indiana Solomon/Dubnick Gallery, Sacramento, California Atrium Gallery, St. Louis, Missouri 1996City Center, Dortmund, Germany Scheffel Gallery, Bad Homberg, Germany SOLO EXHIBITIONS continued Bruce Beasley 1995 1994 1993 1992 1991 1990 1981 1973 1972 1971 1966 1965 1964 1963 1961 Yorkshire Sculpture Park, England Galerie Marie-Louise Wirth, Zurich, Switzerland Mannheim City Hall, Mannheim, Germany Atrium Gallery, St. Louis, Missouri Hooks-Epstein Gallery, Houston, Texas Stadtische Kunsthalle Marmheim, Mannheim, Germany Harcourts Modern and Contemporary Art, San Francisco Rudolfinum Museum, Prague, Czech Republic Scheffel Gallery, Bad Homberg, Germany Shidoni Gallery, Santa Fe, New Mexico Utermann Gallery, Dortmund, Germany Hooks-Epstein Gallery, Houston, Texas ~’~l ,.. Oakland Museum Fresno Art Museum California State University, Turlock, California John Natsoulas Gallery, Davis, California Jaffe Baker Gallery, Boca Raton, Florida California Polytechnic State University, San Luis Obispo, California Sonoma State University, Rohnert Park, California Southern Oregon State University, Ashland, Oregon Pepperdine University Art Gallery, Malibu, California Loma Linda University Art Gallery, Riverside, California Hooks-Epstein Gallery, Houston, Texas Fuller-Goldeen Gallery, San Francisco San Diego Museum of Art, San Diego, California Santa Barbara Museum of Art, Santa Barbara, California M.H. deYoung Memorial Museum, San Francisco Andre Ermmerich Gallery, New York David Stuart Gallery, Los Angeles Hansen Gallery, San Francisco Kornblee Gallery, New York Everett Ellin Gallery, Los Angeles Richmond Art Center, Richmond, California SELECTED GROUP EXHIBITIONS 2008 Eye on the Sixties: Vision, Body, and Soul: Selections from the Collection of Harry IV. and Mary Margaret Anderson. de Saisset Museum, Santa Clara, California 2006 Recent Permanent Collection Acquisitions, de Saisset Museum, Santa Clara, California Fusion of Art and Technology, California State University, Fresno, California Art and Landscape at Buckeye, Buckeye Nursery, Petaluma, California 2005 Vernissage, Sculpturesite Gallery, San Francisco, CA 2004 The Blair Collection, Galerie Dionisi, West Hollywood, California 2003 Sterling Stuff, Sigurjon Olafsson Museum, Reykjavik, Iceland; traveled to Royal Academy of Arts, London, United Kingdom The 8~ Intl. Shoebox Sculpture Exhibition; University of Hawaii Art Gallery, Traveling Internationally 2003-2005 International Rapid Prototyping Sculpture Exhibition, Sarofim School of Fine Arts, Southwestern University, Georgetown, Texas 8~ Annual Sculpture Show, The Art & Cultural Center, Fallbrook, CA 5~ Anniversary Show, The Art Foundry Gallery, Sacramento, CA 2002 Second Saturday Reception, Solomon Dubnick Gallery, Sacramento, CA 2001 Works from the International Sculpture Center Board, Grounds for Sculpture, Hamilton, New Jersey Tenth Anniversary Celebration, Solomon Dubnick Gallery, Sacramento, CA First International Sculpture Meeting, Isla Mujeres, Mexico SELECTED GROUP EXHIBITIONS continued Bruce Beasley 2000 Celebrating Modern Art/The Anderson Collection, Museum of Modern Art, San Francisco Opening Show, Gail Severn Gallery, Ketchum, Idaho Spatial Expressions, Hooks-Epstein Galleries, Houston, Texas San Francisco International Art Expos#ion, San Francisco Autour du Cubisme, Galerie Michel Cachoux, Paris, France i999 7th International Cairo Biennale, Cairo, Egypt Blickachsen 2, Bad Homburg, Germany Pier Walk ’99, Navy Pier, Chicago Opening Show, Imago Galleries, Palm Desert, California Group Show, A~ Foundry Gallery, Sacramento, California Form and Function, Atrium Gallery, St. Louis, Missouri Art at the Summer Solstice, Ruth Bancroft Garden, Walnut Creek, California 1998 Darmstadt Sculpture Biennale, Darmstadt, Germany 20/20, The 20th Anniversary Exhibition, Sonoma State University, Rhonert Park, CA Pier Walk ’98, Navy Pier, Chicago Group Show, !. Wolk Gallery, St. Helena, California Group Show, Del Mar Sculpture Gallery, Del Mar, California 1997 Sculpture ’97, Bad Homburg, Germany Pier Walk ’97, Navy Pier, Chicago Nine BcO.