Loading...
HomeMy WebLinkAbout05-14-1998 Parks and Recreation Task ForceS-19-1998 8:57AM FROM BEALS LANDSCAPE 408 287 0165 Fax Transmittal Date: 5/19/98 No. of pages: 5 (Including Cover Page) To: City of Saratoga Attn: Irene Jacobs Phone Number: 408.868.1215 Fax Number: Subject: CC: 408.868.1281 Mtg. Report Jay Beals, BLAi M BEALS LANDSCAPE ARCHITECTURE INC Time: 9:00am From: Allison Yamamoto Phone Number: 408.287.4202 Fax Number: 408.287.0165 Project Name: City of Saratoga - Consulting Project Ref. No.: 98 -12 ❑ For Approval ® For Your Use ® Reply ASAP ❑ Please Comment ❑ Hard Copy to Follow Remarks: Good Morning, Irene - Here is a copy of the draft meeting report from last Thursday's meeting. Please look it over, let me know if you have any comments, and I will revise and send back to you for distribution. Let me know how your schedule looks today, and if it looks like we'll be able to meet to go over the aerials. I want to make sure we'll get the aerials done in time to draw up the plans for the site walks on the 29th. Thanks, Alli Confidentiality Note: The information contained in this fax transmittal is legally privileged and confidential information intended only for the use of the individual or entity named above. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copying of this fax transmittal is strictly prohibited: If you have received this fax transmittal in error, please immediately notify us by telephone and return the original message to me at the address above via United States Mail. F 1JobaB198.12 SwetWo Oxww1inglfa Trwmi misTsx U 519-9&doc TWO NORTH MARKET • FIFTH FLOOR • SAN JOSE. CA • 951 13 • PHONE 408.287 -4202 - FAX 408- 287 -0165 - SIC NO 1534 C) 5-11VI 1 � a) ff 5 -19 -1998 8:58AM FROM BEALS LANDSCAPE 408 287 0165 D P Meeting Report Date: May 18, 1998 Meeting Type: Task Force Pre - Planning Project Name: Meeting Date: May 14, 1998 Project Ref. No.: Meeting Time: 3:30 - 5:15pm Meeting Location: City Offices From: Allison Yamamoto Attendees: Copy to: ® All Attendees File P. 2 BEALS LANDSCAPE ARCHITECTURE INC Saratoga Consulting 98 -12 Irene M. Jacobs, City of Saratoga Joan Pisani, City of Saratoga Jenny Crotty, City of Saratoga This report, if not corrected within seven (7) days after receipt by any party in attendance, shall be acknowledged as an accurate report of the events that took place at this meeting. Meeting Context: Now that the contract has been approved by Council, we need to establish a strong foundation for the project. Meeting Purpose: Pre - planning for the Task Force Meeting to be held 6/17. Intended Results: 1. Establish a complete and update roster of key players. 2. Determine City protocols and processes; roles and responsibilities of project team, and ground rules. 3. Designed product and outcome of each Pre - planning Committee and Task Force Meeting. 4_ Prepare for the 6/17 Task Force Meeting Note: Action Items resulting from this meeting is listed at the end of this Meeting Report, 1. INTRODUCTION 2. PROJECT STATUS a) Contract The Contract was approved by City Council on Tuesday, May 12"'. There are still a few revisions in regards to exhibit labels, etc. Irene will make the revisions and have the official contract signed by the City Manager and the Mayor, all by the 25'' of this month. b) Identify information required for the sites: Irene mentioned that the City has some aerials on file with the planning department. It was agreed that having new aerials would best avoid any possible problems or disagreements with user groups. Older aerials may n� be 100% accurate to what the site looks like now. Irene and BLAi looked at the aerials on file at the end of the meetid found that Air Flight had flown aerials of the entire city in '90 -'91. a nd Michelle Velasco (Planning) will sort through these aerials and I�those F VobsMV9&12 Saratoga Consumng%Wing IkmsVerun9 PepW 5-14.98 doc (WO NOATh MAAKCT • FIFTH FI.00H • jA.N JO ;E CA • 'a51 1.1 • PHONE 408 -' -37 1�10_ - 1'AX 49a l_if/ 9116$ • LIC NO 1534 5 -19 -1998 8:58AM FROM BEALS LANDSCAPE 408 287 8165 P.3 Meeting Minutes for. Task Force Pre - Planning Project Name: Sar af�su ' 9 Meeting Date: May 14, 1998 Project Ref. No.: 98- /a Meeting Location: City Offices which contain any of the ten sites being studied. After getting prints made of these at San Jose Blue, Irene and Allison will go through and label the sites (Tuesday 5/19). With these aerials, the index and serial numbers for the negatives will be known. BLAi will call Air Flight to find out the most recent flight, and can specifically ask for certain sheets out of their library. (Typically, flights are made every two years for City aerials.) At that time, it can be determined which aerials will be best for this study. If library aerials are adequate, BLAi will call Air Flight to obtain enlarged 50 scale mylar aerials. If the library aerials are "too old," new aerials will need to be flown. This will be the least expensive option because the costs will only be the mylar, the negative processing and a library fee. If the aerials are too old, new aerials will need to be flown. 