HomeMy WebLinkAboutStaff Report 175-06City of Palo Alto
City Manager’s Report
TO:
FROM:
HONORABLE CITY COUNCIL
CITY 5~MNAGER DEPARTMENT: PUBLIC WORKS4
DATE:MARCH 20, 2006 CMR: 175:06
SUBJECT:APPROVAL OF CONTRACT WITH BELLECCI & ASSOCIATES INC.
IN AN AMOUNT NOT TO EXCEED $172,590 FOR CIVIL
ENGI2N’-EERING A~Nq) LANDSCAPE ARCHITECTURE DESIGN
SERVICES FOR THE SAN ANTONIO MEDIANS AND STREET
IMPROVEMENTS CAPITAL IMPROVEN[ENT PROGRAM (CIP)
PROJECT PE-00104
RECOMMENDATION
Staffrecommends that the City Council approve and authorize the City Manager or his designee
to execute the attached contract with Bellecci and Associates Inc. (Attachment A) in a not to
exceed amount of $172,590 for civil engineering and landscape architectural design services for
the San Antonio Medians and Street Improvements Capital Improvement Program (C~) Project
(PE-00104), including $156,900 for basic services and $15,690 for additional services.
BACKGROUND
San Antonio Road between Alma Street and Highway 101 contains center and frontage medians
and is badly in need of repair and upgrading. The medians are currently planted with Stone
Pine trees that have grown too large for the medians and the root systems have reached outside
the medians and under San Antonio Road. The root systems have caused extensive damage to
the median, sidewalk and curb in many locations. The tree roots have caused uplifted roadways
and many costly base failure repairs over the years. The uplifted roadway and curb also interferes
with drainage and can cause increased vehicle noise. Many of the trees have already been
removed due to structural problems associated with their size and age. Trenching for irrigation
in the median islands with the existing Stone Pines is unfeasible as it would destabilize the trees.
Other methods of boring and pulling irrigation tubing would be too expensive. The remainder of
the landscaping is currently in decline or nonexistent due to broken irrigation systems, damage
from cars and gophers.
DISCUSSION
The scope of work for this project, as identified in CIP PE-00104 San Antonio medians, involves
the reconstruction of the medians including replacing trees, irrigation systems, landscaping and
curbs as necessary. Professional engineering, landscape and environmental consultant services
are needed to:
develop a concept plan for renovating the San Antonio Road medians from Alma to
Highway 101;
CMR:175:06 Page 1 of 3
¯perform an environmental review, including fulfilling California Environmental Quality
Act (CEQA) requirements and public outreach;
¯prepare construction plans and specifications for the first phase from Alma to
Middlefield;
¯provide construction administration services for the first phase of construction of San
Antonio Road medians from Alma Street to Middlefield Road.
Associated street maintenance repair and resurfacing work will be done as part of the Annual
Street Maintenance Program as it is a priority in the City’s Pavement Maintenance and
Management System. Similarly, the second phase of construction on San Antonio Road from
Middlefield Road to Highway 101 would be a jointly coordinated project over the next few
years, pending available funds.
The project design will include "green" elements such as incorporating water conserving
landscaping and sustainable irrigation technology. Replacement of the tree canopy with
selections which can better adapt to the existing soil and improvements to the existing planting
conditions within the medians are essential to the success of the project and will be addressed
during design. Exhibit A includes the complete Scope of Services for the project.
A Request for Proposals (RFP) for the project was posted at City Hall, on the City website and
mailed to 16 firms on September 20, 2005. The table summarizes the results of the RFP
solicitation.
Summary of RFP Process
RFP Name/Number
Proposed Length of Project
Number of RFPs Mailed to Contractors
Number or RFPs Mailed to Builder’ s
Exchanges
Total Days toRespond to RFP
Pre-Proposal Meeting
Number of Company Attendees at Pre-
Proposal Meeting
Number of Proposals Received:
Selected for Interviews
Proposal Price Range
San Antonio Road Median & Street
Improvements #113845
19 months
31
0
35
October 6, 2005
12
5
4
From a low of $156,900 to a high of $337,248
An evaluation committee consisting of staff members from the Public Works Engineering
Division, Public Works Operations, and Planning Department reviewed the five proposals
received. Four firms were invited to participate in oral interviews on October 6, 2005. The
committee carefully reviewed each firm’s qualifications and submittal in response to the
selection criteria identified in the RFP.
CMR: 175:06 Page 2 of 3
The selection criteria included experience in streetscapes in the Bay Area, project management
strengths and qualifications, civil engineering and landscape architecture design capabilities,
arborist credentials, environmental assessment and public outreach experience. Bellecci &
Associates Inc. was selected because they had the strongest team in all areas, specialized in
streetscapes and had superlative references.
RESOURCE IIVIPACT
Funding for this contract is available in Capital Improvement Project PE-00104 and the Street
Maintenance Capital Improvement Program PE-86070.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
TIMELINE
The timeline for this project is included in Exhibit B of the Contract.
ENVIRONMENTAL REVIEW
This project is essentially infrastructure replacement of the medians, and road repair and will not
include redesign of roadway alignment. Trees to be removed and visual and other impacts will
be identified as part of an environmental assessment, including an arborist report and a
construction management plan. Appropriate CEQA review will be performed following
selection of a preferred conceptual plan for the project.
