Loading...
HomeMy WebLinkAboutStaff Report 8254 City of Palo Alto (ID # 8254) City Council Staff Report Report Type: Consent Calendar Meeting Date: 8/21/2017 City of Palo Alto Page 1 Summary Title: Shalleck Collaborative Professional Services Agreement Title: Approval of a Professional Services Agreement With The Shalleck Collaborative, Inc. for Design Services to Upgrade the City of Palo Alto Council Chambers for a Total Not-to-Exceed Amount of $123,708 From: City Manager Lead Department: City Clerk Recommended Motion Authorize the City Manager or his designee to execute the attached professional services agreement (Agreement) with The Shalleck Collaborative, Inc. (Attachment A) in a total not-to-exceed amount of $123,708 for architectural and broadcast audio-visual consultant services, including study, recommendations, cost estimate, and design services to upgrade and improve the City of Palo Alto Council Chambers located in Palo Alto City Hall at 250 Hamilton Ave, Palo Alto. Executive Summary Staff is requesting City Council approve a professional services agreement with The Shalleck Collaborative, Inc. for consultant services for the development of a preliminary design to upgrade and improve the City of Palo Alto Council Chambers. The currently installed audio-visual equipment in the Chambers is past its serviceable life and has not been under warranty since 2013. In addition, the current system has no back-up or redundancy capability. If the system stops working, the meetings will not be streamed to the public, will not be recorded, and the general function of City Council meetings will be disrupted. This agreement will provide the City with complete space planning and architectural/broadcast audio-visual design services including a needs study verification, inventory and survey of existing conditions, three preliminary designs, and delivery of construction related documents. The goal of the Council Chambers upgrade project is to increase the quality and reliability of the media equipment and meeting space in the Council Chambers. A new digital system will also eliminate manual processes currently in place to operate and manage the old analog system. In addition, the project will address all space and accessibility upgrades necessary to make the City of Palo Alto Council Chambers a City of Palo Alto Page 2 top-of-the-line facility. Background Solicitation Process A Request for Proposals entitled “Council Chambers AV, ADA, Voting System Preliminary Design” (RFP #167038) was issued on February 28, 2017. The prospective bidders were given 30 days to respond to the proposal, with a due date of March 30, 2017. A pre-bid conference and walk-through of the Council Chambers was held on March 14, 2017, with a dozen potential bidders in attendance. The City received five proposals. An evaluation committee was asked to review and score the proposals, proposer qualifications and responses based on the criteria identified in the RFP. The committee selected The Shalleck Collaborative as the most qualified proposer. Discussion The following is a summary of the Design Consultant’s Scope of Services:  Design an upgrade to replace existing audio-visual, broadcast, and data storage equipment serving the Council Chambers and to integrate with ancillary networked meeting rooms located both at Palo Alto City Hall, and at three City libraries.  Redesign of the Council Chambers Broadcast Booth to safely accommodate operators in an Americans with Disabilities Act (ADA) compliant work space.  Propose an upgrade solution for a large format video display for Council Chambers.  Propose an upgrade solution for the Council Chambers voting system.  Recommend audio-visual upgrades to existing furnishings in the space including but not limited to, Council Dais, Staff Area, and Speaker Podium.  Ensure all designs meet ADA requirements for this public space. The deliverables will include:  Review and confirm an internal needs study, which will be conducted to collect information from managers and staff regarding workspace, storage, broadcast and other operational requirements and needs in order to prepare a set of preliminary designs.  Provide at least three alternative layout and equipment options to meet the City’s needs.  Preliminary project duration and cost estimates shall be included with each option.  After presenting the three design options, the City Council will choose one option for the consultant to develop into bridging documents for a design-build procurement process. Attachment A, the Agreement, contains a complete description of the Scope of Services. City of Palo Alto Page 3 Timeline The Design Phase covered by this Professional Services Agreement is projected to be completed by January, 2018. Cost of Services BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task A: Survey, Verify, Cost Impact Study $26,760 Task B: Prepare Design-Build Bridging Documents $42,420 Task C: Meetings $12,580 Task D: Work Product Submittals/Reimbursables $0.00 Task E: Construction Administration $2,100 Subtotal Basic Services and Reimbursable Expenses $103,090 Additional Services (Not-to-Exceed) $20,618 Maximum Total Cost $123,708 A full summary of the Cost of Services for this project can be found in the Agreement (Attachment A), Exhibit “C” Compensation. Resource Impact The funds for this Professional Services Agreement are budgeted in the Information