3. ROSTER There will be two levels of rosters for this project (1) The primary roster will be a short list of representatives from organizations listed as potentials to serve on the Task Force. Additional organizations may be added. (2) The other roster will include ALL interested parties - this is important information to have because it will be tell us the variety of interested people and groups in the community and adjacent counties. Joan and Jenny have rosters and names from various organizations and the previous efforts (their children have been very involved in sports.) Both will fax or call with any information they can provide. Jay brought up an idea to pass out surveys to find out all interested people. It is also a possibility to make one of the Task Force meetings open to the public for input. It is important that this process be inclusive, rather than exclusive. If we stay open to the community, it will lend a lot of credence to the process. 4. ROLES, RESPONSIBILITIES, PROTOCOLS, GROUND RULES Answers /comments to the attached "Processes and Protocols" list: 1. Written Communications a) Standard font for the City: Times Roman 12 point b) If the Consultant feels uncomfortable with any question, will direct to Staff /Irene prior to answering. c) Consultant is seen as an extension of City Staff. d) A custom letterhead /sheet will be designed for the project. At the top will be the City logo, and a children's drawing logo. Along the left side, names of City Council, PRC, Task Force and Staff members. Keep the graphics bright and eye - catching. People may be a little more reserved if they do not see the City logo on correspondence (i.e. if it were written on BLAi letterhead), or may feel pressured by a City Letterhead. Custom letterhead will pull everyone together through a displayed sense of partnering. F Wobs98i Q S"oga QmsnMgWoong ItmAN opting Rcoon 5.1499 We 2 8 6 A L S L A N D S C A F F A R C N I 1' 1: C r l; R F. 1 N, C. 5 -19 -1998 8 :59AM FROM BEALS LANDSCAPE 408 287 0165 P.d Meeting Minutes for Task Force Pre - Planning Project Name: Sara ulting Meeting Date: May 14, 1998 Project Ref. No.: 98-12 Meeting Location: City Offices e The proposed letterhead will be reviewed at the Pa�s and Recreation Commission Meeting on June 1, 1998. 2. Mail Routing a) Routing: Consultant to use own judgement in determining whether a document should be reviewed by the City before sending. Other correspondence to be sent to Irene as "FYI." b) Irene will be listed as a "cc" on all documents. C) Paper trail: Keep a master file of everything for reference. 3. Meetings a) BLAi will contact user groups. Need to first clear this with Irene. b) Meeting Agendas will be on the custom letterhead. C) Meetings will be held at neutral site. Irene will look into using the Library. The facility must hold 20 -25 people and have a large wall for posting flipchart pages and butcher paper for diagrams, sketches. d) Meeting materials: The City has an overhead projector for use. No computer overhead - too glitzy for meetings. Best to keep meetings low key. Sticky post -it flipcharts are best. e) Meeting Minutes: BLAi will do these. f) Meeting Minutes: Irene will review, then BLAi will revise if needed. . g) Minutes can be sent via the preferred methods of the members. BLAi will ask everyone their preference, i.e. e-mail, fax, mail... BLAi to distribute minutes. 4. Plan Graphics a) BLAi will need to get a copy -ready City of Saratoga logo to scan. The project logo will go on all correspondence and plans... 5. TIMELINE/ SCHEDULEJPRODUCTS AND OUTCOMES a) The schedule will follow the "Anticipated" column of dates in the Contract. The last two dates are tentatively set: Agendized Meeting Park and Recreation Commission Meeting 9/30/98 10/5/98 City Council 10/15/98 10/21/98 b) Timeline: Site walks will be performed Friday, May 290i. The aerials must be ready for that day, so that prints can be taken for note - taking. C) Products: A list of products for each meeting will be developed by BLAi, using the contract as a guide and by thinking of the end product in mind. It was decided that for City Council, a Final Report will be submitted. A Final Draft will be submitted for PRC, and an Administrative Draft for the Task Force. Lease agreements will not be part of the report. The report will become a "Living Document." Jay recommended that from this, a single body can be established to administer all field agreements. This could be a non - profit organization or a continuing Task Force. F UoDs,98G& 12 Sa a o9a Com wg0mmg hemsWteeung Report `r 14.98 eoc 8 E A L S I. A N D S C A P F A R C H I ,r F. (- T li R E. I N C 3 5 -19 -1998 9:BBAM FROM BEALS LANDSCAPE a08 287 8165 P.5 Meeting Minutes for Task Force Pre - Planning Project Name: Sarato onsulting Meeting Date: May 14, 1998 Project Ref. No.: 98-1 Meeting Location: City Offices J 6. TASK FORCE MEETING #1 - 6/17 a) Time and Location: Wednesday, June 17, 1998. 