Loading...
HomeMy WebLinkAboutStaff Report 3905 City of Palo Alto (ID # 3905) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/17/2013 City of Palo Alto Page 1 Summary Title: Contract with Marsha Jurasin and Associates for Space Planning and Furniture for city offices Title: Approval of a Contract with Marsha Jurasin and Associates for Space Planning Services and Furniture for the 1st Floor of the Development Center and the City Manager’s Office at a Cost Not to Exceed $190,000 From: City Manager Lead Department: City Manager Recommendation Staff recommends that the City Council approve a sole source contract with Marsha Jurasin and Associates for $169,109 and not to exceed $190,000 with contingency, to redesign portions of office space at 285 Hamilton Avenue (Development Center) and the staff wing of the City Manager’s Office on the 7th floor of City Hall. Background In 2010, the City Council approved the Development Center Blueprint. As part of the Blueprint, Council directed staff to improve customer service by implementing a new staff structure to lead interdepartmental activities. In order to achieve this goal, staff associated with these specific interdepartmental functions were relocated to the Development Center. A new space plan was designed and implemented. This design increased office space capacity and created an open environment with additional customer service/project review areas. The City also entered into a lease to utilize vacant office space on the second floor at 285 Hamilton Avenue. Currently, staff from the following departments work at the Development Center: Utilities, Public Works, Planning & Community Environment, Fire and Development Services. City of Palo Alto Page 2 Related Projects Separately, as part of the FY2014 Capital Improvement Program (PE-12017), the Council Conference Room, Human Resources Conference Room, City Hall Lobby area will be redesigned to be more welcoming to the public and provide more effective public meeting space, with more seating and improved audio –visual capability. All bill pay and customer services functions will be accommodated on the first floor to better serve the public. Human Resources, Information Technology, Utilities, and Purchasing space on the mezzanine and second floor will need to be reconfigured as a result. City Hall elevator cabs will be upgraded. These changes will improve capability for display of public art on the first floor. Signage improvements will also help direct City Hall visitors better to their desired destinations. As part of separate contracts funded in the General Fund Operating Budget, the City Auditor’s Office (FY2013) will be reconfigured as well as space in the Public Works Department (FY2014) on the 6th Floor of City Hall. These projects are designed to increase public access, accountability and support staff productivity. While these projects are not part of this Staff Report and contract, they provide a context for retrofitting of City Hall space that is taking place for greater public accessibility and use and staff productivity. Discussion As the Blueprint implementation continues, staff and customers are noticing improvements in efficiency and customer service. In order to continue the progress, additional staff with technical and administrative skills will be moved to the Development Center. Specifically these are staff from Public Works - Urban Forestry, Information Technology - Geographic Information Systems (GIS), Current Planning, general business analysis, and administrative support. Work stations for these individuals are needed; therefore one section of the Development Center first floor will be outfitted with new cubical stations. This section was not City of Palo Alto Page 3 redesigned as part of the previous project, and when completed will further maximize floor space for office use. Additionally, the staff wing of City Manager’s Office will be reconfigured to include a new enclosed conference room. This room will be installed in front of the existing conference room, in the existing staff office space area. This will accelerate the staff need to be repositioned within the open floor area. The contract includes