Loading...
CC Resolution 12900 - City ParkletRESOLUTION NO. 12900 BEING A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE CONSULTANT SERVICES AGREEMENT WITH THE CITY'S PARKLET DESIGN. CONSULTANT, SIDELL PARKRAVAN ARCHITECTS, TO PROVIDE FOR THE CUSTOMIZATION OF UP TO 16 PARKLETS AT A COST NOT TO $3,000 PER PARKLET ($48,000 TOTAL) AND APPROVING ASSOCIATED BUDGET ADJUSTMENTS FOR FY 2023. FILE NO. PLN-2022-39. WHEREAS, on August 20, 2022, the City Council adopted Chapter 11.15 (Parklets in the Public Right -of -Way) to the Campbell Municipal Code ("CMC") which allows for parklets in the City of Campbell's public right-of-way. WHEREAS, on July 5, 2022, the City of Campbell entered into a Consultant Services Agreement with Sidell Pakravan Architects to provide parklet design services and build options for a Semi -Permanent Parklet Program with a total contract amount not to exceed $30,000. WHEREAS, the Scope of Services included in the Consultant Services Agreement with Sidell Pakravan Architects did not include the preparation of site specific parklet design customizations. WHEREAS, Sidell Pakravan Architects has estimated the cost of preparing site specific parklet design customizations to run approximately $2,500 per parklet. WHEREAS, to cover unanticipated situations, staff has recommended authorizing site specific parklet customization costs of up to $3,000 per parklet with the parklet operator being responsible for any design costs that run greater than that amount. WHEREAS, providing site specific design customizations (which may serve as construction drawings) is in furtherance of the existing Consultant Services Agreement to provide parklet design services and build options for the City's Semi -Permanent Parklet Program. WHEREAS, the City. anticipates the need to prepare site specific parklet design customizations for up to sixteen (16) locations would cost a total of $48,000. WHEREAS, the City Council finds that the reappropriation of $48,000 of one-time construction grants from funds received in response to the American Rescue Plan Act (ARPA) to provide for the customization of up to 16 parklets at a cost not to exceed $3,000 per parklet ($48,000) to be an appropriate use of such funds. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Campbell hereby: City Council Resolution No.12900 Page 2 of 2 PLN-2022-39 — Authorizing the City Manager to Execute a Contract Amendment and Approving Associated Budget Adjustments Authorizes the City Manager to execute a Consultant Services Agreement with Sidell Pakravan Architects in substantially the form and content set forth in Exhibit D-1, with the inclusion of the preparation of site specific design customizations for up to sixteen (16) locations at a cost of $3,000 per parklet, and at a total cost not to exceed $48,000, from funds to be reappropriated from one-time construction grants previously encumbered from the American Rescue Plan Act (ARPA), as part of the scope of work; and 2. Approves the Associated Budget Adjustments as set forth in Exhibit D-2. PASSED AND ADOPTED this 4th day of October, 2022 by the following roll call vote: AYES: Councilmembers: Gibbons, NOES: Councilmembers: Bybee ABSENT: Councilmembers: None ATTEST: Q "eg Andrea Sa rs, City Clerk Lopez, Landry, Resnikoff APPROVED: Paul Resnikoff, Mayor Exhibit D-1 CITY OF CAMPBELL CONSULTANT SERVICES AGREEMENT This Agreement is entered into at Campbell, California on the 5th day of July , 2022, by and between the CITY OF CAMPBELL (hereinafter referred to as "City") and Sidell Pakravan Architects (hereinafter referred to as "Consultant"). WHEREAS, City desires to obtain a consultant to prepare parklet architectural design services for a cost not to exceed $30,000; and WHEREAS, Consultant represents that it has the expertise, means, and ability to prepare and revise plans consistent with the Campbell Municipal Code, California Building and Fire Codes, and federal and state accessibility (ADA) standards and parklet design standards; NOW, THEREFORE, in consideration of each other's mutual promises, Consultant and City agree as follows: DUTIES OF CONSULTANT 1.1 Consultant agrees to perform services as set forth in Exhibit A - Scope of Services, attached hereto and incorporated herein by reference, and which shall be interpreted together and in harmony with this Agreement. In the event of any conflict between Exhibit A and this Agreement, this Agreement shall govern, control, and take precedence. 1.2 Consultant's project manager will meet with the City's project coordinator prior to commencement of the project to establish a clear understanding of the working relationships, authorities, and management philosophy of City as it relates to this Agreement. 1.3 Consultant, working with the City, will gather available existing information concerning the project, and shall review documents as necessary for compliance with the project's objectives. 1.4 In performance of this Agreement by Consultant, time will be of the essence. 1.5 Notwithstanding Section 1.4, Consultant shall not be responsible for delay caused by activities or factors beyond Consultant's reasonable control, including delays or by reason of strikes, work slow -downs or stoppages, or acts of God. 1.6 Consultant agrees to perform this Agreement in accordance with the highest degree of skill and expertise exercised by members of Consultant's profession working on similar projects under similar circumstances. 1.7 Consultant shall cooperate in good faith with City in all aspects of the performance of this Agreement. -1- 1.8 In the course of the performance of this Agreement, Consultant shall act in the City's best interest as it relates to the project. 