Loading...
HomeMy WebLinkAboutCC Resolution 12536 (Canalfront Conceptual Design)RESOLUTION NO. 12536 RESOLUTION OF TIIE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO SIGN A PROFESSIONAL SERVICES AGREEMENT WITH ROYSTON IIANAMOTO ALLEY & ABEY FOR PREPARATION OF THE CANALFRONT CONCEPTUAL DESIGN PLAN (P06-005) (TERM OF AGREEMENT FROM JULY 21, 2008 AND ENDING ON JULY 21, 2010- MAY BE CONTINUED AN ADDITIONAL PERIOD OF THREE MONTHS WITH APPROVAL OF CITY MANAGER, IN AN AMOUNT NOT TO EXCEED $118,000) THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: The CITY MANAGER and CITY CLERK are authorized to execute, on behalf of the City of San Rafael, a professional services agreement with Royston Hanamoto Alley & Abey for preparation of the Canalfront Conceptual Design Plan, a copy of which is hereby attached as Attachment A and by this reference made a part hereof, for an amount not to exceed $118,000. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 215` day of July, 2008 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Connolly, Miller & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Heller Esther C. Beirne, City Clerk K AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into this 21" day of July, 2008, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Royston Hanamoto Alley & Abey, a California corporation (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional planning and design services are required to assist staff with the preparation and production of the Canalfront Conceptual Design Plan; and, WHEREAS, the CONTRACTOR has experience in waterfront planning, community design workshops, sustainability concepts, and designing public spaces; and, WHEREAS, the CONTRACTOR has offered to provide certain specialized planning, design, engineering and architectural services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Principal Planner for Long -Range Planning is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Manuela King is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. The PROJECT DIRECTOR designee shall be subject to the prior written approval of the PROJECT MANAGER. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as described in the Scope of Work in Exhibit A attached and incorporated herein. luu 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as described in Exhibit A, under Client Responsibilities, attached and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as described in Exhibit A attached and incorporated herein. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR, for an amount not to exceed $118,000. 5. TERM OF AGREEMENT. The term of this Agreement shall be for two years commencing on July 21, 2008 and ending on July 22, 2010. Upon mutual agreement of the parties, and subject to the approval of the City Manager, the term of this Agreement shall be extended for an additional period of three months. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to City's Risk Manager, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming 4 CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to City's Risk Manager. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the City's Risk Manager and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 11. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, subcontractors and employees in the performance of their duties and obligations under this Agreement. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: (alternative contact information for daily project communications is also shown below) TO CITY: Linda M. Jackson Project Manager City of San Rafael Community Development Department P.O. Box 151560 San Rafael, CA 944915-1560 Phone: 415-485-3067 Email: linda. i ackson(a,citvofsanrafael.ora FAX: 415-485-3184 TO CONTRACTOR: Manuela King Project Director Royston Hanamoto Alley & Abey 225 Miller Avenue Mill Valley, CA 94941 Phone: 415-383-7900 Email: manuela axhaa.com FAX: 415-383-1433 C 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. /1 CfTY OF�\A-�1 ., AEL J "ity Manager ATTEST: City Clerk AP ED'Ak T6 FORM: e'yr' �y Atfom y: Title: 4' Exhibit A RoYs`-on Hanamoto Alley A Abe.