funding for workstations and seating in the now open office area which is being redesigned to be more and accommodating for collaboration and teamwork. Furniture for conference room and meeting space is also included. The improvements will create more efficient, flexible meeting space. Marsha Jurasin and Associates was selected under the City Manager’s sole source authority to complete these projects. They were the principal space planners for the original Development Center space planning project, as well as for minor enhancements to the City Manager’s conference room. Combining these two projects takes advantage of reduced project management and overhead costs. The amount for these services and products is $169,108.58. The cost for this new Development Center reconfiguration is $95,284.59 and the cost for the staff wing of the City Manager’s Office is $73,823.99. Staff is requesting Council to authorize the contract with Marsha Jurasin and Associates not to exceed $190,000. This includes contingency of approximately $20,000 to address potential ergonomic enhancements for up to fourteen staff positions, and potential upgrades to photocopy/scanning areas as well as minor furniture additions. Timeline With City Council approval, the furniture will be ordered and installation dates will be established. Forecasted installation dates are August to September 2013. Resource Impact Funding for this project will come out of the approved FY 2013 budget. The cost will be divided accordingly between the City Manager’s Office and the Development Services Department. Permit fees will also recover the costs for the Development Center portion. City of Palo Alto Page 4 Policy Implications The project is in conformance with current Council policies of the Development Center Blueprint, encouraging public participation, open government, innovation and transparency. Attachments:  Attachment A: Contract with Marsha Jurasin & Associates (PDF)  Attachment B: City Manager's Office Space Design (PDF)  Attachment C: Development Center Space Design (PDF) CITY OF PALO ALTO CONTRACT NO. C13150638 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND MARSHA JURASIN & ASSOCIATES FOR PROFESSIONAL SERVICES This Agreement is entered into on this day of June, 2013, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and MARSHA JURASIN & ASSOCIATES, a SOLE PROPRIETOR, located at 405 Primrose Road, Suite 209, Burlingame, California, 94010, Telephone (650) 548-1527 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to physically reconfigure 285 Hamilton Avenue, Development Center and 250 Hamilton Avenue, i h floor, internal workspaces for better functionality ("Project") and desires to engage a consultant to provide services and materials in connection with the Project ("Services"). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through completion of the services in accordance with the Schedule of Performance attached as Exhibit "B" 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 ofthis Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part ofthisAgreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY's agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. Professional Services Rev Nov. 1,2011 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 Sixty Nine Thousand One Hundred Nine Dollars ($169,109.00). The applicable rates and schedule of payment are set out in Exhibit "C-1", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the .Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-1 "). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT's payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City's project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsuhants, 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. SECTION7. 