Technology Fund. These funds were originally approved by Council in the Fiscal Year 2016 adopted budget and reappropriated to Fiscal Year 2017. The necessary funding for this contract is available in the Information Technology Fund in Fiscal Year 2018. This project will require the participation of staff and stakeholders from various City departments including, but not limited to, Information Technology Department, Public Works, City Clerk’s Office and the City Manager’s Office. Attachments:  Attachment A: Professional Services Agreement with Shalleck Collaborative, Inc. CITY OF PALO ALTO CONTRACT NO: C17167038 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND SHALLECK COLLABORATIVE, INC. FOR PROFESSIONAL SERVICES This Agreement is entered into on this 1st day of July, 2017, by and between the CITY OF PALO ALTO, a California chartered municipal corporation CITY ), and SHALLECK COLLABORATIVE, INC., a California corporation, located at 1553 Martin Luther King Jr. Way, Berkeley, CA 94709 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends for architectural and broadcast audio-visual consultant services, including study, recommendations, cost estimate, and design services to upgrade and improve the City of Palo Alto Council Chambers located in Palo Alto City Hall at 250 Hamilton Ave, Palo Alto provide services in connection with the Project 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 Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision (This provision only applies if checked and only applies to on- call agreements.) Services will be authorized by CITY, as needed, with a Task Order assigned and approved by CITY - 1. Each Task Order shall designate a CITY Project Manager and shall contain a specific scope of work, a specific schedule of performance and a specific compensation amount. The total price of all Task Orders issued under this Agreement shall not exceed the amount of Compensation set forth in Section 4 of this Agreement. CONSULTANT shall only be compensated for work     Professional Services Rev. April 27, 2016 2 performed under an authorized Task Order and CITY may elect, but is not required, to authorize work up to the maximum compensation amount set forth in Section 4. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through June 30, 2020 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 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 reement 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 , and reimbursable expenses, shall not exceed One Hundred and Three Thousand and Ninety Dollars ($103,090.00). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed One Hundred Twenty Three Thousand Seven Hundred Eight Dollars ($123,708.00). The applicable rates and schedule of payment are set out at -1 HOURLY RATE SCHEDULE 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. Additional Services, if any, shall be authorized in accordance with and subject to the provisions ion 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 at 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 C-1 information in CON 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     Professional Services Rev. April 27, 2016 3 represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. 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 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 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 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.     Professional Services Rev. April 27, 2016 4 Option A: No Subcontractor: 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. Option B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subcontractors authorized by CITY to perform work on this Project are: & Myer (Electrical Engineer0, Meme Architecture (Architect) and Thorton Tomasetti (Structural Engineer). CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subcontractor. CONSULTANT shall change or add subcontractors only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Ian Hunter as the Principal A-V Lead to have supervisory responsibility for the performance, progress, and execution of the Services and Ian Hunter as the Project Manager to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be 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. CITY Joel Dino, Information Services Department, Project Services Division, for architectural and broadcast audio-visual consultant services, including study, recommendations, cost estimate, and design services to upgrade and improve the City of Palo Alto Council Chambers located in Palo Alto City Hall at 250 Hamilton Ave, Palo Alto, CA 94303, Telephone: 650-329-2686. contact with respect to performance, progress and execution of the Services. 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.     Professional Services Rev. April 27, 2016 5 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. [Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; landscape architects; registered professional engineers and licensed professional land surveyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, 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 that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. [Option B applies to any consultant who does not qualify as a design professional as defined in Civil Code Section 2782.8.] 