1.9 All activities of Consultant, its employees, subcontractors and/or agents will be carried out in compliance with all applicable federal, state, and local laws and regulations. 1.10 The designated project manager for Consultant shall be Vadim Mishchuck The Consultant's project manager shall have all the necessary authority to direct technical and professional work within the scope of the Agreement and shall serve as the principal point of contact with the City and the City's project coordinator. The authorized principal of Consultant executing this Agreement for the Consultant shall have authority to make decisions regarding changes in services, termination and other matters related to the performance of this agreement on behalf of Consultant. 1.11 The Consultant (and its employees, agents, representatives, and subconsultants), in the performance of this Agreement, shall act in an independent capacity and not as officers or officials or employees or agents of the City. The City shall not direct the work and means for accomplishment of the services and work to be performed hereunder. The City, however, retains the right to require that work performed by Consultant meet specific standards consistent with the requirements of this Agreement without regard to the manner and means of accomplishment thereof. Subcontractors shall assume all of the rights, obligations and liabilities, applicable to it as an independent contractor hereunder. Consultant represents and warrants that it (1) is fully experienced and properly qualified to perform the class of work and services provided for herein, (ii) has the financial capability and shall finance its own operations required for the performance of the work and services and (iii) is properly equipped and organized to perform the work and services in a competent, timely and proper manner in accordance with the requirements of this Agreement. Consultant agrees to comply with ABS, codified at Labor Code section 2750.3, and shall indemnify, defend and hold harmless the City, its officers, officials, directors, agents representatives, volunteers, and employees against any claim or liability, including attorneys' fees and costs, arising in any manner related to this Agreement that an employee, agent or others under Consultant's supervision or control was misclassified. 1.12 This Agreement contains provisions that permit mutually acceptable changes in the scope, character or complexity of the work if such changes become desirable or necessary as the work progresses. Adjustments to the basis of payment and to the time for performance of the work, if any, shall be established by a written contract amendment (approved and executed by the City) to accommodate the changes in work. DUTIES OF CITY 2.1 City shall furnish to Consultant all available and pertinent data and information requested by Consultant to facilitate the preparation of the documents called for in this Agreement. Consultant shall be entitled to reasonably rely on accuracy and completeness of such information, provided that Consultant shall provide City prompt written notice of any known defects in such data and information. 2.2 City shall provide contract administration services. City shall notify Consultant of -2- required administrative procedures and shall name representatives, if any, authorized to act in its behalf. 2.3 City shall review documents submitted by Consultant and shall render decisions pertaining thereto as promptly as reasonably possible. COMPENSATION 3.1 For the full performance of the services described herein by Consultant, City agrees to compensate Consultant for all services and direct costs associated with the performance of the project in an amount not to exceed $30,000, as follows: a. Once each month, Consultant shall submit for payment by City, an itemized invoice for services performed during the previous billing period. The invoice shall describe the services rendered and the title of the item of work, and shall list labor hours by personnel classification. Said invoice shall be based on all labor and direct expense charges made for work performed on the project. Labor charges shall be in accordance with the fee schedule found in Exhibit A of this Agreement. City shall pay Consultant for services rendered and approved by the City within 30 days from the date the itemized invoice is received by the City, subject to the maximum not to exceed amount specified above and the City's right to object. b. Direct costs are those outside costs incurred on or directly for the project, and substantiated with invoices for the charges. Direct expenses include printing, reproduction, and delivery charges. 3.2 If Consultant incurs other costs which are not specifically covered by the terms of this Agreement, but which are necessary for performance of Consultant's duties, City may approve payment for said costs if authorized in writing by the City in advance. 