4:00 - 6:OOpm (all meetings will be held at this time) Location TBD b) Purpose: The purpose of this meeting is to vent and let everyone share their input, feelings and concerns. if a person's discussion gets extensive, we will tell them to provide us a list of other interested people and we will contact them for their input. 7. ACTION ITEMS: The following is a recap of action items resulting from this meeting: Item Action Resp. Due 1. Contract Revise Contract - Exhibit labels, IJ 5/25 2. Aerials 3. Roster Information 4. Letterhead /Stationery 5. Meetings get necessary signatures Sort through and get prints IJ, MV made of aerials with sites on them. Identify sites on aerials. IJ, AY Contact Air Flight to find out last AY flight done for the City. If acceptable, order 50 scale enlargements. If old, order new flights. Obtain aerials at 50 scale AY Need to gather information from AY, JP, Joan and Jenny JC Need logo design - by Jenny's JC daughter? Need logo from City of Saratoga AY, IJ Develop layout, colors, etc. AY Need to determine locations. IJ End of Report 5/19 5/19 5/20 5/27 ASAP 5/25 5/19 6/1 ASAP F Wbs98M-11 S"oge Cmsu&g%4eeb% lteMSVA .oq Remn 514 -98 Ooc 4 B E A L S L A N D S C A P E A R C H I T F C T I; R C. 5 -14 -1998 8 :55AM FROM BEALS LANDSCAPE 408 287 0165 P. 2 ]REALS Memorandum LANDSCAPE ARCHITECTURE Date: 5.14.98 INC. To: City of Saratoga From: Allison Yamamoto Attn: Irene Jacobs fax 408.868.1281 Subject: Aerials Project Name: City of Saratoga - Consulting CC: Jay Beals, BLAi Project Ref. No.: 98 -12 Hi Irene, In order for us to begin the site studies, we will need to have the aerials for these sites within the next three weeks. Having just recently completed several school projects, we have become familiar with a surveyor whose rates are pretty reasonable. We are more than happy to coordinate this process, but ask you for direction on which type of aerials we should proceed in getting. There are two options for the aerial surveys: a) A fly -over aerial with no ground control, or b) A fly -over aerial with ground controls set. The difference is that (a) is basically an aerial photograph, whereas (b) would include control points of which photographic interpolation could be derived from at some point in the future. Ground control sets a basis for a topographic survey, versus (a) which would not be able to be taken to a topographic survey level. Your decision will depend on whether these surveys will be used strictly for this study, or for future construction as well. For us to complete this study, setting ground control is not necessary- an aerial without ground controls set will provide enough information for us to trace the site and study its existing conditions. But, if the City is looking into future construction of these sites, you may want to have ground control set, so that the aerials will not have to be done twice. Of course, you can always set ground controls on a just a select number of sites. The price for EACH survey is about $250 + /- without ground control, and $500 + /- with ground control. These prices reflect having all the sites done at one time, during one flight. Should you decide at a later date to have the photo - interpolation done from an aerial with ground controls set, an additional fee would be charged then. Turn -a -round time for (a) is about a week + / -. For the aerial with ground controls, about 2 -3 weeks. The City will need to set up a contract with the surveyor directly. We will do everything needed to coordinate this, but we cannot absorb these costs into our reimbursable money. Please let us know how to proceed as soon as practical, as time is becoming critical. Do not hesitate to give me a call if you have any questions. Thanks, Allison End of Memorandum F:Uobs98195-12 Saratoga Consulrwq\Memos\memo Ueoobe S*ftdoc TWO NORTH MARKFT - FIFTH FLOOR - SAN JOSE, CA - 95113 - PHONE 408.287.4202 • FAX 408.2870165 • LIC. NU.1534 SARATOGA CITY COUNCIL EXECUTIVE SUMMARY NO. MEETING DATE: May 12,1998 ORIGINATING DEPT.: CITY MANAGER AGENDA ITEM CITY MANAGER: PREPARED BY: SUBJECT: Agreement with Beals Landscape Architecture for Project Management Services in connection with Park Development Projects RECOMMENDED MOTION(S): 1. Approve the proposed agreement with Beals Landscape Architecture to serve as the Project Manager who will coordinate the development of and improvements to playfields at designated school sites. REPORT SUMMARY: At the Council's joint meeting of March 24, 1998 with the Parks and Recreation Commission, it was the Commission's recommendation to Council to retain the services of a consultant to serve as a Project Manager to help coordinate the development of new and renovation of old playfields at designated school sites. Development of playfields is one of the numerous projects that the Parks and Recreation Commission plans to implement through funding from the Park Development Fund. The Project Manager would be responsible for 1) establishing joint -use agreements between sports leagues, school districts and the City before any site is developed or renovated and 2) submitting a strategic plan and timeline for implementing the playfield projects once the