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, 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 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 Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The 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.     Professional Services Rev. April 27, 2016 6 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 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 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. If the insurer cancels or modifies the insurance and provides CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business such notice. CONSULTANT shall be responsible for Chief Procurement Officer 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 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     Professional Services Rev. April 27, 2016 7 given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project 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 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     Professional Services Rev. April 27, 2016 8 documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the Environmentally Preferred Purchasing policies which are available at CITY Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONSULTANT shall comply with the following zero waste requirements: (a) All printed materials provided by CCONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITYby a professional printing company shall be a minimum of 30% or greater post- consumer material and printed with vegetable based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing ffice. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 25. NON-APPROPRIATION     Professional Services Rev. April 27, 2016 9 25.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS 26.1 This Project is not subject to prevailing wages. CONSULTANT is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7 if the contract is not a public works contract, if the contract does not include a public works construction project of more than $25,000, or the contract does not include a public works alteration, demolition, repair, or maintenance (collectively, OR 26.1 CONSULTANT is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department Copies of these rates may be City of Palo Alto. CONSULTANT shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. CONSULTANT shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. 26.2 contract for public works construction, alteration, demolition, repair or maintenance. SECTION 27. MISCELLANEOUS PROVISIONS. 27.1. This Agreement will be governed by the laws of the State of California. 27.2. 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. 27.3. 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     Professional Services Rev. April 27, 2016 10 action. The prevailing party shall be entitled to recover an amount equal to the fair market value parties. 27.4. 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. 27.5. 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. 27.6. 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. 27.7. 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. 27.8 In the event of a conflict between the terms of this Agreement and the e of any conflict between the exhibits , the exhibits shall control. 27.9 If, pursuant to this contract with CONSULTANT, CITY shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for express written consent. 27.10 All unchecked boxes do not apply to this agreement. 27.11 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. 27.12 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement     11 of 23 CONTRACT No. C17167038 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager APPROVED AS TO FORM: City Attorney or designee SHALLECK COLLABORATIVE, INC. Officer 1 By: Name: Adam Shalleck Title: Founder Officer 2 (Required for Corp. or LLC) By: Name: Ian Hunter Title: Principal Attachments: EXHIBIT A : SCOPE OF SERVICES EXHIBIT B : SCHEDULE OF PERFORMANCE EXHIBIT C : COMPENSATION - SCHEDULE OF RATES INSURANCE REQUIREMENTS     12 of 23 SCOPE OF SERVICES A. BACKGROUND INFORMATION This scope of work is for architectural and broadcast audio-visual consultant services, including study, recommendations, cost estimate, and design services to upgrade and improve the City of Palo Alto Council Chambers located in Palo Alto City Hall at 250 Hamilton Ave, Palo Alto. The Council Chambers is a multi-purpose meeting room where City Council (and other) meetings are held and broadcast live via local cable television and internet streaming made possible by a partnership between the City of Palo Alto and Midpeninsula Community Media Center, Inc. The currently installed audio-visual equipment is past its serviceable life and has not been under warranty since 2013. In addition, the current system has no back-up or redundancy capability; if it stops working the meetings will not be streamed to the public, will not be recorded, and the general function of City Council meetings will be disrupted. CONSULTANT will study and propose a solution to increase the quality and reliability of the media equipment in the Council Chambers. A digital system will also eliminate manual processes that are currently in place to operate and manage the old analog system. B. DESCRIPTION OF PROJECT CONSULTANT shall: (1) Design an upgrade to replace existing audio-visual, broadcast, and data storage equipment serving the Council Chambers and integrate with