3.3 City may order changes in the scope or character of services in writing, including decreasing the amount of Consultant's services. In the event that the work is decreased, Consultant is entitled to full compensation for all services performed and expenses incurred prior to receipt of notice of change. Under no conditions shall Consultant make any changes to the work, either as additions or deductions, -without the prior written order of the City. In the event, that the City detennines that a change to the work or services from that specified in this Agreement is required, the contract time and/or actual costs reimbursable by the City for the project may be adjusted by contract amendment or change order to accommodate the changed work. The maximum not to exceed total amount specified in this Article 3 (Compensation) shall not be exceeded, unless authorized by written contract amendment or change order, approved and executed by the City. Consultant shall obtain prior written approval for a revised fee schedule from the City before exceeding such fee schedule. Only City's authorized representative(s) is authorized to approve changes to this Agreement on behalf of City. 3.4 In no event, will the Consultant be reimbursed for any costs or expenses at any rates that exceed the rates for set forth in the fee schedule found in Exhibit A. -3- 3.5 Consultant agrees that the payments to Consultant specified in this Article 3 (Compensation) will constitute full and complete compensation for all obligations assumed by Consultant under this Agreement. Where conflicts regarding compensation may occur, the provisions of this section apply. 4. SUBCONSULTANTS 4.1 Consultant may not subcontract any services required under this Agreement without the prior written consent of the City. 4.2 Consultant shall be responsible to City for the performance of any and all subconsultants who perform work under this contract, and any acts of negligence or misconduct on their part. Consultant is solely responsible for all payments due to subconsultants. 4.3 Consultant shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein, including naming the City of Campbell, its officers, officials, directors, agents representatives, volunteers, and employees as additional insureds. Any modification to the insurance requirements for subcontractors must be agreed to by the City in writing. 4.4 If at any time, the City determines any subcontractor is incompetent or unqualified, Consultant will be notified and will be expected to immediately cancel the subcontract. OWNERSHIP OF DOCUMENTS AND MATERIALS All original drawings, documents, papers, data, materials, photographs, negatives and other work products prepared by the Consultant and/or its subconsultants in the performance of the services encompassed in this Agreement (whether in printed or electronic format) ("project -related documents and materials") shall be the property of the City and may be used on this project without the consent of the Consultant or its subcontractors. City acknowledges that such drawings, documents, and other items are instruments of professional services intended for use only on the subject project. Consultant agrees that all copyrights which arise from creation of the Project -related documents and materials pursuant to this Agreement shall be vested in the City and waives and relinquishes all claims to copyright or other intellectual property rights in favor of the City. Any project -related documents and materials related to this Agreement shall be confidential, not to be used by the Consultant on other projects or disclosed to any third party, except by agreement in writing by the City, or except as otherwise provided herein. Upon the completion or termination of this Agreement for any reason, the City shall be entitled to receive, and Consultant shall promptly provide to the City upon request, all finished and unfinished project -related documents and materials, produced or gathered by or on behalf of Consultant that in are in Consultant's possession, custody or control. Consultant may retain copies of said documents and materials for its files. In the event of termination, any dispute regarding compensation or damages shall not hinder, prevent, or otherwise impact the City's right to promptly receive and use such documents and materials which are the sole and exclusive property of the City. 6. TERMINATION 6.1 Notwithstanding any other provision of this Agreement, City may terminate this Agreement at any time, with or without cause, in its sole discretion, by giving notice in writing to Consultant not less than 14 calendar days prior to an effective termination date. In the event of such termination, Consultant shall have the right and obligation to immediately assemble the work then in progress for the purpose of completing the work and turning over all materials and documents to City. 6.2 In the event of such termination, Consultant shall be compensated for all work and services performed to the point of termination in accordance with the payment provisions set forth in Section 3.1, unless the termination is for cause, in which event Consultant need be compensated only to the extent required by law. 6.3 Upon notice of termination by City, the Consultant will immediately act to not incur any additional obligations, costs or expenses, except as may be reasonably necessary to tenninate its activities. All finished or unfinished work or documents procured or produced under the Agreement will become property of the City upon the termination date. In the event of Consultant's failure to perform pursuant to the Agreement, the City reserves the right to obtain services elsewhere and Consultant will be liable for the difference between the prices set forth in the terminated Agreement and the actual cost to the City. Tennination of the Agreement pursuant to this paragraph shall not relieve the Consultant of any liability to City for additional costs, expenses, or damages sustained by City due to failure of the Consultant to perform pursuant to the Agreement. City may withhold any payments to Consultant for the purpose of set off until such time as the exact amount of damages due City from Consultant is determined. After the effective date of termination, Consultant will have no further claims against the City under the Agreement. No other compensation will be payable for anticipated profit on unperformed services. 