%/ Scope of Services and Fee SAN RAFAEL CANALFRONT CONCEPTUAL DESIGN PLAN Royston Hanamoto Alley & Abey Scope of Services & Fee - Revised July 16, 2008 Task 1. Research and Analysis - August - October 2008 A. Collect and review all relevant data including maps, studies, and plains B. Meet with City staff and the City Advisory Team (CAT) to discuss the project background and vision C. Review draft of background report prepared by Nichols Berman D. Prepare site analysis drawing/diagrom(s) indicating: Land Use Existing landscape and streetscope conditions Natural Features, Views Potential Sites for Bridges/Crossings E. Meet with local focus groups (4 group meetings scheduled concurrently on one day if possible) F. Prepare opportunities and constraints draiwing/cliogrom(s) G. Conduct Public Workshop I Structure and details of workshop TBD H meet with City staff and CAT to review outcome of Public Workshop Task I Deffiverables: • Site Analysis drawing and diagrams TBD by RHAA -- (1) 24 x 36 board • Opportunities/Constraints drawing and diagrams TBD by RHAA - (11 24 x 36 board Images Board - (1) 24 x 36 board PowerPoint show for Public Workshop • Notes from Focus Group meetings in Word and PDF Notes from Public Workshop in Word and PDF Task I Meetings (includes actual meeting time + travel: prep time listed above): 0 2 meetings with City Staff & City Advisory Team 0 1 meeting with Conalfront Advisory Committee 0 1 Public Workshop I other projector team meeting asneeded 0 4-6 focus group meetings, one hour each max. TOTAL RHAA HOURS Task I % full time RHAA Fees Total Task I RHAA Fee Estimated Expenses (not billed separately) Endres Ware Paid Merker Other Subs TOTAL TASK I FEES Task 2. Develop Conceptual Plan Alternatives - November 2008 - May 2009 A. Set project goals and vision based on public input B. Outline design guidelines based on public input. May include: • Architecture: Historical significance, style and character, visual impacts • Signage and Wayfinding: identify areas for additional detail planning • Site Circulation, Traffic, Parking: Summarize traffic consultant findings and recommendations (prepared by others) • Sustainability & Natural Resources • Zoning • Landscape Chorocter: 'Paseo', bay front trail, stfeetscape, bridges, outdoor rooms, screening, pork:ng areas, quality, hardscope. service, lighting C. Prepare concept plan design alternatives (3 options) D. Prepare general cost/benefit analysis of bridge and crossing concepts E Review outline of design guidelines and concept plan ottemaFves with City staff and CAT F Revise outl ne of design guidelines and design alternatives: prepare for public presentation G. Conduct Public Workshop 2 H. Meet wth City staff and CAT to review outcome of Public Workshop Page 1 of 3 PtInCIDal Associate Stan -% I rN K190 -SRS 33 56 89 7% 12% 19% $5,775 $6,720 $7,565 $20,060 $500 $3,000 $3,000 $1,000 $27,560 Task 2 Deliverables: Project Goals and Vision document in Word and PDF Outline of draft Design Guidelines document in Word and PDF 3 Conceptual Design Plan alternatives as 24 x 36 boards and PDFs PowerPoint show for Public Workshop Notes from Public Workshop 2 Task 2 Meetings: 1 meetings with City Staff and City Advisory Team 2 meetings with Canalfront Advisory Committee I Public Workshop 2 other projector team meetings as needed TOTAL RHAA HOURS Task 2 15 49 129 % full time 1 % 4% 12% RHAA Fees $2,625 $5,880 $10,965 Total Task 2 Fee $19,470 Estimated Expenses (not billed separately) $500 Endres Ware $7,350 Paid Merker $7,350 Other Subs $3,000 TOTAL TASK 2 FEES $37,670 Task 3. Prepare Draft Conceptual Plan and Draft Guidelines - June - October 2009 A. Prepare Draft Conceptual Plan B. Prepare Draft Design Guidelines C. Submit both drafts to City, CAT and Canalfront Advisory Committee for review D. Meet with City and CAT to review draft guidelines and plan E. Meet with Canal Advisory Committee to review draft guidelines and plan F. Meet with Design Review Board and Planning Commission to review draft guidelines and plan G Assist City staff and CAC with preparing for/conducting focus group review meetings H. Incorporate comments and revise draft guidelines document and plan Task 3 Deliverables: • I draft Conceptual Design Plan as 24 x 36 board and PDF • 1 Draft Design Guidelines document in Word and PDF Task 3 Meetings: • 1 meeting with City Staff and City Advisory Team • I meeting with Conalfront Advisory Committee • I meeting with the Design Review Board • 1 meeting with