ATTACHMENTS
Attachment A: Contract
PREPARED BY:
DEPARTMENT HEAD:
KA)’E--ROONt~Y -
Project Manager
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:175:06 Page 3 of 3
CITY OF PALO ALTO CONTRACT NO.C06113845
AGREEMENT BETWEEN THE CITY OF PALO ALTO AND
BELLECCI &ASSOCIATES, INC.
FOR:
SAN ANTONIO ROAD MEDIAN AND STREET IMPROVEMENTS
This AGREEMENT is entered into , by and
between the CITY OF PALO ALTO, a chartered city and a municipal
corporation of the State of California ("CITY"), and Bellecci &
Associates, Inc., a California corporation !ocated at 4695 Chabot
Drive, Suite 112, Pleasanton, CA 94588 (CONSULTANT,’).
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to construct new medians and repair roads along
San Antonio Road from Alma Street to the i01 interchange
("Project") and desires to engage a consultant to provide complete
civi! engineering and landscape design services, and public
outreach in connection with the Project (~Services") .
B. CONSULTANT has represented that it and any subconsultants have
the necessary professiona! 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.
D. CONSULTANT has agreed to perform the Services on the terms and
conditions contained in this Agreement.
NOW, THEREFORE, in consideration of the recitals,
covenants, terms, and conditions, this Agreement, the parties
agree:
AGREEMENT
SECTION I. 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 completion of the services,
unless terminated earlier pursuant to Section 21 of this Agreement.
050310
1
CITY OF PALO ALTO CONTRACT N0.C06113845
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 fifty-six
thousand nine hundred Dollars ($156,900.00). In the event
Additional Services are authorized, the total compensation for
services and reimbursable expenses shall not exceed one hundred
seventy-two thousand five hundred ninety Dollars ($172,590.00).
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 shal! not
receive any compensation for Additiona! 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. Send all invoices to the CITY
attention the Project Manager. The Project Manager is: Kate
Rooney, Dept.: Public Works, Engineering Division, P.O. BOX 10250,
Palo Alto, CA 94303, Telephone: 650-617-3127.
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
050310
CITY OF PALO ALTO CONTRACT N0.C06113845
experience to perform the Services assigned to them. CONSULTANT
represents that it, its employees and subconsultants have and shall
maintain during the term of this Agreement all licenses, permits,
qualifications, insurance and approvals of whatever nature that are
legally required to perform the Services.
All of the services to be furnished by CONSULTANT under this
agreement shall meet the professional standard and quality that
prevail among professionals in the same discipline and of similar
knowledge and ski!l engaged in related work throughout California
under the same or similar circumstances.
SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shal! 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
CONSULTANT shall report immediately to the CITY’s project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and/or guidelines in
relation to the Project of the performance of the Services.
All documentation prepared by CONSULTANT shall provide for a
completed project that conforms tO all applicable codes, rules,
regulations and guidelines that are in force at the time such
documentation is prepared.
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 Project.This obligation shall survive
termination of the Agreement.
SECTION 9. COST ESTIMATES. 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 I0. 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
050310
3
CITY OF PALO ALTO CONTRACT NO.C06!!3845
labor and/or materials under this Agreement, shall act as and be an
independent contractor and not an agent or employee of the CITY.
The manner and means of conducting the Services are the
responsibility of and under the control of CONSULTANT, except to
the extent they are limited by applicable law and the express terms
of this Agreement.
CONSULTANT will be responsible for employing or engaging all
persons necessary to perform the Services. All contractors and
employees of CONSULTANT are deemed to be under CONSULTANT’S
exclusive direction and contro!. CONSULTANT shall be responsible
for their performance.
SECTION II. 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. Notwithstanding Section !i above,
CITY agrees that subconsultants may be used to complete the
Services. The subconsultants authorized by CITY to perform work on
this Project are:
I.Gates & Associates (Landscape Architects, Public Outreach)
2.Geier & Geier (Environmental Compliance)
3.Arbor Resources - David Babby (Arborist)
CONSULTANT shall be responsible for directing the work of any
subconsultants and for any compensation due to subconsultants.
CITY assumes no responsibility whatsoever concerning such
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 Daniel
Leary as the project director to have supervisory responsibility
for the performance, progress, and execution of the Services and
Daniel Leafy also as the project coordinator to represent
CONSULTANT during the day-to-day work on the Project. If
circumstances or conditions subsequent to the execution of this
Agreement 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
050310
4
CITY OF PALO ALTO CONTRACT NO.C06113845
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 manager will represent CITY for all purposes under this
Agreement. Kate Rooney is designated as the project manager for
the CITY and will be assisted by -Elizabeth Ames, the Project
Engineer. 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. DUTIES OF CITY. To assist CONSULTANT in the
performance of the Services, CITY will furnish or cause to be
furnished the specified services and/or documents described in
Exhibit "A" and such other available information as may be
reasonably requested by CONSULTANT.
SECTION 15. OWNERSHIP OF MATERIALS.
15.1. All drawings, plans, reports, specifications,
calculations, documents, other materials and Copyright interests
(including all copyrightable interests arising under the 1990
Architectural Works Copyright Protection Act) developed or
discovered by CONSULTANT or any other person engaged directly or
indirectly by CONSULTANT to perform the services required hereunder
shall be and remain the property of CITY without restriction or
limitation upon their use. 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.