7. AUDIT AND INSPECTION Consultant shall permit authorized representatives of City to inspect and audit all data and records relating to its performance under this Agreement for a period of three years following acceptance of the final study. 8. EQUAL EMPLOYMENT OPPORTUNITY Consultant agrees to refrain from discriminatory employment practices on the basis of race, religious creed, color, sex, national origin, handicap, sexual orientation, marital status, medical condition, disability, ancestry, organizational affiliation, military or veteran status, or -5- any other consideration made unlawful by local, State or Federal law, of any employee of, or applicant for employment with, such Consultant or subcontractor. City requires Consultant to comply with all applicable Federal and State and local equal employment opportunity laws and regulations. 9. INSURANCE AND INDEMNIFICATION 9.1 With respect to any design professional services provided by Consultant, the Consultant agrees to indemnify, and hold harmless the City, its officers, and employees to the fullest extent allowed by law from any and all claims, actions, causes of action, damages, liabilities and losses, that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, except for any claims, actions, causes of action, losses, damages or liabilities proximately caused by the sole negligence or willful misconduct of City. City shall not be liable for acts of Consultant in performing services described herein. Notwithstanding anything in this paragraph to the contrary, any defense costs charged to the design professional under this paragraph shall not exceed the design professional's proportionate percentage of fault, except: a. That in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, the design professional shall meet and confer with the other parties regarding unpaid defense costs in good faith effort to agree on the allocation of those costs amongst the parties; and b. Where a project -specific general liability policy insures all project participants for general liability exposures on a primary basis and also covers all design professionals for their legal liability arising out of their professional services on a primary basis, then there shall be no limitation on the design professional's duty to provide a defense and cover the City's cost of defense. With respect to all matters other than those covered by the foregoing paragraph, Consultant agrees to indemnify, defend (with counsel reasonably satisfactory to the City) and hold harmless the City, its officers, officials, directors, agents representatives, volunteers, and employees to the fullest extent allowed by law from and against any and all claims, actions, causes of action, losses, damages, liabilities and costs of every nature, including attorneys' fees and costs (collectively, "Losses") including but not limited to all claims, actions, causes of action, losses, damages, liabilities for property damage, bodily injury, or death, and all costs of defending any claim, caused by or arising out of, or alleged to have been caused by or arise out of, in whole or in part, Consultant's performance under this Agreement, except for any claims, actions, causes of action, losses, damages, costs or liabilities proximately caused by the sole negligence or willful misconduct of City. City shall not be liable for acts of Consultant in performing services described herein. In no event shall this section be construed to require indemnification by the Consultant to a greater extent than permitted under the public policy of the State of California; and in the event that this contract is subject to California Civil Code section 2782(b), the foregoing indemnity provisions shall not apply to any liability for the active negligence of the City. The defense and indemnity provisions obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations contained in this Agreement. The foregoing indemnity provisions are intended to fully allocate the parties' risk of liability to third - parties; and there shall be no rights to indemnity or contribution, in law or equity or otherwise between the parties that are not set forth in this section. Consultant waives all rights to subrogation for any matters covered by the provisions of this section. Consultant's responsibility for such defense and indemnity obligations as set forth in this section shall survive the tennination or completion of this Agreement for the full period of time allowed by law. 9.2 Consultant shall maintain insurance conforming to the following specifications to the fullest amount allowed by law for a minimum of three (3) years following the termination or completion of this Agreement: A. Types of Coverage The policies shall afford the following types of coverage: 1. Commercial General Liability; 2. Automotive; 3. Workers' Compensation and Employer Liability; and 4. Professional Liability and/or Errors and Omissions B. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. For Commercial General Liability: Insurance Services Office (ISO) CGL Form 00 01 11 85; and 2. For Automotive Liability: ISO CA 00 01 06 92 including symbol 1(any auto); and 3. For Workers' Compensation: insurance as required by the Labor Code of the State of California and Employer's Liability insurance; and 4. For Professional Liability and/or Errors and Omissions: insurance covering negligence committed by or on behalf of Consultant in rendering services to City. C. Minimum Limits of Insurance Consultant shall maintain limits no less than: General Liability: $1,000,000 combined single limit per occurrence for -7- bodily, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident. The Worker's Compensation policy must be endorsed with a waiver of subrogation in favor of the City for all work performed by the Consultant and its employees. 