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. CONSULT ANT 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, 2 Professional Services Rev Nov. 1,2011 omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY's stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. , SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT's obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. ~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. CONSULT ANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a sub consultant. CONSULTANT shall change or add sub consultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Marsha Jurasin as the Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and 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 subj ect to the prior written approval of the CITY's proj ect manager. CONSULT ANT, at CITY's request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate ortimely completion of the Project or a threat to the safety of persons or property. The City's project manager is, Khashayar Alaee, Human Resources Department, HRD Recruitment & Development Division, 250 Hamilton Avenue, Palo Alto, CA94303, Telephone (650) 329-2230. 3 Professional Services Rev Nov. 1, 2011 The project manager will be CONSULTANT's point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work products, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after ~he expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. O[Option A applies to the following design professionals pursuant to Civil Code Section 2782.8: architects; iandscape 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, employees and agents (each an "Indemnified Party") from·and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. IZI[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 bylaw, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 4 Professional Services Rev Nov. 1,2011 16.3. The acceptance of CONSULTANT's services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY's Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice ofthe cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days' notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT's receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY's Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or 5 Professional Services Rev Nov. \,2011 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 eventofa substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19 A. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT's services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise ofhislher 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 6 Professional Services Rev Nov. 1,2011 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 sub consultants, 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 detennines that CONSULTANT is a "Consultant;' as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements ofthe City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements: • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. 7 Professional Services Rev Nov. 1,2011 SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter ofthe City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. . SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any du1y executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5( d) about a California resident ("Personal Information"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security 8 Professional Services Rev Nov. 1,2011 ofthe Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City's express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 25.11 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement 9 Professional Services Rev Nov. 1,2011 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 MARSHA JURASIN & ASSOCIATES BY:~~ Name: It1f1-tL>~/~ . City Manager Title: ~ APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-I": EXHIBIT "D": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 10 Professional Services Rev Nov. 1,2011 EXHIBIT" A" SCOPE OF SERVICES Space planning and project management services for Development Center's (DC) And 250 Hamilton Ave., 7th Floor, Palo Alto, CA 94301. (7TH Floor) PHASE 1: PLANNING FOR DC CENTER & 7TH FLOOR 1. Establish goals and project schedule. 2. Help establish a budget. 3. Review organizational charts and workflow. 4. Address special concerns related to support areas, employee break rooms, file and storage areas, computer facilities, conference room, etc. 5. Evaluate type, style and size of work area for each employee based on their job function. PHASE 2: CONCEPT DEVELOPMENT FOR DC CENTER & 7TH FLOOR 1. A plan to scale is desirable. If not available we will provide onsite measurements. 