agreements have been established. Recent negotiations between the City and sports leagues in recent weeks over the use of Congress Springs Park, have expanded the Project Manger's original scope of services to include 3) negotiating joint -use agreements for all existing playfields city -wide. Staff concurs with the Parks and Recreation Commission's recommendation to retain Mr. Beals services in order to move forward with this project as quickly as is possible. The anticipated date to conclude with the negotiation process is set for the end of September. Attached is a copy of the proposed agreement between the City and Beals Landscape Architecture. Council is being asked to approve the attached agreement and to direct staff to execute the contract with the Project Manager in order to begin implementing the activities outlined in the scope of services. FISCAL IMPACTS: Monies to fund this project would be deducted from the Park Development Fund. No general Fund monies would be used. ADVERTISING, NOTICING AND PUBLIC CONTACT: None CONSEQUENCES OF NOT ACTING ON RECOMMENDED MOTION(S): The listed recommendation will not be approved and Beals Landscape Architecture's services will not be retained to move forward on the Park Development Project. FOLLOW UP ACTIONS: All sports leagues, school districts and other appropriate parties listed on page three of Exhibit A will be contacted and invited to participate in a series of negotiation meetings. ATTACHMENTS: 1. Proposed Contractual Agreement between the City of Saratoga and Beals Landscape Architecture. CITY OF SARATOGA CONTRACTUAL SERVICES AGREEMENT THIS AGREEMENT is made at Saratoga, California, as of, May 13, 1998, by and between the CITY OF SARATOGA, a municipal corporation ( "City "), and Beals Landscape Architecture, ( "Contractor "), who agree as follows: 1. SCOPE OF SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in Exhibit A. Contractor shall provide said services at the time, place and in the manner specified in Exhibit A. 2. PAYMENT SCHEDULE. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all billings for said services to City in the manner . specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Contractor uses for billing clients similar to City. 3. FACILITIES AND EQUIPMENT. Except as set forth in Exhibit C, Contractor shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Contractor only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. This Agreement shall be administered by Larry I. Perlin, ( "Administrator "). All correspondence shall be directed to or through the Administrator or his or her designee. 7. NOTICES. Any written notice to Contractor shall be sent to: William Jay Beals, Beals Landscape Architecture Two North Market, Fifth Floor San Jose, CA 95113 Any written notice to City shall be sent to: Larry Perlin, City of Saratoga 13777 Fruitvale Avenue Saratoga, CA 95070 Standard Contractual Services Agreement Page 2 of 20 A: \CONTRACT.STD Executed as of the day first above stated: CITY OF SARATOGA, a municipal corporation By Larry Perlin, "City" Attest: Betsy Cory, City Clerk By William J. Beals, "Contractor" Approved as to form: Mike Riback, City Attorney Approved as to budget authority: 011ie Wright, Finance Director Accounting Data Amount Contract # Standard Contractual Services Agreement Page 3 of 20 A: \CONTRACT.STD EXHIBIT A SCOPE OF SERVICES Please refer to attached Exhibits A and Exhibit A -1 that outline the scope of services and the proposed project schedules. Standard Contractual Services Agreement A: \CONTRACT.STD Page 4 of 20 EXHIBIT A PROPOSAL FOR CITY OF SARATOGA MANAGEMENT OF PARTNERSHIP PROCESS BETWEEN THE CITY OF SARATOGA, THREE SCHOOL DISTRICT AND THE USER GROUPS. PROJECT UNDERSTANDING .The City of Saratoga has selected Jay Beals and Beals.Landscape Architecture, Inc. to lead the effort in achieving satisfactory joint -use agreements and contracts relating to park and school athletic field usage. The purpose is to build consensus between City of Saratoga, the three School Districts and various user groups leading to development of joint use agreements and contracts, roles, responsibilities, and obligations of each party. This need has been brought about for various reasons summed up as follows: 1 . There is a limited amount of available open space for use by community and athletic groups. 2. There is a limited amount of funding and manpower to maintain the sites currently open and used by these groups. 3. The combination of an increase in users, and a reduction in available funding to cities, compounded with federal cutbacks from the federal government to municipalities has resulted in the inability of the majority of cities to properly maintain existing facilities. 