4. Professional Liability and/or Errors and Omissions: $1,000,000 per claim and $2,000,000 in the annual aggregate. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City (as agreed to in this Agreement) before the City's own insurance or self- insurance shall be called upon to protect it as a named insured. D. Deductible and Self -Insured Retention Any deductibles or self -insured retention must be declared to and approved by the City, and shall not reduce the limits of liability. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retention as respects the City, its agents, officers, attorneys, employees, officials and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses related to investigations, claim administration, and defense expenses. Policies containing any self -insured retention provision shall provide or be endorsed to provide that the self - insured retention may be satisfied by either the named insured or the City. E. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverage: a. The City, its agents, officers, attorneys, employees, officials and volunteers are to be covered as additional insureds as respects: liability arising out of this Agreement performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. It is a requirement of this Agreement that any available insurance proceeds broader M. than or in excess of the specified minimum insurance coverage requirements and/or limits set forth in this Agreement shall be available to the City as an additional insured. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage limits specified in this Agreement, or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured, whichever is affords greater coverage. b. The Consultant's insurance coverage shall be primary insurance as respects the City, its agents, officers, attorneys, employees, officials and volunteers. Any insurance or self-insurance maintained by the City, its agents, officers, attorneys, employees, officials and volunteers shall be excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its agents, officers, attorneys, employees, officials, and volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employer's Liability Coverage: The insurer shall agree to waive all rights of subrogation against the City, its agents, officers, attorneys, employees, officials, and volunteers for losses arising from work performed by the Consultant for the City. 3. All Coverages: Any unintentional failure to comply with reporting provisions of the policies shall not affect coverage provided to the City; and unless otherwise approved by the City, each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice by regular snail has been given to the City, or ten (10) days for cancellation for non- payment of premium. F. Suspension or Cancellation If any of the coverages required by this Agreement should be suspended, voided, cancelled or reduced in coverage during the term of this Agreement, Consultant shall immediately notify City and replace such coverage with another policy meeting the requirements of this Agreement. G. Subcontractors Consultant agrees that any and all contracts with subcontractors for performance of any matter under this Agreement shall require the subcontractors to comply with the same indemnity and insurance requirements set forth in this Agreement to the extent that they apply to the scope of the subcontractors' work. Subcontractors are to be bound to contractor and to City in the same In manner and to the same extent as the Consultant is bound to City under this Agreement. Subcontractors shall further agree to include these same provisions with any sub -subcontractor. A copy of this Agreement will be furnished to the subcontractor on request. The Consultant shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the Agreement prior to commencing any work, and will provide proof of compliance to the City. H. Acceptability of Insurers Without limiting Consultant's indemnification provided hereunder, the policies of insurance listed in Article 9.2 of this Agreement are to be issued by an issuer with a current A.M. Best Rating of A: V and who is authorized to transact business in the State of California, unless otherwise approved by the City. I. Verification of Coverage Consultant shall furnish the City with endorsements and certificates of insurance evidencing coverage required by this clause. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates are to be on forms acceptable to the City. Where required by statue, forms approved by the Insurance Commissioner are to be submitted. All certificates are to be received and approved by the City before work commences. Special Risks/Circumstances City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances and provide notice to Consultant. 10. MISCELLANEOUS 10.1 This Agreement shall be binding on the heirs, executors, assigns and successors of Consultant. 10.2 Neither party may assign this Agreement, or any portion hereof, without the prior written consent of the other. 10.3 This Agreement shall not be construed to alter, affect, or waive any lien or stop notice rights, which Consultant may have for the performance of services pursuant to this Agreement. 10.4 Neither party's waiver of any term, condition or covenant, or breach of any term, condition or covenant shall be construed as the waiver of any other term, condition or covenant or waiver of the breach of any other term, condition or covenant. 