15.2. In addition to the provisions of Subsection 15.1.,
above, the fol!owing shall apply to al! plans, drawings,
specifications, and related reports and documents, and electronic
equivalents (collectively "Plans") developed pursuant to this
Agreement:
15.1.1. CITY shall have the right to reproduce and
use the Plans forpurposes of the Project that is the subject of
this Agreement, including, but not limited to, any use associated
with construction, reconstruction, modification, management,
maintenance, and renovation of the Project.
15.2.2. CITY shall have the right to reproduce,
use and modify the PLANS, or portions thereof, in the design and
construction of any other future CITY project. CITY acknowledges
that CONSULTANT does not warrant the suitability of the PLANS for
reuse other than as needed for the Project that is the subject of
this AGREEMENT.
0503105
CITY OF PALO ALTO CONTRACT N0.C06113845
15.2.3. The right of the CITY to modify and reuse
the PLANS pursuant to this Subsection 15.2. is subject to the
provisions of California Business and Professions Code Sections
5536.25, 6735, 6735.3 or 6735.4, whichever is applicable.
SECTION 16. 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 17. INDEMNITY. In the performance of professional services
under this Agreement, the Consultant, to the fullest extent
permitted by law, shall protect, indemnify, hold harmless, release
and defend City, its Council members, officers, employees and agents
from and against any and al! 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 and other defense costs) to the extent caused by the
negligent acts, errors, or omissions, or willful misconduct of
CONSULTANT, its officers, employees, agents or contractors, or
conduct for which applicable law may impose strict liability on
CONSULTANT, in the performance of or failure to perform
professional services under this Agreement.
Other than in the performance of professional services and to
the fullest extent permitted by law, Consultant shall protect,
indemnify, hold harmless, release and defend City, its Council
members, officers, employees and agents 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 and other defense
costs) arising out of connected with, or attributable in whole or in
part to the acts, errors, or omissions for which the Consultant is
legally liable, including those of its officers, employees, agents,
and consultants, in the performance of this agreement
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 17 shall survive the expiration or early
termination of this Agreement.
SECTION 18. 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,
050310
CITY OF PALO ALTO CONTRACT NO.C06113845
provision, ordinance or law.
SECTION 19. INSURANCE.
19.1.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 the City of Palo Alto as an additional insured
under any general liability or automobile policy or policies.
19.2.All insurance coverage required hereunder shall
be provided through carriers with Best’s Key Rating Guide ratings
of A-:VII or higher which are admitted 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, identica! insurance coverage, naming CITY as an
additiona! insured under such policies as required above.
19.3.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.
19.4.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 20. WORKERS’ COMPENSATION. CONSULTANT, by executing this
Agreement, certifies that it is aware of the provisions of the
Labor Code of the State of California which require every employer
to be insured against liability for workers’ compensation or to
undertake self-insurance in accordance with the provisions of that
Code, and certifies that it will comply with such provisions, as
applicable, before commencing and during the performance of the
Services.
050310
7
CITY OF PALO ALTO CONTRACT N0.C06113845
SECTION 21.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
21.1.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 (I0) days’ prior written
notice thereof to CONSULTANT. Upon receipt of such notice,
CONSULTANT will immediately discontinue its performance of the
Services.
21.2.CONSULTANT may terminate this Agreement or
suspend its performance of the Services by giving ten (I0) days
prior written notice thereof to CITY, but only in the event-of a
substantial failure of performance by CITY.
21.3.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.
21.4.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., I0 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
21.5. 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 22.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
050310
CITY OF PALO ALTO CONTRACT NO.C06113845
SECTION 23. CONFLICT OF INTEREST.
23.1.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.
23.2.CONSULTANT further covenants that, in the
performance of this Agreement, it wil! 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.
23.3. 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 24. NONDISCRIMINATION. As set forth in Palo Alto Municipal
Code section 2.30.510, CONSULTANT agrees 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 Chapter 2.28 of the Palo Alto Municipal .Code
relating to Nondiscrimination Requirements and the penalties for
violation thereof, and agrees to meet all requirements of Chapter
2.28 pertaining to nondiscrimination in employment, including
completing the form furnished by CITY and set forth in Exhibit "E".
SECTION 25. MISCELLANEOUS PROVISIONS.
25.1. This Agreement will be governed by the laws of
the State of California.
25.2.In the event that an action is brought, the
parties agree that trial of such action wil! be vested exclusively
in the state courts of California or in the United States District
Court for the Northern District of California in the County of
Santa Clara, State of California.
25.3.The prevailing party in any action brought to
enforce the provisions of this Agreement may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
050310
CITY OF PALO ALTO CONTRACT N0oC06113845
25.4.This document represents the entire and
integrated agreement between the parties and supersedes all prior
negotiations, representations, and contracts, either written or
oral. This document may be amended only by a written instrument,
which is signed by the parties.
25.5.The covenants, terms, conditions and provisions
of this Agreement wil! apply to, and will bind, the heirs,
successors, executors, administrators, assignees, and CdNSULTANTs,
as the case may be, of the parties.
25.6.If a court of competent jurisdiction finds or
rules that any provision of this Agreement or any amendment thereto
is void or unenforceable, the unaffected provisions of this
Agreement and any amendments thereto will remain in full force and
effect.