2. Collaborate with Department Head to plan where workspaces will be shared or need reconfiguring. 3. Develop block layout and detailed space plan for all areas showing all walls, doors, circulation, furniture and equip~ent. . 4. Provide options for space planning and furniture layout. PHASE 3: DESIGN DEVELOPMENT FOR DC CENTER & 7TH FLOOR 1. Inventory existing furniture and equipment, if needed. 2. Provide on-site measurements. 3. Review equipment and furniture inventory for incorporation into space plan, as needed. 4. Prepare detailed layout of systems and freestanding furniture indicating all dimensions and details required· for installation and specification. . 5. Present ideas for client review and approval. 6. Upon approval of space plan, make furniture and equipment selections required to complete the plan. 7. Provide specification packages of various Mfg. that are approved by City of Palo Alto. 8. Evaluate all furniture submittals for accuracy. Including all parts and pieces required to implement the approved design for City of Palo Alto. 9. Present selections for client approval. At client request, visit showrooms or manufacturer sites to review furniture under consideration. 10. Prepare written specifications for all items approved for purchase. 11 Professional Services Rev Nov. 1,2011 11. Coordinate all upholstery and furniture finishes with overall design concept and architectural finishes. 12. Prepare plans for the movement of existing furniture to new site, if necessary. 13. Provide installation drawings. PHASE 4: PROJECT MANAGEMENT FOR DC CENTER & 7TH FLOOR 1. Schedule, plan and coordinate the movement of existing and new furniture and equipment according to plan. 2. Schedule and meet with Palo Alto (designated person! persons), IT person, electricians, painters, carpet installers, movers & furniture installers to coordinate and plan logistics for the each of the 3 moves within this project. 3. Provide Palo Alto with schedule for each department. 4. Check acknowledgements of new purchases for accuracy. 5. Assist in processes to complete installation. 6. Provide punch list with Palo Alto and all companies involved with this project. Development Center Services and Materials: QTV ITEM # 9 ALTMAAIP/CINHR LSINFRlGRPP2/ UNSPUN/AMBL 5 BLCS42IUNIPMI CRlVTRIKA 9 BLCS48IUNIPMI CRlVTRlKA 5 BLCS60lUNIPMI CRlVTRlKA 14 BTLT5.36 5 BTLT5.48 DESCRIPTION I Ki Unit Altus Mesh Chair with adjustable arms. Mesh Back-Black Seat: Unspun -color; Carbon Lumbar support Unite Balance Overhead wt/ translucent door. Finish: Champagne Metallic 42"w Unite Balance Overhead wt/ translucent door. Finish: Champagne Metallic 48"w Unite Balance Overhead wt/ translucent door. Finish: Champagne Metallic 60"w Balance task light for 42w, 48w overhead Balance task light for 54w, 60w overhead 12 UNIT EXTEND 534 428 444 494 48 50 Professional Services Rev Nov. 1,2011 4,806 2,140 3,996 2,470 672 250 2 S7L/303603D/CLSCI CMlCBS/KA 6 S7L/423603D/CLSCI CMlCBSIKA QTY ITEM # 66 S7L/334FBK 9 S7P/1530FFF 9 S7P1530IMPBF 9 PDCU/20 1 U2W901 W3264 6 U2W9064 6 U3W901 W3264 7 U2W9064 27 UCANST.L 23 UCANTST.R 1 EUOR32 \ 17 EUOR64 22 UET6PLNL 18 UET6PJNT 2 UET6RBFU 2 UET6RRC.2 3 drawer high Lateral file. 30w x 18d x 39.25h Champagne Metallic -Classic Pull -Locks 3 drawer high Lateral file. 42w x 18d x 39.25h Champagne Metallic -Classic Pull -Locks DESCRIPTION I Subtotal Front to back file rails Free standing file/file pedestal Mobile PencillBoxi File Pedestal Cushioned seat for mobile ped. Unspunl Carbon 2 way 90 Deg. L corner 32 -64H 2 way 90 Deg. L corner 64H 3 way-90 deg. T corner, Trim 1 side 32-64 3 way 90 deg. T cornel', 64h Standard cantilever bracket, left Standard cantilever bracket,right End of run condition, 32h End of run condition, 64h Inline panel jumper, 6 circuit, 12 "I Intersection panel jumper, 6 circt, 16" Base Feed Infeed wi Bazel, standard base 6 circuit Duplex 6 eire. #2 13 539 1,078 662 3,972 UNIT EXTEND / 19,384 8 354 377 95 94 71 96 71 12 12 21 30 21 24 67 12 Professional Services Rev Nov. 1,2011 19,384 