~ Area Avant-Garde Artists of the Sixties: Then & Now, J.J. Brookings Gallery, Sml Francisco 55 & Up, Art for a Lifetime, Bedford Gallery, Walnut Creek, California Skulpture Heute’97, Galerie Wirth, Zurich, Switzerland Sculpture Inaugural, T. Curtsnoc Gallery, Miami, Florida An Artist’s Legacy, Kennedy Art Center Gallery, Holy Names College, Oakland, CA 1996 Generations: The Lineage of Influence in Bay Area Art, Richmond Art Center, Richmond, California California Color, Sheldon Memorial Art Gallery, University of Nebraska, Lincoln Contemporary Sculpture, Galerie Gabriele yon Loeper, Hamberg, Germany Sculpture Invitational, Grounds for Sculpture, Hamilton, New Jersey . Sculpture Invitational, Cerrillos Cultural Center, Cerrillos, New Mexico 1995 A Bay Area Connection: Works from the Anderson Collection, Triton Museum of Art, Santa Clara, California Art Cologne, Cologne, Germany The 2nd Fujisankei International Biennale: Excellent Maquettes, Hakone Open-Air Museum, Hakone, Japan Skulpture Heute, Galerie Marie-Louise Wirth, Zurich, Switzerland Art Chicago 1995, Navy Pier An Opening Exhibition, The Sculpture Gallery, San Francisco 1994Recent Acquisitions of 2Oth Century American Art, Fine Arts Museums, San Francisco Sculpture Invitational, Landesgartenschau, Fulda, Germany Skulpture Heute, Galerie Marie-Louise Wirth, Zurich, Switzerland Contemporary Cast Iron Art, Visual Arts Gallery, Univ. of Alabama at Birmington Beasley, Dykes, Yates, Solomon Dubnick Gallery, Sacramento, California A Syntex Retrospective, Syntex Corp. Gallery, Palo Alto, California Artists Shedding Light on Science, San Francisco State University, San Francisco Directions in Contemporary Cast Iron. Ramapo College Art Galleries, Mahwah, NJ 1993 International Biennial of Graphic Arts, Xantus Janos Museum, Gyor, Hungary Chicago International Art Exposition, Donnelley International Hall, Chicago, Illinois Fujisankei International Biennale: Excellent Maquettes, Hakone Open-Air Museum, Hakone,Japan International Fair for Contemporary Art. Frankfurt, Germany. Five Bay Area Sculptors, Harcourts Gallery, San Francisco Computer Art: An Ohio Perspective, Dayton Visual Arts Center, Dayton, Ohio SELECTED GROUP EXHIBITIONS continued 1992Bay Area Greats, Syntex Corp. Gallery, Palo Alto, California New Works: Beasley, Albuquerque, Davis, Valerie Miller Fine Art, Palm Desert, CA The 7th International Los Angeles Art Fair, Los Angeles Bruce Beasley 1991 Vernissage, Galerie Utermann, Dortmund, Germany New California Sculpture, The Oakland Museum, Oakland, California Sculptural Perspectives for the Nineties, Muckenthaler Cultural Center, Fullerton, CA Sculpture 1991, Fermilab National Accelerator Facility, Batavia, Illinois 1990Sculpture, Novus Gallery, Atlanta, Georgia Oakland’s Artists ’90, The Oakland Museum, Oakland, California Beyond Fragments: After the Earthquake, Pro Arts Gallery, Oakland, California 1989Bay Area Bronze, Civic Arts Gallery, Walnut Creek, California 1988State of California, Art in Public Buildings 1978-88, Fresno State University, Traveled Statewide 1987Monumenta, 19th Sculpture Bielma!e, Middleheim Sculpture Park, Antwerp, Belgium Steel Sculpture, International Steel Sculpture Symposium