25.7.All exhibits referred to in this Agreement and
any addenda, appendices, attachments, and schedules to this
Agreement which, from time to time, may be referred to in any duly
executed amendment hereto are by such reference incorporated in
this Agreement and will be deemed to be a part of this Agreement.
25.8.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 fisca! 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 25.8 shall take
precedence in the event of a conflict with any other covenant,
term, condition, or provision of this Agreement.
i0
050310
CITY OF PALO ALTO CONTRACT N0.C06113845
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Agreement on the date
first above written.
APPROVED AS TO FORM:CITY OF PALO ALTO
Senior Asst. City Attorney
APPROI/ED:
Director of Administrative
Services
Assistant City Manager
BELLECCI & ASSOCIATES,INC.
¯
(If corpora: Present or Vice-President)
Name:
Taxpayer Identification No.
(Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is acceptable)
Attachments :
EXHIBIT "A" :
EXHIBIT "B" ¯
EXHIBIT "C" ¯
EXHIBIT "D" :
EXHIBIT "E" ¯
SCOPE OF WORK
SCHEDULE OF PERFORMANCE
COMPENSATION
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
050310
II
IB/24/2885 iI~: 13 9256854838 BELLECCi AND ASSOC PAGE
B :Lt.ECC & ASSOC AW :S, iSC.
CIVIL ENG’f~EERING ¯ LAND PLANNING ¯LAND SU-R.VEY!NG
CORPORATE RESOLUTION
A special ineeting was held on Monday, February 2, 2004, by the Board of Directors of Bellecci
& Associates, Inc. (Corporation). All of the directors were present mad waived notice of the
meeting as evidenced by their signatures.
After discussion a~d upon a motion duly made and passed, effective February 2, 2004, and until
such date as further amended by corporate resolution, it was decided by a unanimous vote that,
BE IT RESOLVED that
I) the follo,,~ng officers are hereby authoized to sign all contracts and documents on
behalf of the Corporation:
Frank C. Bellecci, President Daniel C. Leary, Vice President
and
2) that on]y one of the above corporate officer’s signature shall be required on all
contracts and documents.
There being no further business, the meeting was adjourned.
F;~r~k Ci Bellecx~, President
Daniel C. Leary, Secretary
Board of Directors:
C. Bellecci Daniel C. Lear5,
CONCORD
2290 Diamond Boulevard, Suite 100
Conc~rd, CA 0,1-520
Tel. ~J25-fi.~5-4569 Fax 925-685-483~
PLEASANTON
2340 Santa Rita Road. Sute 6
Pleasanton, CA 94566
Tel. 925-681-4885 Fax 925-d90-734(~
EXHIBIT A
SCOPE OF WORK
San Antonio Medians and Street Improvements
GENERAL INFORMATION
The Public Works Department is seeking consultant services to provide design
and construction services for improvements to remove and replace landscape
medians and repair uplifted street sections along San Antonio Road from
Highway 101 to Alma Street including all frontage roads along San Antonio
Road. Medians are primarily designed to regulate traffic, provide attractive
landscape, buffer surrounding residents from traffic impacts and provide
welcoming gateways. The San Antonio medians and frontages have fallen into
disrepair and are creating road damage as a result of age and tree root growth
under the median curbs and pavement.
The Consultant shall examine the site and carefully determine all repairs needed
and include cost estimates, preliminary (conceptual) and final design, and
construction documents for the project. To comply with the California
Environmental Quality Act (CEQA), an environmental assessment (Initial Study)
for the improvements along the entire San Antonio Road and frontages shall be
required as part of this scope of work with the anticipation that a mitigated
negative declaration will be required. If an EIR is required, it shall be negotiated
and authorized as an additional service by contract amendment to the Contract.
The work will be scheduled over multi-year construction phases in an effort to
minimize construction impacts. The first phase of construction is expected along
San Antonio Road from Alma Street to Middlefield Road, including improvements
to all frontage roads bounded by this area.
2.DESCRIPTION OF PROJECT
This project includes meeting with the staff and public, facilitating meetings and
presenting informational materials to neighborhood groups, Commissions and
Boards, incorporating staff and public comments to assist in the development of
the design and construction documents. The Consultant shall prepare the
associated design documents required to complete the environmental
assessment of the entire road, frontages and medians along San Antonio Road
from Alma Street to the Highway 101 interchange. In addition, the construction
documents and services for the first construction phase shall include but not be
limited to preparation of design, bid documents, construction drawings, details,
and specifications for repairs along San Antonio Road and frontages from Alma
Street to Middlefield Road.
The project shall include removal and replacement of the irrigation, landscaping,
damaged median curbs and uplifted street sections along the entire San Antonio
City of Palo Alto - Contract C06113845 Page 1 of 8
EXHIBIT A
Road and frontage medians and intersections, including the removal of the large
Stone Pines. Replacing the median curbs in-kind in the same location to reduce
cost is desired. The development of conceptual plans, preparing an Arborist
report, required special studies and CEQA initial study checklist for the
environmental assessment and certification for the entire San Antonio project is
required. The Consultant shall prepare final design, construction plans and
specifications for the first phase only. The City has the option of retaining the
consultant for the remaining phases, as additional funds are approved.