528 3,186 3,393 855 94 426 576 497 324 276 21 510 462 432 134 24 6 UET6RRC.3 5. UET6RRC.4 1 UET6RRC.61 2 UET6WW.24 14 UET6WW.30 2 UET6WW.36 QTY ITEM # 5 UET6WW.42 9 UET6WW.48 9 UET6WW.60 8 UMFR2464/F/CMI GRPVIIBRPVlI DP 9 UMFR3032/F/CMI GRPVIIBRPVlI DP 14 UMFR3064/F/CMI GRPVlIBRPVl1 DP 2 UMFR3632/F/CMI GRPVIIBRPVlI DP 5 UMFR4264/F/CMI Duplex 6 circ; #3 Duplex 6 eirc. #4 Duplex 6 eirc. #6 Rigid Wireway, 24w panel Rigid Wireway, 30w panel Ri!!id Wireway, 36w panel DESCRIPTION I Subtotal Rigid Wireway, 42w panel Rigid Wireway, 48w panel Rigid Wireway, 60w panel Mono Fabric Panel, Standard Raceway 24wx64h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 30w x32h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 30wx64h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 36w x32h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 14 12 72 12 60 12 12 42 84 44 616 45 90 UNIT EXTEND 32,056 47 49 52 186 157 217 171 260 Professional Services Rev Nov. 1,2011 32,056 235 441 468 1,488 1,413 3,038 342 1,300 GRPV1IBRPVlI DP 1 UMFR4232/F/CMI GRPV1IBRPVlI DP 9 UMFR4864/F/CMI GRPV1IBRPVlI DP 4 UMFR6032/F/CMI GRPV1IBRPVlI DP QTY ITEM # 6 UMFR6064/F/CMI GRPVlIBRPV11 DP 14 USPLPL 5 UWR3042- KN/EFWI RlCMlLFW 1 UWR3048- KNIEFWI C/CMlLFW 2 UWR3054- KNIEFWI C/CMlLFW 42 w x64h Champagne metallic finish HoriZon Line Fabric Mono Fabric Panel, Standard Raceway 42 w x32h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 48w x64h Champagne metallic finish Horizon Line Fabric Mono Fabric Panel, Standard Raceway 60wx32h Champagne metallic finish Horizon Line Fabric DESCRIPTION I Subtotal Mono Fabric Panel, Standard Raceway 60wx64h Champagne metallic finish Horizon Line Fabric Splice Plates Worksurface, 30d x 42w Frosty White wI Knife pvc edge. Grommet right Worksurface, 30d x 48w Frosty White wI Knife pvc edge. Grommet center Worksurface, 30d x 54w Frosty White wI Knife pvc edge. Grommet center 15 192 192 280 2,520 238 952 UNIT EXTEND 44,445 342 3 147 160 165 Professional Services Rev Nov. 1,2011 44,445 2,052 42 735 160 330 4 UWR3060- KNIEFWI Worksurface, 30d x 60w Frosty White C/CMlLFW wi Knife pvc edge. Grommet center 5 UWR3060- KNIEFWI Worksurface, 30d x 60w Frosty White RlCMlLFW wi Knife pvc edge. Grommet right 2 UWR3066- KNIEFWI Worksurface, 30d x 66w Frosty White C/CMlLFW wi Knife pvc edge. Grommet center 2 UWR3096- KNIEFWI Worksurface, 30d x 96w Frosty White CRlCMlLFW wi Knife pvc edge. Grommet center I right 2 UWR3096- KNIEFWI Worksurface, 30d x 96w Frosty White LC/CMlLFW wi Knife pvc edge. Grommet left I Center 8 UWSES.L Worksurface Edge Support wI! lock, left 3 UWSES.R Worksurface Edge Support wI! lock, right 9 332204830MOD Cabinet to hold plans I laminate 20d x 48w x 30 Action Laminate, self ed~e QTY ITEM # DESCRIPTION I Subtotal LIST Need from original 4 BLCS30lUNILBI Wall Mt. Unite Balance Overhead CRlUTRIKA wtl translucent door. Finish: Champagne Metallic 30"w 9 BOAIUN/LB Load board brackets 16 171 684 171 855 178 356 222 444 222 444 12 96 12 36 567 ·5,103 UNIT EXTEND 55,782 442 81 Professional Services Rev Nov. 1,2011 55,782 1,768 729 4 SWLB.30 5 BLCS33IUN/LB/ CRlVTRIKA 5 SWLB.36 1 URSR36IUNILB 2 46.2103 1 SWLB36 1 URSR42IUNILB 1 SWLB42 29 S13540086 1 S13540086 10 TLT5.24 116 NSD 17 BTLT5.24 16 S7PIPENTRA Y 1 ATS33066FHCIMB 3CW/ QTY ITEM # 1 BLCS48IUNIPMI CRlVTRIKA Wall Mt. Load Bar, 30w Wall Mt. Unite Balance Overhead wt/ translncent door. Finish: Champagne Metallic 36"w Wall Mt. Load Bar, 36w Wall Mt. Shelf, 36w Load Bar Brackets for shelfs Load Bar for 36'w Shelf Wall Mt. Shelf, 42w Load Bar for 42'w Shelf Coat hooks One time program fee Task lights for shelfs-30/36w shelves Shelf dividers for shelves Balance task light for 30w, 36w overhead Pencil'trays All Trrain Screens, Freestanding Champagne Metallic Finish Fabric: Horizon Line 30w x 64H, 3 base/2 locking casters Cube #5 DESCRIPTION I Subtotal page 5 Unite Balance Overhead wt/ translucent door. Finish: Champagne Metallic 48"w CUBE 6 17 51 204 467 2,335 52 260 127 127 50 100 52 52 131 131 57 57 6 174 44 44 33 330 11 1,276 44 748 4 64 382 382 UNIT EXTEND 64,563 200 Professional Services Rev Nov. 1,2011 64,563 200 9 KOMG.20.M 5 TB-WM-2466 4 28.061 1 86-3096-3 1 80-2451-3 