at Park der Berg, IZd’efeld, West Germany; Wantipark, Dordrecht, Netherlands; Yorkshire Sculpture Park, West Bretton, Great Britain; Kunsthalle, Bremen, West Germany Budapest Triennial International Sculpture Exhibition, Palace of Exhibitions, Budapest, Hungary Outdoor Sculpture Show, Shidoni Gallery, Tesuque, New Mexico Sculpture-Modern and Contemporary, Anchorage Museum of History and Art, Anchorage; ~aveled to Alaska State Museum, Juneau, and Univ. of Fairbanks 1986A Gift of Sculpture, San Francisco Civic Center Plaza, Sponsored by The San Francisco Arts Commission Casling Across America, North Dakota Museum of Art, Grand Forks, North Dakota Sculpture Invitational, Kaiser Center Roof Garden, Oakland Selections from the SecuriO, Pacific Collection, San Francisco Arts Comm. Gallery 1985 The Art of t,~e San Francisco Bay Area: 1945 to 1980, The Oakland Museum, Oakland, California Going Public: A Retrospective Exhibition, Walnut Creek Civic A~s Gallery and Civic Park, Walnut Creek, California Art Collectors In and Around Silicon Valley, Euphrat Gallery, DeAnza College, Cupertino, California 1984 California Sculpture Show, XXII Olympic Arts Festival and the Fisher Galleries, University of Southern California. Traveling exhibition to: Musee d’Art Contemporain de Bordeaux, France; Kunsthalle, Mannheim, West Germany;Yorkshire Sculpture Park, West Bretton, Great Britain; Sonja Henies Og Niels, Onstads, Norway, 1984-85 1983 Outdoor Sculpture Show, Shidoni Gallery, Tesuque, New Mexico 1982100 Years of California Sculpture, The Oakland Museum, Oakland, California Northern California Art of the Sixties, deSaisset Museum, Santa Clara University, Santa Clara, California Forgotten Dimension, Two-year tour organized by the Fresno Art Museum, Fresno, CA The Shoebox Sculpture Show, University of Hawaii; Traveled Internationally, 1982-84 Sculpture ’82, Shidoni Gallery, Tesuque, New Mexico 1980Forty American Sculptors, XII International Sculpture Conference, Washington, D.C. Across the Nation, National Museum of American Art, Washington, D.C. Sculpture in Public Spaces, San Mateo Arts Council, San Mateo, California 1979Acquisitions 1974-1978, Dartmouth College Museum & Galleries, Hanover, NH Spaces, Walnut Creek Civic Arts Gallery, Walnut Creek, California 1976Fine Art in New Federal Buildings, New Orleans Museum of Art, New Orleans, LA 1975Public Sculpture-Urban Environment, The Oakland Museum, Oakland, California Contemporary American Painting and Sculpture, Krannert Art Museum, University 1974 Oregon International Sculpture Symposium, Eugene, Oregon 1973 Salon d’Mai, The Luxembourg Gardens, Paris, France Salon de la Jeune Sculpture, Musee d’Art Moderne, Paris, France Refracted Images, DeCordova Museum, Worcester, Massachusetts The Small Format, St. Mary’s College Art Gallery, Moraga, California SELECTED GROUP EXHIBITIONS continued 1972Sculpture ’72, Stanford University Museum of Art, Stanford, California 1971 Translucent and Transparent Art, Museum of Fine Arts, St. Petersburg, Florida Centennial Exhibition, San Francisco Art Institute, de Young Museum, San Francisco A Decade in the West, Stanford University Museum of Art, Stanford, California, and Santa Barbara Museum of Art, Santa Barbara, California Bruce Beasley 1970 1969 1968 1967 1966 1965 1964 1963 1962 1961 1960 1970 Biennial Invitational, Crocker Art Museum, Sacramento, California American Sculpture in Perspective, Sheldon Art Gallery, University of Nebraska, Lincoln Pierres de Fantaisie, The Oakland Museum, Oakland, Ca!ifornia Excellence, University of California Art Museum, Berkeley Pollution Show, The Oakland Museum, Oakland, California Looking