3.CITY’S INTENT AND COUNCIL APPROVED SCOPE OF WORK
Council has approved the following scope of work for the project:
Develop a preliminary design for tree and landscape median replacement along
San Antonio Road from the 101 interchange to Alma Street. The preliminary
design will include the following:
Conceptual landscape plans and profiles of various locations along
San Antonio Road
¯Site and preliminary demolition plans
pavement replacement
¯ Technical studies including
management plan
¯Preparation and certification
compliance with the CEQA
Cost estimate and schedule
showing curb, gutter, and
arborist report and construction
of the environmental assessment in
The final design and construction phases will include the following for the Alma
Street to Middlefield Road Phase of the project:
¯Finalize demolition, landscape, irrigation plans and specifications
¯Public meetings
¯Finalize cost estimate and schedule
¯Prepare final bid documents
¯Construction services, testing and inspection
As part of the preliminary design and environmental assessment process,
identification of trees to be removed, visual and other impacts will be identified.
Community meetings and a mitigated negative declaration is anticipated for this
maintenance project. The project’s final design and construction will be
completed in phases and continue several years in coordination with the annual
street maintenance project.
4.DETAILED SCOPE OF WORK
The Project scope of work shall consist of the following tasks:
City of Palo Alto - Contract C06113845 Page 2 of 8
EXHIBIT A
TASK
1.
2.
o
TASK
1.
A Site Analysis and Preparation of Site Plans
The Consultant shall review and analyze the existing data augmented by
discussion with City staff including review City provided information.
The Consultant shall provide a site investigation including observation and
research, identifying all utilities, easements, right-of-way and median
locations and soil conditions. Consultant shall augment the City survey
data by surveying to verify and obtain additional spot elevations of curb
and gutter, flow lines, sidewalks, edge of pavement way and drainage
structures as necessary within the public right-of-way from the 101
interchange to Alma Street along San Antonio Road and frontages.
The Consultant shall develop site plans and cross sections showing
existing and new grades, topography, location of trees, utilities, lighting
and structures including intersections, road frontages and medians, areas
of uplifted curb and road conditions, invert elevations and direction of flow
to storm drains in the project area.
Plans shall be in AutoCAD 2004 format. Consultant shall provide 2 sets (1
draft/1 final) - 24" x 36" sheets of consecutive plan views of roadway,
including frontage and center medians and roads to sidewalk edges, and
including Alma Street Highway 101 interchange at scale 1" = 200’. The
Alma Street intersection should include the south portion within Mountain
View including the portion of City property on the Mayfield site.
Consultant survey and Base Mapping - for the work described above,
Bellecci will perform 4 days of field surveying and 8 days of office
surveying to supplement the City provided base map. The City
topography combined with the field survey information will serve as the
Project Topographic Base Map. Survey Control will be provided to the
design team in both the hard copy and electronic version. Consultant will
distribute project base mapping to all design team members and make
accessible readily upon each design stage. This topographic base map
will be the uniform "x-reference" for all design work. Topographic base
mapping will be updated for all subconsultants at the beginning of each
design phase.
Consultant shall provide a 2 page technical report summarizing findings.
B Special Studies, Environmental Assessment and Certification
Consultant shall review, analyze and identify potential environmental
impacts of the project, including but not limited to, removing and replacing
trees including the Stone Pines and vegetation within the center and
frontage medians, and the Stone Pines in the southern sidewalk strip
causing large uplift in the pavement areas adjacent to the sidewalks,
demolishing curb, gutter and pavement areas uplifted by tree roots, visual,
tree canopy and construction impacts within the public right-of-way from
the Highway 101 to Alma Street along San Antonio Road and frontages.
City of Palo Alto - Contract C06113845 Page 3 of 8
EXHIBIT A
2.Consultant shall augment the City’s tree survey and prepare an arborist
report, per the City’s Tree Technical Manual available at the Civic Center
250 Hamilton Avenue on the 6th Floor, Public Works Engineering Division.
3.Consultant shall develop requirements of a Construction Management
Plan including a mitigation monitoring plan. Consultant shall prepare a
construction management plan that considers impacts during construction,
including but not limited to, parking, noise, utility and street lighting
adjustments and temporary relocations, vehicle and pedestrian impacts,
construction phasing and the identification of the construction mitigation
measures. These requirements shall be developed in cooperation with
City staff, and shall reflect City policies and procedures as applied to large
or complex projects.
4. The consultant shall prepare an environmental assessment in accordance
with CEQA to the satisfaction of the Director of Planning and Community
Environment. City Staff (Planning and Community Environment) will
determine the appropriate CEQA clearance based on the findings of the
Initial Study. Consultant shall provide 10 copies (5 draft/5 final) of the
complete environmental assessment for City distribution. If mitigations are
required for the project, the Consultant will also prepare a mitigation
monitoring and reporting program (MMRP) to the satisfaction of the
Director of Planning and Community Environment that will be adopted by
the City in conjunction with the CEQA clearance document.
TASK
1.
o
C Preliminary Design (Concept Designs) and Cost Estimates
The Preliminary design includes the entire length of San Antonio Road
and frontages from the Highway 101 to Alma Street. Consultant shall work
with City to provide expectations and design criteria before developing
alternatives acceptable to the City. Consultant shall develop sustainable
opportunities in the project with City staff consultation, and consider use of
drought tolerant plant material, recycled products, and water conserving
irrigation controller technology and other design ideas and criteria for the
project.