1 86-3072-3 2 91-1555-2 2 TBWM2455 2 BL 1 S7Pf1524MPBF KA 1 S7Pf1524MFF KA 1 KOMG.20.M QTY ITEM # 1 Labor Keyboard with mouse tray Action Laminates Wall Mt. tack boards 66w x22h Pallas, Horizon Line for tack boards Sidemark: Rosemary Morse Desk shell, 30d x 96w Grommet center fright rear 5" modesty panel Bridge 24d x 51w Grommet center rear. 5" modesty Credenza Shell, 30d x 72w Grommet left rear 5" modesty Wall mt. overhead storage wf hinged doors 55w x 15d x 18g Wall mt. tackboard, 55w x 24h Fabric: TBD Brightlight task lights Mobile Pencil! BoxIFile Pedestal Mobile Filef File Pedestal Articulating keyboard DESCRIPTION I Subtotal lst. Floor Dismantle and remove 18 209 1,881 145 725 28 112 551 551 241 241 458 458 413 826 121 242 109 218 355 355 329 329 209 209 UNIT EXTEND 70,910 3,059 Professional Services Rev Nov. 1,2011 70,910 3,059 1 Install 1 Install 1 Labor 1 Install 1 Will Call -Freight 1 Space planning 6 cubes 6 task chairs 16 lateral files and tops Overtime hours Deliver and Install KI Product 9 cubes 9 task chairs 9 rolling carts 8 lateral files wI tops Overtime hours Deliver and install Additional KI product added as shown above Overtime hours Desk, return and other items from Rosemary' desk. Overtime hours Delivery and install new product for Rosemary Freight and will call charges Includes field measure & programing 1 Project Management Project management 19 7,518 7,518 3,124 3,124 235 235 729 729 110 110 1,200 1,200 1,200 1,200 SUBTOTAL $88,085.00 NONTAXABLE $5,804.00 TAXABLE $82,281.00 TAX $7,199.59 TOTAL $95,284.59 Professional Services Rev Nov. 1,2011 7th Floor 250 Hamilton Ave. Services and Materials: QTY ITEM # DESCRIPTION I KI wi cust. Paint to match AIS 1 UWR3036-KN Special Size, 36W x 60D, wlKnife Edge, Peninsula , Special Surface, with Wireworks Post Leg & Center Grommet 1 Program fee for Lot special paint P592 2 S24F-74P Synthesis Fixed Leg, Rect. T Base, Lam Top, 74P Edge, 24 x 48", Under Table Wire Mgmt & Leg Wireways, Rolling Base 5 S7L/1524WFF 700 Series Support File File Pedestal CLSC Classic Pull! lock 5 S7L/1524MPBF 700 Series Mobil Pencil drawerlBox Drawer CLSC File Drawer, Classic Pull! lokc 5 PDCU/20 700 Series Cushion for Mobile Pedestal P2 grade fabric. 2 S7L/42484D 700 Series Lateral File, 4 drawers high CLSC 42" wide, Classic pull, lock. 2 Counter balance Counter Balance 12 S7L/334FBK Front to back file rails , o 1 S7L/42240HD Storage Unit wi adjustable shelf CLSC 42w x 18d x 27h Classic Pull I lock 4 U2W9032 Unite 2 Way 90 Deg "L" Corner, 32"H Continue to page 2 QTY ITEM # DESCRIPTION I Subtotal 1 Unite 3-Way 90 Deg "T" Corner, Trim 1 Side, 48- U3W901W4864 64"H 20 UNIT EXTEND 306 306 194 194 399 798 332 1,660 374 1,870 100 500 821 1,642 53 106 7 84 405 405 53 212 UNIT EXTEND 7,777 7,777 107 107 Professional Services Rev Nov. 1, 2011 12 UCANTST.L 8 UCANTST.R 2 UEOR32 2 UEOR48 13 UET6PJINL 4 UET6PJINT 1 UET6PP.30 2 UET6PP.36 2 UET6RBFU 4 UET6RRC.1 4 UET6RRC.3 4 UET6RRC.41 5 UET6WW.30 7 UET6WW.36 2 UET6WW.42 QTY ITEM # " 2 UMFR2432 Unite Standard Cantilever Bracket, Left Unite Standard Cantilever Bracket, Right Unite End-Of-Run Condition, 32"H Unite End-Of-Run Condition, 48"H Unite Inline Panel Jumper, 6 Circuit, 12"L Unite Intersection Panel Jumper, 6 circuit, 16"L Unite Power Pass Through, 10-Wire System, Circuit, 30"W Unite Power Pass Through, 10-Wire System 36"W Panel Unite Baselnfeed wlBezel, Standard Base, 6 Circuit Unite 15 Amp Duplex Receptacle wlBezel, 6 Circuit, Circuit 1 Unite 15 Amp Duplx Receptacle wlBezel, Raceway, 6 Circuit, Cir 3 Unite 15 Amp Duplx Receptacle wlBezel, Raceway, 6 Circuit, Cir 4 Unite Rigid Wireway, 10-Wire System, 6 Circuit, 30"W Panel Unit Rigid Wireway, 10-Wire System, 6 Circuit, 36"W Panel I Unite Rigid Wireway, 10-Wire System, 6 Circuit 42"W Panel DESCRIPTION I Subtotal Unite Mono Fabric Panel, Standard Base Raceway, 21 12 144 12 96 23 46 26 52 21 273 24 96 51 51 51 102 67 134 12 48 12 48 12 48 44 220 45 315 47 94 UNIT EXTEND 9,651 145 Professional Services Rev Nov. 1,2011 9,651 290 24Wx32"H, Top Cap: Flat Trim (Std.) Electrical Code: Domestic -with cutouts COM: See Below 1 UMFR3032 Unite Mono Fabric Panel, Standard Base Raceway 165 165 30Wx32"H, Top