ancillary networked meeting rooms located both at Palo Alto City Hall, and at three City libraries. (2) Redesign the Council Chambers Broadcast Booth to safely accommodate operators in an Americans with Disabilities Act (ADA) compliant work space. (3) Propose an upgrade solution for a large format video display for Council Chambers. (4) Propose an upgrade solution for the Council Chambers voting system. (5) Recommend audio-visual upgrades to existing furnishings in the space including but not limited to, Council Dais, Staff Area, and Speaker Podium. (6) Ensure all designs meet ADA requirements for this public space. An internal needs study has been conducted to collect information from managers and staff regarding workspace, storage, broadcast and other operational requirements and needs in order to prepare a set of preliminary designs. Consultant shall review and confirm the study and shall include the summary of the needs and at least three alternative layout and equipment options to meet these needs. Preliminary project duration and cost estimates shall be included with each option. Layout options shall range from the least impacting to the current floor configuration to the most disruptive and/or costly option.     13 of 23 TASK A - Survey of Existing Conditions, Needs Study Verification and Analysis, and Design Cost Impact Study Task A1: Review and verify the layout and as-built drawings provided by the City. The survey of existing conditions shall be focused on the electrical, data/telephone, audio-visual and broadcast equipment that are pertinent to the scope of the project. Additionally, structural, mechanical, fire protection, any other relevant systems shall be included to the extent that they may impact the eventual design options (i.e., installation of large format video displays for Council Chambers may require assessment of the structural system for the wall where the displays will be mounted). Task A2: Review and verify existing needs study and provide an analysis of this study. Verification shall consist of interviewing and gathering information from managers and staff to confirm the needs study and to gather additional information needed to develop a Design Cost Impact study. Task A3: The Design Cost Impact study shall include a summary of the needs study analysis and at least three schematic design options to meet the needs. For each option, an analysis shall be provided discussing the costs and benefits, potential impacts to staff operations during and after the construction, and if all the staff requirements from the needs study are met. For all options, provide preliminary cost estimates and general project timelines taking into consideration construction phasing, costs for night/weekend construction work to minimize disruptions, and relocation of regular public meetings as the last resort for all options. The Design Cost Impact study shall be reviewed by the City. All review comments from the City staff need to be addressed by CONSULTANT before proceeding to the next design task. TASK B - Preparation of Design-Build Bridging Documents After presenting the three design options, the City will choose one option for the consultant to develop into bridging documents for a design-build procurement process. The Bridging Documents shall consist of, but not be limited to: basic system schematics, live video process flow diagrams, recorded video production process flow diagrams, system commissioning requirements, performance specifications for all equipment, locations, resolutions and minimum sizes for electronic displays, locations, resolutions and size limitations for digital pan, tilt, zoom (PTZ) cameras, locations requiring hearing assistance equipment, and other items that may be identified in the selected option from Task A3 Description of and schematic level design of structural, mechanical, fire protection, ADA or other improvements that are needed to implement the selected design-build option The intent of the Bridging Documents is for use in procuring a Design-Build contractor with a guaranteed maximum price (GMP) for complete system delivery.     14 of 23 CONSULTANT will observe field conditions and confirm key measurements adequate for conducting the design work TASK C - Meetings Coordinate, prepare and actively participate in meetings related to Tasks A and B as directed by the City. Prepare and distribute agendas and minutes for the meetings. CONSULTANT shall incorporate the time and expenses for travel in the fee proposal for each meeting. Meetings are anticipated to be 2 hours in length. TASK A Meetings: Kickoff meeting, interviews with staff, Design Cost Impact study review meetings. Allow for 5 meetings. TASK B Meetings: Bridging Document development submittal meetings. Allow for 2 meetings. TASK E Meetings: Design-Build Procurement meetings. Allow for 3 meetings. TASK D - Work Product Submittals / Reimbursables In addition to postage, progress prints, copying and materials needed for presentations, submittals are required at the following stages for staff review: Design Cost Impact Study: Digital version (PDF) 5 digital copies 3 digital copies Design-Build Bridging Documents: Digital version (PDF) 5 digital half-size plan sets- 2 digital copies full size 2 digital copies of half- sized plan sets, 2 digital copies of full size TASK E - Design-Build Procurement Assistance Assist which will