Consultant shall prepare and finalize 2 alternative concept designs
dependent on the staff and public input process. Consultant shall utilize
City’s plant palette as part of one alternative and modify as necessary.
Each alternative concept shall include a unique plant palette as follows:
(1 draft/1 final concepts) - 24" x 36" elevation and plan color
renderings of typical median; and
(1 draft/1 final concepts) - 24"x 36" plan color renderings of the Alma
interchange.
Consultant shall develop cost estimates for each alternative concept over
a multi-year period as follows:
10 (5 draft/5 final estimates) for phase one construction in 2006; and
10 (5 draft/5 final estimates) for remaining phases of construction in
outer years including inflation.
City of Palo Alto - Contract C06113845 Page 4 of 8
EXHIBIT A
The Consultant shall recommend the selection of one preferred alternative
that will involve several public meetings and decisions based on cost,
outcome of CEQA environmental review process and mitigations, design
criteria and majority acceptance of the concept and plant palette.
The Consultant shall prepare and review with City staff a final 2 page
report recommending a design that contains the rational for selecting the
preferred design, consensus and outcome of public meetings, summary of
environmental findings, design criteria, both concept plan alternatives,
delineation of construction phases, temporary relocation of street lighting
and estimates for each phase. Consultant shall provide ten (10) copies (5
draft/5 final) of each report.
TASK
1.
D Final Design and Cost Estimates
The final design (phase one) includes only the first phase of the project
along San Antonio Road and frontages from Alma Street to Middlefield
Road. After the City approves the preferred design, the Consultant shall
prepare and submit draft design documents including 50% and 90% final
plans, specifications and cost estimates for review and comment by City
staff. Five (5) copies of each submittal at 50% and 90% shall include the
following documents:
a. Title Sheet and Site Plan
b. Existing Conditions and Demolition Plans
c. Drainage Plans
d. Irrigation and Utility Plans
e. Landscape Plans
f. Construction Management Plan
g. Storm Water Pollution Prevention Plan
h. Construction Details and Typical Cross Sections
i. Technical specifications
j. Total Project Cost estimates
The Consultant shall utilize soil testing results obtained by the City’s
testing firm in developing the planting soil specifications.
Consultant shall obtain comments from City staff incorporating changes
for each submittal and provide value engineering to meet budget
constraints.
TASK
1.
E Construction Documents and Bid Support
Consultant shall develop all construction plans, details, specifications and
a construction cost estimate based on completion of Task D including
incorporation of all review comments and value engineering decisions.
As part of the Construction Documents, the Consultant shall prepare a
Construction Management Plan. This plan shall address, at a minimum,
project schedule restrictions, working hours, noise control, traffic control,
City of Palo Alto - Contract C06113845 Page 5 of 8
EXHIBIT A
TASK
1.
TASK
construction phasing, material delivery and storage areas, construction
vehicle parking, protection of existing facilities, clean-up and maintenance,
temporary utility and lighting relocations and coordination.
Consultant shall provide one signed set (1 draft/1 final) of 100% bid
documents .including technical specifications, details, plans and estimates
for review and comment by City staff. Project specifications shall be in
CSl format. Consultant shall incorporate staff comments and changes to
the bid documents, including but not limited to, selection of bid items and
add alternates.
Consultant shall assist staff in bid document preparation, answering
questions and providing addendum specification and plan changes as
necessary during the one month bidding process. Consultant shall provide
one (1) unbound reproducible set of bid and construction documents
(complete plans and specifications) that includes incorporating addendum
changes for City’s distribution.
F Construction Services
Consultant shall perform periodic, on average weekly, inspections,
construction observation, document field changes and detail changes,
review of submittals and issuance of design clarification and respond to
requests for information. Based on the 90 day project schedule, it is
estimated that these will be 13 construction meetings total.
Consultant shall attend one final inspection, and review and comment on
the punchlist.
After completion and acceptance of the phase one construction project,
the Consultant shall prepare As-Built record drawings including one copy
of the AutoCAD.dwg format called a Metadata file that includes the date,
company name, contract information and technician who prepared them.
The technical project specifications shall be in current version of MS Word
document files.
G Project Schedule & Meetings
For Preliminary and Final design
meetings are as follows:
the development of schedule and
1.Consultant shall meet with City Staff to develop project schedule and work
plan with a total of (12) meetings including the kick-off meeting.
2.Consultant shall provide project administration including schedule tracking
and updates, agenda, meeting minutes, document preparation, revise
plans and cost estimates.
3. Consultant shall facilitate a total of (7) Public Meetings (four meetings
during preliminary design and three meetings during final design) and (2)
Board or Commission meetings and (!) City Council meeting during
preliminary design. Consultant will prepare presentation materials,
City of Palo Alto -Contract C06113845 Page 6 of 8
EXHIBIT A
present two concept designs, and ultimately a preferred design with
proiect justifications, phasing, and estimates and solicit feedback from the
public. These meetings include the landscape architect’s and arborist’s
participation as well as the prime consultant.
Consultant shall also present preliminary and final plans to solicit feedback
from the public and incorporate changes as necessary after concept
design is approved by staff, board, commissions and City Council.
For Construction Services the meetings are as follows:
During the phase one construction, attendance of a pre-construction
meeting and weekly construction progress meetings is required.