Cap: Flat Trim (Std.) Electrical Code: Domestic -with cutouts COM: See Below 3 UMFR3032 Unit Mono Fabric Panel, Standard Base Raceway 165 495 30Wx32"H, No Topcap, Electrical Code: Domestic No Cutouts COM: See Below 7 UMFR3632 Unit Mono Fabric Panel, Standard Base Raceway 180 1,260 36Wx32"H, No Topcap, Electrical Code: Domestic No Cutouts COM: See Below 3 UNGDS30 Unite Glass Divider Screen, 30Wx12"H 129 387 Glass Color: Satin Etch One Side 3 UNGDS36 Unite Glass Divider Screen, 36Wx12"H 143 429 Glass Color: Satin Etch One Side 1 UNGDS72 Unite Glass Divider Screen, 72WxI2"H 251 251 Glass Color: Satin Etch One Side 1 UNWM64 Unite Adjust Wall Mount, 64" 81 81 3 UPSL02429 Unite Support Leg, Panel Mounted, Open, 87 261 24x27-3/4"H, Orientation: Left, Knife Edge 3 UPSL02429 Unite Support Leg, Panel Mounted, Open, 87 261 24x27-3/4"H, Orientation: Right, Knife Edge 3 USGR3064 Unite Seg Fabric w/Glass Top Tile, Rcwy Base, 425 1,275 30Wx64"H, Top Cap: Flat Trim (Std) Electrical Code: Domestic with Cutouts, Continue to page 4 Professional Services Rev Nov. 1,2011 22 QTY ITEM # DESCRIPTION I Subtotal Glass Color: Satin Etch One Side COM: See Below 2 USGR3648 Unite Seg Fabric w/Glass Top Tile, Rcwy Base 36Wx48"H, Top Cap: Flat trim (Std.) Electrical Code: Domestic, 1 side w/cutouts Glass Color: Satin Etch One Side COM: See Below 2 USGR4248 Unite Seg Fabric w/Glass Top Tile, Rcwy Base 42Wx48"H, Top Cap: Flat Trim (Std.), Electrical Code: Domestic, 1 side w/cutouts Glass Color: Satin Etch One Side 8 USPLPL Unite Splice Plate, For 24 & 30" Deep Worksurfaces 1 UWEC24366024KN Unite Extended Corner Worksurface, Knife Edge, 24x36x60x24"W, Grommet -Center 1 UWEC24367224KN Unite Extended Corner Worksurface, Knife Edge 24x36x72x24"W, Grommet: Center/right 1 UWEC24603624KN Unite Extended Corner Worksurface, Knife Edge 24x60x36x24"W, Grommet: Center 1 UWEC24723624KN Unite Extended Corner Worksurface, Knife Edge 24x72x36x24"W, Grommet: Left/center 4 UWR2430-KN Unite Rectangular Worksurface, Knife Edge, 24x30"W, Grommet: Center 2 UWR2442-KN Unite Rectangular Worksurface, Knife Edge 24x42"W, Grommet: Center 2 UWSES.L Unite Worksurface Edge Support wlLock, Left 1 LOT Fabric, Mega Nanopoint KI Lightline 23 UNIT EXTEND 14,806 391 425 3 308 363 308 363 110 139 13 1,605 Professional Services Rev Nov. 1,2011 14,806 782 850 24 308 363 308 363 440 278 26 1,605 1 LOT 55 Linear Feet of Wall To make conference room wlframed dual sliding doors. Full Height. Locking wi bumper stop, 112" clear tempered glass. Includes divider space. QTY ITEM # DESCRIPTION I Subtotal HumanScale 5 6G550G25 6G mechanism, 25" wide Platform with built in mousing area, Gel Palm Support 5 HNBS Horizon LED Desk Lamp, Silver 5 WIlBM World Chair wi Ht. Adj. arms Mesh Back wi Grade 3 fabric seat. Mayline 8 TSH1 Conference Room Nesting Chairs Black HBF Guest Seating 6 3245-10 Cortona Guest Chairs, Grade J Fabric: TBD 1 4341-21 Cortona Coffee table 26.5 dia x 22.25h Action Laminates 1 Storage-9636-3 Storage Unit, hinged doors wi satin pulls 3 adjustable shelves Includes finished top, back and sides. 23d x 96w x 34.75h 1 Storage-13229-3 Credenza Shell with 5" modesty along back built-in shelf 42w approx. center of unit:TBD 132w x 24d x 29h 1 PEN-7230-3 Peninsula Desk Bullet shape or Convex shape. Satin 3" diameter support 72w x 30d x 29h 1 Freight Freight for Panel Fabric 1 Freight FreightHBF 1 Freight Freight KI-Lightline glass office 24 17,376 17,376 UNIT EXTEND 37,529 175 185 548 193 626 492 1,598 872 351 155 499 2,157 Professional Services Rev Nov. 1,2011 37,529 875 925 2,740 1,544 3,756 492 1,598 872 351 155 499 2,157 1 Labor Break Down and remove existing product After hours 1 Install . Delivery and Installation Ligbt Line After hours 1 Install Install all remaining panel system and Furniture After hours 1 Space plan Space planning 1 Project Management Project Management 25 2,222 2,222 7,911 7,911 2,824 2,824 1,000 1,000 1,000 1,000 SUBTOTAL $68,450.00 NONTAXABLE $7,033.00 TAXABLE $61,417.00 TAX $5,373.99 TOTAL $73,823.99 . Professional Services Rev Nov. 1,2011 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones 1. Development Center Lead time for product 2. Development Center Installation 3. 