10.5 This Agreement contains the entire Agreement between City and Consultant relating to the project and the provision of services to the project. Any prior agreements, -10- promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. Subsequent modifications to this Agreement shall be in writing and signed by both City and Consultant. 10.6 If any term, condition or covenant of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this Agreement shall be valid and binding on City and Consultant. 10.7 This Agreement shall be governed and construed in accordance with the laws of the State of California. 10.8 All changes or amendments to this Agreement must be in writing and approved by all parties. 10.9 The initial contract term shall commence upon execution of the contract by the City and shall be for a two (2) month period, unless terminated sooner in accordance with the contract. The City of Campbell at its sole discretion may elect to extend the contract up to two (2) consecutive six-month periods by providing written notice to Consultant not less than thirty (30) days prior to expiration of the original or extended term. The total length of the contract shall not exceed a period of one year. Annual contractual costs shall be equal to the April - to -April San Francisco -Oakland -San Jose Consumer Price Index -All Urban (CPI-U) in an amount not to exceed five percent (5%), but not lower than three percent (3%), annually, on July 1 of each contract renewal if executed. 10.10 Consultant owes the City a duty of undivided loyalty in performing the work and services under this Agreement, including, but not limited to, the obligation to refrain from having economic interests and/or participating in activities that conflict with the City's interests in respect to the work and/or services and project. The Consultant shall list current clients who may have a financial interest in the outcome of this Agreement. The Consultant hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this agreement. Consultant shall not make or participate in making or in any way attempt to use Consultant's position to influence a governmental decision in which Consultant knows or has reason to know Consultant has a direct or indirect financial interest other than the compensation promised by this Agreement. Consultant will immediately advise the City if Consultant learns of a financial interest of Consultant's during the term of this Agreement. 10.11 City is a public agency subject to the disclosure requirements of the California Public Records Act ("CPRA"). If Consultant's proprietary information is contained in documents or information submitted to City, and Consultant claims that such information falls within one or more CPRA exemptions, Consultant must clearly mark such information "Confidential and Proprietary," and identify the specific lines containing the information. In the event of a request for such information, City will make best efforts to provide notice to Consultant prior to such disclosure. If Consultant contends that any documents are exempt from the CPRA and wishes to prevent disclosure, it is required to obtain a protective order, injunctive relief or other appropriate remedy from a court of law in Santa Clara County before the City is required to respond to the -11- CPRA request. If Consultant fails to obtain such remedy within the time the City is required to respond to the CPRA request, City may disclose the requested information without any liability to Consultant. Consultant further agrees that it shall defend, indemnify and hold City harmless against any claim, action or litigation (including but not limited to all judgments, costs, and attorney's fees) that may result from denial by City of a CPRA request for information arising from any representation, or any action (or inaction), by the Consultant. 10.12 Neither party hereto shall be considered in default in the performance of its obligation hereunder to the extent that the performance of any such obligation is prevented or delayed by an act of God, natural disaster, pandemic, acts of terrorism, war, or other peril, which is beyond the reasonable control of the affected party and without the negligence of the respective Parties. Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Agreement. Each Party will, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon the cessation of the cause, diligently pursue performance of its obligations in this Agreement. In the event either party is prevented or delayed in the performance of its respective obligation by reason of such Force Majeure, there may be an equitable adjustment of the schedule and Consultant compensation based on City's sole discretion. 10.13 Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 10.14 Consultant warrants that Consultant, its subcontractors and/or agents (if any) has/have complied with any and all federal, state, and local licensing requirements 10.15 Each party acknowledges that it has reviewed this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement. 10.16 The signatories to this Agreement warrant and represent that each is authorized to execute this Agreement and that their respective signatures serve to legally obligate their respective representatives, agents, successors and assigns to comply with the provisions of this Agreement. 10.17 This Agreement is entered into, and to be performed in Santa Clara County, California, and any action arising out of or related to this Agreement shall be maintained in a court of appropriate jurisdiction in Santa Clara County, California. 