5. ADDITIONAL
COMPENSATION
SERVICES: SUBJECT TO ADDITIONAL
Additional services may be required and services are subject to project manager
approval. Examples of services are as follows:
¯Additional meetings with ARB, Council and the public and associated
materials
¯additional plan drawings and revisions
¯working models
¯surveying
¯drainage and temporary utility relocation design
¯pavement design
¯preparation of CEQA documents beyond a mitigated negative declaration,
if needed
6.INFORMATION and SERVICES PROVIDED BY THE City of Palo Alto
The City will provide the following during the design phase:
¯Preliminary survey of the entire roadway with tree inventory;
¯1 concept plant palette;
¯Public Works Engineering Department preliminary plan for phasing of
project including street resurfacing and curb and gutter work;
¯City standard construction details and technical specifications for irrigation
work, asphalt, concrete, sidewalk, curb and gutter, tree planting,
landscaping and median details in AutoCAD 2004;
¯City technical specifications and Palo Alto Tree Technical Manual;
¯Initial study checklist form;
¯City GIS information such as approximate locations of property lines, utility
mains, curb and gutter, sidewalk and easements within the City of Palo
Alto;
¯City’s site survey in AutoCAD of the curb, gutter and edge of pavement
elevations;
City of Palo Alto - Contract C06113845 Page 7 of 8
EXHIBIT A
¯City staff shall organize and publicize meetings;
¯City staff shall assist in obtaining design comments and plant palette
comments from City staff;
¯City shall hire a testing agency to perform soil testing and analysis of
existing soils, compaction tests, and concrete and asphalt analyses,
providing test reports to the Consultant.
¯City will review and determine complete the Initial Study. City will issue
Notice of Intent to adopt a negative declaration, if applicable.
¯City will prepare and circulate draft Mitigated Negative Declaration or
Negative Declaration, if applicable
¯City will file NOD upon project approval.
The City will provide the following during the Bid and Construction phase:
¯City shall advertise, provide bidders list, assist in obtaining bid document
review comments and reproduce copies of bid and construction
documents to contractors.
¯City shall hire a testing firm for quality control testing of concrete, asphalt,
soil compaction.
¯City shall provide general and supplementary conditions and City’s
boilerplate specifications (work hours, duration, truck routes, etc.)
Consultant is responsible for reviewing and verifying all supplied information.
City of Palo Alto - Contract C06113845 Page 8 of 8
CITY OF PALO ALTO CONTRACT NO.C06113845
EXHIBIT "B"
SCHEDULE OF PERFORMANCE
CONSULTANT shall perform the Services so as to complete each milestone within the
number of weeks specified below. The time to complete each milestone may be
increased or decreased by mutual written agreement of the project managers for
CONSULTANT and CITY so long as all work is completed within the term of the
Agreement. CONSULTANT shall provide a detailed schedule of work consistent with
the schedule below within 2 weeks of receipt of the notice to proceed.
Milestones Completion
Number of Weeks
From NTP
1. Task A- Site Analysis 3
2. Task B - Special Studies 17
3. Task C - Preliminary Design 10.5
4. Task D - 50% Construction Documents 22
5. Task D - 90% Construction Documents 31
6. Task E - Final Construction Documents 38
7. Task F - Construction Starts 54
8. Construction Complete 70
050310
1
CITY OF PALO ALTO CONTRACT N0.C06113845
EXHIBIT "C"
COMPENSATION
The CITY agrees to compensate the CONSULTANT for professional services
performed in accordance with the terms and conditions of this Agreement, and as set
forth in the budget schedule below. Compensation shall be calculated based on the
hourly rate schedule attached as Exhibit C-1 up to the notto exceed budget amount
for each task set forth below.
The compensation to be paid to CONSULTANT under this Agreement for all services
described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not
exceed $156,900.00. 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 $172,590.00.
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 $156,900.00 and the total compensation for Additional Services does not
exceed $15,690.00.
BUDGET SCHEDULE
Task 1
(Site Analysis & preparation of site plans)
NOT TO EXCEED AMOUNT
$2O,OOO
Task 2 $19,200
(Specific Studies, Environmental Assessment & Certification)
Task 3 $30,000
(Preliminary Design, Concept Design & Cost Estimates)
Task 4
(Final Design & Cost Estimates)
$2g,000
Task 5
(Const~ction Documents & Bid Support)
$15,000
Task 6 $9,000
(Constm~ion Services)
Task 7 $34,700
(Pr~e~ Meetings)
050310
CITY OF PALO ALTO CONTRACT NO.C06113845
Sub-total Basic Services & Reimbursable Expenses
Total Basic Services and Reimbursable expenses
Additional Services (Not to Exceed)
MAXIMUM TOTAL COMPENSATION
REIMBURSABLE EXPENSES
$156,9OO
$15,690
$156,900
$172,590.00
CITY shall reimburse CONSULTANT for reimbursable expenses at cost plus 10%.
Expenses for which CONSULTANT shall be reimbursed are:
A:Travel outside the San Francisco Bay Area. Not to exceed 44.5 cents/mile.
B.Costs of printing formal submissions (use those from rate sheet).
C.Courier and long distance telephone charges.
D.Mark-up on subcontractors not to exceed 7.5%.
All requests for payment of expenses shall be accompanied by appropriate backup
information. Any expense anticipated to be more than $1,000.00 shall be approved
in advance by the CITY’s project manager.