7th Floor, 250 Hamilton Ave. Lead time for product 4. 7th Floor, 250 Hamilton Ave. Installation., 26 Completion No. of Days/Weeks FromNTP 10 Weeks 4 Days 10 Weeks 4 Days Professional Services Rev Nov, 1,2011 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-l up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services and materials described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $169,109.00. CONSULTANT agrees to provide all materials and complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $169,109.00. 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. Material substitutions additions and or deletions shall be handled in accordance per Additional Services, Materials &: Material Substitutions as specified in this contract. CONSULT ANT 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 $169,109.00 and the total compensation for Additional Services does not exceed $169,109.00. BUDGET SCHEDULE Task 1 Development Center (DC) Materials Task 2 DC Labor Task 3 DC Installation Task 4 DC Space Planning TaskS DC Project Management Task 6 7th Floor 250 Hamilton Materials 27 NOT TO EXCEED AMOUNT $70,910.00 $3,294.00 $11,371.00 $1,200.00 $1,200.00 $50,682.00 Professional Services RevNov.l,2011 Task 7 7th Floor 250 Hamilton Labor Task 8 7th Floor 250 Hamilton Installation Task 9 7th Floor 250 Hamilton Space Planning Task 10 i h Floor 250 Hamilton Project Management Task 11 Taxes Task 12 Freight Sub-total Basic Services Reimbursable Expenses $2,222.00 $10,735.00 $1,000.00 $1,000.00 $12,574.00 $2,921.00 $169, 109.00 $0.00 Total Basic Services and Reimbursable expenses . $169,109.00 Additional Services (Not to Exceed) $0.00 Maximum Total Compensation $169,109.00 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word procyssing, photocopying, in-house printing, insurance 'lnd other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: None All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $0.00 shall be approved in advance by the CITY's project manager. 28 Professional Services Rev Nov. \,2011 ADDITIONAL SERVICES, MATERIALS & MATERIAL SUBSTITUTIONS The CONSULTANT shall provide additional services, materials & material substitutions 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, material description and CONSULTANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-l. The additional materials, material substitutions, services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULTANT prior to corhmencement of the services. Payment for additional services and materials is subject to all requirements and restrictions in this Agreement 29 Professional Services Rev Nov. 1,2011 EXHIBIT "C-l" HOURLY RATE SCHEDULE Standard InstallationlLabor Rate Overtime InstallationlLabor Rate Project Management Space Planning $60.50 $90.75 $55.00 $55.00 Pricing for materials as specified in Exhibit" A" 30 Professional Services Rev Nov. 1,2011 EXHIBIT "D" INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. A WARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS AS SPECIFIED BELOW' , , MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000 LIABILITY COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 -EACH OCCURRENCE $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000 BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND I B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. . ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. 31 Professional Services Rev Nov. 1,2011 B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (l 0) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 32 Professional Services Rev Nov. 1,2011 ~ dl. ~ City of Palo Alto Is/open area rn "--, nth Draft Pane Seve ' /(' 3-1-2013 4 I~ 2 ",m .. , 1 ;'{YC)I{j} Marsha Jurasin & Associates ~ o o 7~ t 7-B 'EJI ~ I I t • "5 m'l ~ I I • I -0' ' . . "" --("') -(j) " "'.,' City of Palo Alto Rosemary Morse 5-15-2013 1\ \0 ~ 0 L 00 Q ~ 30/72/2M --o-f ---I "<t " I I~ ) I I ~--lf ----~ : ~ ~ ;> I 0 a:l I 00 a:l ~--s----- 0 :::E 1\ \ \0 ~ 0 00 ~ - OSS09 _0 . . -r; ~ >= v 30/96/2M 3 equal overhead storage 110.5" wide x 14d x 18h with tackboard and task light - Marsha Jurasin & Associates -f-, f--~ f--, f-"- h, r ~ JC