the Planning Commission • 2 other projector team meetings as needed TOTAL RHAA HOURS Task 3 2 50 123 % full time 1 % 6% 15% RHAA Fees $350 $6,000 $10,455 Total Task 3 Fee $16,805 Estimated Expenses (not billed separately) $200 Endres Ware $5,250 Pahi Merker $5,250 Other Subs $1,875 TOTAL TASK 3 FEES $29,380 Task 4. Prepare Final Conceptual Plan b Final Design Guidelines - Months 13-17 A. Prepare Final Conceptual Plan B. Prepare Final Des gn Guidelines c, Submit both drafts to City, CAT and Caralfront Advisory Comm,ftee for funa review D. Incorporate any remaining comments and produce fncl document and p6cn Task 4 Deliverables: • I Final Conceptual Desigr Pans 24 x 36 board and PDF Page 2 of 3 I Final Design Guidelines document in Word and PDF Task 4 Meetings: 1 meetings with City Staff and City Advisory Team I meetings with Conalfront Advisory Committee 2 other project or team meetings as needed TOTAL HOURS Task 4 2 35 95 %full time 1% 4% 127o RHAA Fees $350 $4,200 $8,075 Total Task 4 Fee $12,625 Estimated Expenses (not billed separately) $200 Endres Ware $4,250 Paul Merker $4,250 Other Subs $1,075 TOTAL TASK 4 FEES $22,400 Fee Summary by Task including Expenses: Total Task 1 Fee $27,560 Total Task 2 Fee $37,670 Total Task 3 Fee $29,380 Total Task 4 Fee $22,400 RHAA Administrative and Management Fee (+/- 2% of subconsu8ant fees) $990 TOTAL PROJECT FEE $118,000 Fee Summary By Consultant + Expenses: RHAA Fee Total $68,960 Endres Ware Fee Total $19,850 Paid Merker Fee Total $19,850 Other Subconsultants Fee Total $6,950 Expenses $1,400 RHAA Administrative and Management Fee (+/- 2% of subconsuBant fees) $990 TOTAL PROJECT FEE $118,000 Client responsibilities: a. Notice and publicize all meetings as necessary b Distribute press releases to local media as necessary c. Coordinate Interviews and focus groups d. Provide Spanish translator for public process e. Provide base drawings for design team in electronic form I Coordinate meeting room, times, set up 9 Provide topographic base Information if necessary h. Provide project website I Prepare meeting notes for City, CAT and CAC meetings Exclusions: a Includes area shown on diagrammatic plan provided In RFP. b Scope of services Includes subrnittals outlined above only. c. Fees include meetings as shown. Additional meetings and/or public presentations are not included. d Votennal art element locations will be shown on pians. An design and detailing is not rncivaea. e Design iterations and draft documents other than those Fated above are not included. Page 3 of 3 r ADDENDEUM TO ITEM #4 SRCC 7/21/2008 R i A A R!HIAIA 2008 Terms of Agreement between Client and Landscape Architects and Planners CHARGES FOR SERVICES Charges for Basic and Extra Services shall be based on hourly rates not to exceed the following schedule: Principals $130.00 to $190.00 Senior Associates 115.00 to 140.00 Associates 100.00 to 135.00 Senior Assistant 100.00 to 135.00 Assistants 85.00 to 110.00 Technical Staff 65.00 to 95.00 Clerical 55.00 to 75.00 Principal Emeritus 165.00 to 200.00 Consultants At Cost Plus 10% All of these rates are current for six months from the date of Agreement for Professional Services, but may be increased periodically. An escalation factor of 5% per year will be added to our billing rates for contracts lasting more than one year. EXPENSES The following expenses will be billed at cost with a 10% markup. Automobile Travel IRS allowable rate per mile Airfare, car rental, lodging, meals and expenses associated with out of town travel Blueprints, reproductions and CADD Plots Courier and shipping charges Photographic prints and slides Reimbursable expenses are in addition to Compensation for Basic Contract and include actual expenditures made by the Landscape Architect, their employees, or their professional consultants in the interest of the project. PAYMENTS Invoices for services shall be rendered monthly in proportion to the amount of work completed. Invoices unpaid of ter one month shall be subject to a 1-1 /2 percent per month charge which is an annual rate of 18 percent. L A N D S C A P E A R C H 11 E C T S & P L A N N E R , 225 Miller Avenue 4 5 383.7900 323 -3eary Street, #&j2 4 5 8o I 9if M I 'Valley, CA 4 5 383 1433 Fax 'Sx, Fran® -co,,, -A 415 86, NCO I- Ix 94941 rnvstudtoQ)rhaa mm 1341:17 APYN rhA3 I -M