ADDITIONAL SERVICES
The CONSULTANT shall provide Additional Services only by advanced, written
authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s
request, shall submit a detailed written proposal including a description of the scope
of services, schedule, level of effort, and CONSULTANT’s proposed maximum
compensation, including reimbursable expense, for such services based on the rates
set forth in Exhibit C-1. The additional services scope, schedule and maximum
compensation shall be negotiated and agreed to in writing by the CITY’s Project
Manager and CONS U LTANT prior to commencement of the services. Payment for
additional services is subject to all requirements and restrictions in this Agreement
050310
CITY OF PALO ALTO CONTRACT N0.C06113845
EXHIBIT "C-1"
HOURLY RATE SCHEDULE
(Bellecci & Associates, Inc.)
Principal
Senior Project Manager
Professional Engineer
Senior Designer
Designer
Junior Designer
Planner
Clerical
Professional Land Surveyor
Survey Coordinator
Survey Technician
Flag Person
2-Man Survey Party
3-Man Survey Party
2-Man GPS Survey Crew
$178
$148
$140
$112
$100
$90
$120
$48
$140
$116
$90
$72
$198
$276
$258
050310
CITY OF PALO ALTO CONTRACT N0.C06!13845
EXHIBIT "C-1"
HOURLY RATE SCHEDULE
(Geier & Geier Consulting, Inc.)
Principal
Associate
Graphics
Clerical
$120
$90
$6O
$5O
050310
2
CITY OF PALO ALTO CONTRACT N0.C06!13845
EXHIBIT "C-1"
HOURLY RATE SCHEDULE
(Arbor Resources)
Consultinq Services
Site Investigation (one hour minimum)
Office Time (document preparation and review, phone consultation)
Attend Public Hearings and Meetings (one hour minimum)
$150
$150
$250
3
050310
CITY OF PALO ALTO CONTRACT NO.C06113845
EXHIBIT "C-1"
HOURLY RATE SCHEDULE
(Gates & Associates)
President
Principal
Senior Associate
Irrigation Designer
Associate
Draftpersons/Landscape Designer
Clerical Staff
$175
$115-$150
$100-$120
$105
$85-$100
$70-$85
$65-$75
4
050310
(TO BE REPLACED BY ACTUAL CERTIFICATE OF INSURANCE AS EXHIBIT D)
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT
OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY
COMPANIES WITH A BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE
BUSINESS IN THE STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
MINIMUM LIMITSREQUIREDTYPE OF COVERAGE
YES WORKER’S COMPENSATION
YES AUTOMOBILE LIABILITY
YES
YES
YES
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGEBLANKETCONTRACTUAL,
AND FIRELEGALLIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED
REQUIREMENT
STATUTORY
STATUTORY
BODILYINJURY
PROPERTY DAMAGE
BODILYINJURY & PROPERTY DAMAGE
COMBINED.
BODILYINJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILYINJURY AND PROPERTY
DAMAGE, COMBINED
EACH
OCCURRENCE
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
AGGREGATE
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE ALL DAMAGES $1,000,000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE,
SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT
AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS
SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY
AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS,
AND EMPLOYEES.
1.INSURANCE COVERAGE MUST INCLUDE:
A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY 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 18, SAMPLE AGREEMENT FOR SERVICES.
II.SUBMIT CERTIFICATE(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 NUMBER OF YOUR INSURANCE AGENT/BROKER:
C.POLICY NUMBER(S):
City of Palo Alto CONTRACT C06113845 Page 1 of 2
(TO BE REPLACED BY ACTUAL CERTIFICATE OF INSURANCE AS EXHIBIT D)
INSURANCE REQUIREMENTS
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
III.
IV.
Vo
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED
HEREIN.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTINGWITH ANYOTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY
(30) DAY WRI’FTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITYAT LEAST A TEN (10) DAY WRI’I-i-EN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME
SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM.
Signature:
Name:
Signature:
(Pdnt or type name)
(Pdnt or type name)
Name:
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
City of Palo Alto CONTRACT C06113845 Page 2 of 2
EXHIBIT E
Certification of Nondiscrimination
As suppliers of goods or services to the City of Pale Alto. the firm and individuals listed below
certify that they do not discriminate in employment of any person because of race, skin color,
gender, age. religion, disabilily, national origin, ancestry, sexual orientation, ;’lousing stalus,
marital status, familial slalus, weight or lleighl of such person; [hat they are in compliance wilh all
Federal, State and local direclives and executive orders regarding nondiscrimination in
employment.
1.If Proposer is INDIVIDUAL, sign here:
Dale:
Proposer’s Signature
Proposer’s typed name and title
If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of
Ihe Joint Venturers shall sign here:
Partnership or Joint Venture Name (type or prinl)
Date:
Date:
Member of the Partnership or Joint Venture signature
Member of tile Parlnership or Joint Venture signature
If Proposer is a CORPORATION, the duly aulhorized officer(s) shall sign as follows:
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
authenticity (Jr Secretar~;’s certificate of aulhorization) for and on behalf of the below named
CORPORATION, and that they a~e authorized to execute same for and on behalf of said
CORPORATION.
uorporain Name (type or print) ,
Title:
City of Pale Alto- RFP1t3845