West, Josyln Art Museum, Omaha, Nebraska Sculpture Here andNow, Stanford University Art Museum, Stanford, California Expo ’70, San Francisco Pavilion, Osaka, Japan A Plast)’c Presence, The Jewish Museum, New York; Milwaukee Art Center, Francisco Museum of Modem Art, San Francisco, 1969-70 Plastics and New Art, Institute of Contemporary Art., University of Pemasylvania, Philadelphia, Pennsylvania Contemporary Ameriean Painting and Sculpture, Krannert Art Museum, University of Illinois, Urbana-Champaign, Illinois Artf~om CaliJbrnia, Janie C. Lee Gallery, Dallas, Texas California Artists in National Collections, Lytton Center of Visual Arts, Los Angeles Thirtieth Anniversary Exhibition, Richmond Art Center, Richmond, California Plastics West Coast, Hansen-Fuller Gallery, San Francisco SelectedAequisitions, Solomon R. Guggenheim Museum, New York Twenty-Two Sculptors, California State University at No.bridge Annual Exhibition, San Francisco Museum of Modem Art Contemporary Art from the Lytton Collection, Lytton Center of the Visual Arts, Los Angeles. Sculptors Who Operate Their Own Foundries, Hansen Gallery, San Francisco Zellerbach Memorial Competition, Palace of the Legion of Honor, San Francisco Some Aspects of California Painting andSeuipture, La Jol!a Art Museum, La Jo!!a, CA Annual Exhibition, San Francisco Museum of Modem Art Group show, The Berkeley Gallery, Berkeley, California Contemporary Sculpture, Albright Knox Gallery, Buffalo, New York Eleven American Sculptors, University of California Art Museum, Berkeley Biennale de Paris, Musee d’Art Modeme, Paris, France Contemporary California Sculpture, The Oakland Museum, Oakland, California Annual Exhibition, San Francisco Museum of Modem Art International Contemporary Sculpture, Everett Ellin Gallery Painting and Sculpture Acquisitions, Museum of Modern Art, New York Three Artists, Gallery 8, Santa Barbara, California Art of Assemblage, Museum of Modern Art, New York; traveled to the Dallas Museum for Contemporary Art, and the San Francisco Museum of Modern Art, 1961-62 Annual Exhibition, San Francisco Museum of Modem Art Contemporary Painting and Sculpture, Everett Ellin Gallery, Los Angeles, California Northern California Sculptors Annual, The Oakland Museum, Oakland, California Painting and Sculpture Annual, Richmond Art Center, Richmond, California Milwaukee,Wisconsin; San AWARDS AND PRIZES 1989 Individual Artist Award, Oakland Chamber of Commerce, Oakland, California 1967Purchase Prize, San Francisco Arts Festival, San Francisco 1965 Frank Lloyd Wright Memorial Purchase Award, Marin Museum Association, San Rafael, California 1963 Andre Malraux Purchase Prize, Biennale de Paris, France 1961 Honorable Mention, San Francisco Museum of Modem Art Annual 1960Adele Morrison Memorial Medal, The Oakland Museum Sculpture Annual CIVIC AND CORPORATE COLLECTIONS Arco Corporation, Los Angeles Berkeley Repertory Theatre, Berkeley, California Bruce Beasley Bishop Ranch, San Ramon, California Capitol Group, Los Angeles City of Anchorage, Alaska City of Bad Homberg, Germany City of Dortmund, Germany City of Eugene, Oregon City of Oakland, California City of Palo Alto, California City of Salinas, California City of South San Francisco, California Djerassi Foundation, Woodside, California Federal Home Loan Bank, San Francisco, California Federal Office Building, San Diego, California. GSA Art in Public Buildings Franklin D. Murphy Sculpture Garden, Univ. of California at Los Angeles Gallaudet College, Washington,D.C. Gateway Center, Walnut Creek, California IBM Corporation, New York, New York Kleinewefers GmbH, Krefeld, Germany La Joiia Crossroads, San