10.18 This Agreement may be executed in counterparts which shall, in the aggregate, be deemed an original but all of which, together, shall constitute one and the same instrument. A scanned, electronic, facsimile or other copy of a party's signature shall be accepted and valid as an original. -12- 11. NOTICES Notices required under this Agreement may be delivered by first class mail addressed to the appropriate party at one of the following addresses: CITY: City of Campbell Attention: Rob Eastwood 70 North First Street Campbell, CA 95008 CONSULTANT: Sidell Pakravan Architects Attention: Rudabeh Pakravan 2445 Sixth Street Berkeley, CA 94710 rudabeh@sidellpakravan.com [SIGNATURES ON FOLLOWING PAGE] -13- Having read and understood the foregoing Agreement, the undersigned par -ties agree to be bound hereby: CONSULTANT B CITY OF CAMPBELL 81144� L0V&9wwz B Blicin L—Ilthi.l iJ.] 25, 2022 14:43 PDTj Title Principal, Sidell Pakravan Architects TitleCityManager Approved as to Form Pori City Attorney Exhibit A - Scope of Services & Fee Schedule City of Campbell City -Approved Parklet Design Proposal Sidell Pakravan ArchitrcUs 2445 Sixth Street, Berkeley, CA 94 710 Contact: Rudabch 'akravan rnobije.- 323.428A,958 Project Schedule Project Kickoff: June 28, 2022 Designs Finalized for Publication and Distribution: September 2, 2022 Phase 1 Due Diligence and Conceptual Design: 2 weeks Deliverables and meetings include the following: 1-2 webinars and 1-2 meetings with business owners, DCBA, and any other stakeholders (per City of Campbell direction) 2-3 Meetings as necessary with Public Works, Building Department, Planning/Zoning, and Economic Development Departments to determine short term and long term goals and expectations. Prepare conceptual design, layout, and construction strategy. Devliverables include the following: site plans renderings structural and foundation connections and diagrammatic details Phase 2 : Design Development 2 weeks Revise design based on staff feedback. Develop design in greater detail. Meet with staff as needed. Devliverables include the following: site plans floor plans curb/platform details Handrail/guardrail details Roofing/Shading details Extra details, ie planters/benches section renderings Phase 3 : Construction Documents 2 weeks Devliverables include the following: complete Design plans for distribution and publiction including site plans floor plans curb/platform details Handrail/guardrail details Roofing/Shading details Extra details, ie planters/benches section renderings Note: anticipated schedule may vary depending on scheduling of staff review and public presentations. Sidell Pakravan Architects Campbell City -Approved Parklet Design Program I Campbell Parklet Design Plans Project Schedule & Deliverables Timeline Sidell Pakravan Architects & City of Campbell July 5: Finalize scope of services, project schedule, deliverables timeline and sign agreement. Create "rough" template options that meet applicable codes and city design parameters Sidell creates customized design for each applicant o How much site customization can Sidell provide for each parklet and what is the cost per parklet design? o Sidell Pakravan interaction with applicant and construction contractor July 6-8: Consultant and city staff meet to determine short-term and long-term goals and expectations and discuss: • Site assessments • Consensus on design parameters • Previously gathered stakeholder feedback on design features o DCBA, Chamber and Farmers' Market • Planning, Building, Fire, Public Works & ABC code compliance • Stakeholder involvement • Conceptual design, layout and construction strategy • Site customization • Design review meeting schedule July 11-15: Prepare conceptual design, layout and construction strategy July 18-22: First Presentation and Review of Design Plans o Present conceptual design, layout and construction strategy to City staff ■ Deliverables include the following: ➢ Site plans ➢ Renderings ➢ Structural and foundation connections and diagrammatic details • Present design, layout and construction strategy to stakeholders (i.e., downtown restaurants, DCBA & Chamber) • Revise conceptual design plans based on staff and stakeholder feedback to develop designs in greater detail. Deliverables include the following: o Site plans Campbell City -Approved Parklet Design Program 2 o Floor plans o Curb/platform details o Handrail/guardrail details o Roofing/Shading details o Extra details, i.e., planters/benches o Renderings July 25 — 29: • Second Presentation and Review of Design Plans • Revise conceptual design plans based on staff feedback to develop designs in greater detail August 1: • Third Presentation and Review of Design Plans • Present revised design plans to City Staff for review in preparation for Council Consideration on August 16 August 16: Parklet design plans presented to City Council for consideration* *In the event design plans are not presented to the City Council on August 16, plans would be presented September 6, 2022, and the schedule will be adjusted accordingly. August 17-24: Design plans revised based on Council direction if applicable August 25 - 26: Final and complete design plans presented to City Staff for approval August 29 - September 2: Designs and construction documents prepared for distribution and publication September 12: Program Launch Campbell City -Approved Parklet Design Program 3 Scope of Services and Fee Sidell Pakravan Architects Principal, Rudabeh Pakravan $200 per hour Project Manager, Vadim Mishchuck $150 per hour Designer, Claire Jang $100 per hour Engineer, Tipping Engineers, 18% of total fee Landscape Architect, Groundworks Office 12% of