define the scope of work and special provisions that must be included in the bid package, other related bid documents, and any addenda needed to ensure complete bid package. CONSULTANT will attend a pre-proposal conference for interested firms. CONSULTANT will assist Project Manager in writing answers to technical questions from prospective firms during the Design-Build procurement period. Evaluate proposals and provide input to City staff for the selection of the Design-Build firm in accordance with the policies and procedures established by the Purchasing Division of the Administrative Services Department (ASD) TASK F - Construction Administration Services CONSULTANT shall perform weekly Site Observations walks during the construction. CONSULTANT shall:     15 of 23 Review Design-Build design, construction schedules and logistics plan Monitor and document progress of construction Visit the site at intervals appropriate to the stage of operations Attend weekly construction meetings and prepare weekly meeting minutes Review and take action upon submittals and shop drawings Review change order requests and construction change directives Review invoices and recommend payment Develop punch lists and inspect to determine whether the work is substantially complete Review Design-Build list of items to be completed prior to final payment Complete checkout of designed systems.     16 of 23 SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed . Milestones Completion No. of Days/Weeks from NTP 1. Task #1 Meeting #1 Kickoff Meeting, Staff Interviews, Site Survey 08/23 2. Task #2 Meeting #2 Staff Interviews 08/30 3. Task #3 Meeting #3 Staff Interviews 09/06 4. Task #4 Out Lines 3 Options Initial Budget Report a. and Engineering Report DUE 09/15 5. Task #5 Meeting #4 Present three options to City Team 09/20 6. Task #6 City provides direction on which option (or combination) to pursue 10/4 7. Task # 7 50% Design/Build Documents DUE 10/27 8. Task # 8 Meeting #5 Present 50% D/B documents to City Team 11/01 9. Task #9 City comments on 50% DB documents du 11/15 10. Task #10 100% Design/Build Documents DUE 12/15 11. Task #11 Meeting #6 Present 100% D/B documents to City Team 12/20 12. Task #12 City comments on 100% DB documents due 1/13 13. Task #13 Final Bid Package DUE 1/27     17 of 23     18 of 23 (Version 1 - use for task based compensation) COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted 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, and the total compensation for Additional Services do not exceed the amounts set forth in Section 4 of this Agreement. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task A $26,760 (Survey, Verify, Cost Impact Study) Task B $42,420 (Prepare Design-Build Bridging Documents) Task C $12,580. (Meetings) Task D $0.00 (Work Product Submittals/Reimbursables) Task E $2,100. (Construction Administration) Task F $19,320 (Construction Management) Sub-total Basic Services $103,090 Reimbursable Expenses $ Total Basic Services and Reimbursable expenses $103,090. Additional Services (Not to Exceed) $20,618     19 of 23 Maximum Total Compensation $123,708 Chapter 8: COST PROPOSAL The Shalleck Collaborative SCOPE LABOR CATEGORIES HOURLY RATE Task A1 AV $175.00 Existing Conditions Survey Project Architect $175.00 Architect $135.00 Structural (1 meeting) $260.00 Electrical (1 meeting) $175.00 Task A2 AV $175.00 Review/Analyze Needs Study Project Architect $175.00 Architect $135.00 Structural $260.00 Electrical $175.00 Task A3 AV $175.00 Cost Study Project Architect $175.00 Architect $135.00 Structural $260.00 Electrical $175.00 Task B AV $175.00 Prepare Bridging Documents Project Architect $175.00 Architect $135.00 Structural $260.00 Electrical $175.00 Task C AV $175.00 Meetings (non- Construction) Project Architect $175.00 Architect $135.00 Structural $260.00     20 of 23 Electrical $175.00 Task D AV $175.00 Work Product Submittals / Reimbursables Project Architect $175.00 Architect $135.00 *NO PRINTED MEDIA* Structural $260.00 *ALL DELIVERABLES PDF* Electrical $175.00 Task E AV $175.00 Design/Build Procurement Assistance Project Architect $175.00 Architect $135.00 Structural $260.00 Electrical $175.00 Task F AV $175.00 Construction Management Project Architect $175.00 Architect $135.00 Structural $260.00 Electrical $175.00 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: $0.00 A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost.     21 of 23 All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $00.0 shall be approved in advance ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written request, shall submit a detailed written proposal including a description of the scope of services, sch 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 Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services:     22 of 23 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 -:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR C. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. III. A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY     23 of 23 THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. VENDORS ARE REQUIRED TO FILE THEIR EVIDENCE OF INSURANCE AND ANY OTHER RELATED NOTICES WITH THE CITY OF PALO ALTO AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORTAL/PORTAL.CFM?COMPANYID=25569 OR HTTP://WWW.CITYOFPALOALTO.ORG/GOV/DEPTS/ASD/PLANET_BIDS_HOW_TO.ASP    