Diego, California Lakeside Mall, Sterling Heights, Michigan Landeszentral Bank, Hessen, Germany Mall at Short Hills, Short Hills, New Jersey Miami International Airport, Miami, Florida Miami University, Oxford, Ohio San Francisco Arts Commission, San Francisco, (3 pieces) San Francisco International Airport, San Francisco Sculptural Park Punta Sur, Isla Mujeres, Mexico Security Pacific Corporation, Los Angeles, California Stanford University, Stanford, California, (2 pieces) State of Alaska, Anchorage, Alaska State of California, Capitol Office Building, Sacramento, California State of California, State Office Building, San Bernardino, California The Johnson Foundation, Racine, Wisconsin The Oakland Museum, Oakland, California Times Mirror Corporation, Los Angeles, California Tupperware, Inc., Orlando, Florida University of Oregon, Eugene, Oregon Village ofFlossmoor, Flossmoor, Illinois Voit Brea Business Park, Brea, California World Savings, Oakland, California LECTURES Academy of Art College, San Francisco American River College, Sacramento, California Art and Mathematics Conference, University of California at Berkeley Art and Mathematics Conference, San Sebastian, Spain Art Guild, Oakland Museum of California Atlanta College of Art, Atlanta, Georgia Brown University, Providence, Rhode Island California Polytechnic State University California State University, Turlock, California College of Marin, Fairfax, California Concordia University, Montreal, Quebec Bruce Beasley Crocker Art Museum, Sacramento, California Dartmouth College, Hanover, New Hampshire De Anza College, Cupertino, California Emily Carr College of Art, Vancouver, British Columbia Fresno Art Museum, Fresno, California Fundacion Marcelino Botin, Santander, Spain Hong Kong Museum of Art, Hong Kong Humboldt State College, Arcata, California International Sculpture Conference Johnson Atelier, Princeton, New Jersey Miami University, Miami, Florida National Computer Graphics Association Conference, Anaheim, California Endowment for the Arts, Small Business Administration Lecture Series The Oakland Museum Osaka American Center, Osaka, Japan Pennsylvania State University Rancho Santiago College, Santa Ana, California San Antonio Art institute, San Antonio, Texas San Francisco Academy of Art, San Francisco San Francisco Museum of Modern Art, San Francisco Santa Barbara Art Museum, Santa Barbara, California Santa Clara University, Santa Clara, California Santa Cruz Art Association, Santa Cruz, California Sapporo American Center, Sapporo, Japan Siggraph, 18th International Conference Sonoma State University, Rhonert Park, California Stanford University, Stanford, California The Exploratorium, San Francisco Town &Gown Club, Berkeley, California University of California at Berkeley University of Hawaii University of North Dakota University of Oregon University of Sydney, Sydney, Australia Visual Arts Center, Anchorage, Alaska Walnut Creek Civic Art Association, Walnut Creek, California York University, Toronto, Ontario National JUROR Anacortes Exhibition, Anacortes, Washington Bolinas Museum of Art, Bolinas, California California Arts Council, Sacramento, California California State College, Sacramento, California California State Fair, Sacramento, California College of Marin, Fairfax, California Concord Civic Arts Commission Hawaii Sculpture Competition, Honolulu, Hawaii Hong Kong Museum of Art International Sculpture Competition 1980, Washington, D.C. Bruce Beasley Marin-InterArts Sculpture Competition Sacramento Arts Commission San Francisco Art Commission, San Francisco San Francisco Art Fair, San Francisco San Mateo Art Counci!