total fee 1. Due Dilligence, Outreach, Conceptual Design a. Site assessments to determine current parklet locations, uses, layouts, successes, and failures. b. Research into existing best practices, protocols, and information. Review of the Existing Downtown Campbell Parklet program "temporary program as well as pre-COVID parklets. c. 1-2 webinars and 1-2 meetings with business owners, DCBA, and any other stakeholders (per City of Campbell direction) d. Meetings as necessary with Public Works, Building Department, Planning/Zoning, and Economic Development Departments to determine short term and long term goals and expectations. e. Due dilligence and research into relevant building, planning, public works, and engineering codes as well as ABC compliance. f. Initial Concept and Site Layouts for Review (see project schedule for specific deliverables) Fee for this phase: $7,000 2. Design Development a. New and updated iterations of parklet design options based on staff comments. See project schedule for specific deliverables. b. 3 sequential design meetings with staff to review design options in July and August. In between each meeting, Sidell Pakravan architects will build upon feedback and create new iterations to present. Designs will adhere to relevant Zoning and Land Use codes, California Building and Fire Codes, federal and state ADA standards, and City of Campbell Parklet Design Parameters. Any plan check comments or staff direction will be incorporated into the final iteration. d. Committee and Council meetings that are relevant to this project are included as part of this proposal, up to 4 meetings. Fee for this phase: $8,000 3. Construction Documents and Final Deliverables For the City Approved Parklets, Sidell Pakravan Architects proposes to create a visually appealing and clear set of design plans that include: a. Site Plans for multiple options of parklets based on size, either one parking stall or two parking stalls. Site plans to include dimensions and relevant specifications b. Foundation, Curbing Strategies We will design, detail, and graphically represent 1-2 clear foundation and curbing strategies including specifications and dimensions. We will work directly with the city Public Works department to determine compliance and best practices for foundation and curbing. c. Platform/Railing/Planter/Perimeter Detailing. We will design, detail, and graphically represent 3 options for each platforms/flooring, vertical components, and roofing/overhead support options. Three overhead support options will be provided, one with no overhead structure, one with a shade structure, and one with a roof. These details will be reviewed multiple times with City representatives. The proposals will design for high quality, non-combustible materials and will provide specific specifications and dimensions. d. Design Standards We will work with our consulting Landscape Architect, Groundworks Office, to outline and graphically represent options for site planning, lighting, furniture, signage and planting options. We will also work with our consulting engineer, Tipping Engineers, to develop the guardrail details, the roof connection detail, and any other relevant structural connections. Both consultants' fees are included in this proposa Fee for this phase: $15,000 Total Fee: $30,000 Sidell Pakravan Architects Campbell City -Approved Parklet Design Program 4 AgreementConsultant r let Design Services Sidell PakravanCorrected i ur Order Final Audit Report 2022-07-25 Created: 2022-07-22 By: Michael Thomas (michaelt@campbellca.gov) Status: Signed Transaction ID: CBJCHBCAABAA6bdlT10VLtbg8QPdBUOTJzvJ9oJpyHHT "Consultant Agreement Parklet Design Services Sidell Pakravan - Corrected Signature Order" History Document created by Michael Thomas (michaelt@campbellca.gov) 2022-07-22 - 7:44:12 PM GMT Document emailed to bills@campbellca.gov for signature 2022-07-22 - 7:47:59 PM GMT Email viewed by bills@campbellca.gov 2022-07-25 - 4:18:45 PM GMT 6�& Signer bills@campbellca.gov entered name at signing as William R. Seligmann 2022-07-25 - 4:21:29 PM GMT Document e-signed by William R. Seligmann (bills@campbelica.gov) Signature Date: 2022-07-25 - 4:21:31 PM GMT - Time Source: server Lj4 Document emailed to Sidell Pakravan Architects (rudabeh@sidellpakravan.com) for signature 2022-07-25 - 4:21:34 PM GMT Email viewed by Sidell Pakravan Architects (rudabeh@sidellpakravan.com) 2022-07-25 - 9:36:25 PM GMT Document e-signed by Sidell Pakravan Architects (rudabeh@sidellpakravan.com) Signature Date: 2022-07-25 - 9:36:46 PM GMT - Time Source: server Document emailed to Brian Loventhal (brianl@campbellca.gov) for signature 2022-07-25 - 9:36:48 PM GMT "# Email viewed by Brian Loventhal (brianl@campbellca.gov) 2022-07-25 - 9:41:01 PM GMT Adobe Acrobat Sign Document e-signed by Brian Loventhal (brianl@campbellca.gov) Signature Date: 2022-07-25 - 9:43:58 PM GMT - Time Source: server Agreement completed. 2022-07-25 - 9:43:58 PM GMT Adobe Acrobat Sign Exhibit D-2 City of Campbell Request for Budget Adjustments Department/Program, 'Division" ' Date ° Request No., City Manager 539 - COVID Response September 20, 2022 BA-6 Budget to be Reduced Fund/Program Account Number Description mount. EXPENDITURES 101.740 7432 One -Time Construction Grant 48,000 Budget to be Increased Fund/Program Account Number Description'',Amount EXPENDITURES 101.539 7427 Parklet Design Contract Amendment 48,000 REASON FOR REQUEST - BE SPECIFIC: To modify action approved on July 5, 2022; shifting One -Time Construction Grant to Parklet Design Contract. Will Fuentes Rob Eastwood Brian Loventhal Finance Director Community Development Director City Manager