4. The voters did not approve a utility fax that would have assisted in reconciling these expenditures. S. The majority of open space within the City of Saratoga that is currently developed belongs to three School Districts and therefore is used by these Districts during school hours. This land is and should be available to the remainder of the community during evenings and weekends as well as summer time pursuant to the Civic Center Act. 6. The City may have funding available to put into capital improvements to achieve the end result of reducing maintenance costs and obligations. However, these maintenance obligations must be agreed upon and finalized prior to said improvements being implemented. 7. The City of Saratoga has seen a reduction in funding and staff position in recent times including the recent vacancy of the Superintendent of Parks. That has not, and probably will not, be filled by the City in the foreseeable future. Those duties have been shared amongst the remainder of the people in the organization. The above-stated reasons are not intended to constitute all of the items that are influencing the need for the City to achieve the above stated agreements, however, they are the primary ones. There are existing agreements and contracts and long- standing perceived obligations on all parties. The City of Saratoga has taken it upon themselves to retain a consultant to assist them in the process of formalizing new agreements that look forward to recreation and joint -use in a new millennium. The City of Saratoga has designated specific sites to be included within this project management work. The site users and associated school districts, where applicable, are noted below. Priority Projects 1. Playfields at School Sites A. Foothill School/Foothill Park: Saratoga Union School District 1. SUSD, Los Gatos Saratoga Girls Softball League 2. AYSO, CYSA B. Saratoga School (Oak Street School): Saratoga Union School District 1. Unknown who may be interested 2. Good potential for practice fields if drainage problems are resolved 3. CYSA C. Argonaut School: Saratoga Union School District 1. Does have much potential 2. O.K. for practice /games J. IPROPOSAL91PW"&27 CRY OF WRATOWPROPOSAL QW REV5-7D0C Page 1 8 L A L S L A N D S C A P E A R C H 1 T E C T U R E. I N C. D. - Redwood Middle School: Saratoga Union School District . 1. Best potential for gamesltournaments because of location and parting 2. Saratoga Little League, AYSO, CYSA E. Marshall Lane (Campbell Elementary): Campbell School District 1. Quito Little League F. Blue Hills School/Azule Park Site: Cupertino School District 1. Great potential for field development G. Christa Macauliffe School: Cupertino School District 1. Determine potential and interest II. Project sites and parks within the City of Saratoga A. Congress Springs - 1 . Saratoga Little League 2. AYSO B. Kevin Moran C. El Quito 'Maintained by City At the project pre - planning meeting, it was agreed by those present that because of the recent events relating to the potential increase in fees for user groups, there is considerable resistance in fee increases from these user groups. Therefore, though the original purpose of this contract and the project management was to secure and negotiate lease and contracts with the multiple agencies and user groups, for school sites, the current role of the consultant 'has changed to be a more global one. It was agreed at the meeting that this project should begin with a mission statement to which all parties agree and that the work of the Task Force should be to achieve goals and objectives to support that mission statement. It is understood that this may include various funding aspects, including fee increases, but also including other opportunities such as assessment districts, user taxes, reapportionment of utility taxes, new utility taxes, service clubs, corporate sponsors and other options that may be brainstormed during the process. One other objective to be achieved is the maintenance options relating to who maintains sites, why, and how that particular group is compensated. Because of the critical nature of this particular project and the agreements currently expiring in 1998, there is an urgent need to complete this process as soon as possible ending in a report that would go to the City Council for consideration. To begin this project, the people present at the pre - planning meeting agreed on the initial mission statement that should be taken forward to the task force to begin the process. That is, "The propose of this process is to develop a mutually inclusive and equitable partnership for joint-use development and maintenance of sites within the City of Saratoga." SCOPE OF SERVICES The following specific Scope of Services are represented in this proposal. The process is divided into 8 parts that reflect specific product and time milestones. Project Pre - planning This phase of the project is used to establish a baseline of work and services to be performed by the consultant as agreed upon by the client. The purpose is to ensure that the process is property designed to meet the known and anticipated needs of the client. A. Initial meeting with the City representative. B. Establish the initial project scoping and understanding. C. Complete preparation for the pre- planning meetings: 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials D. Pre - planning meeting including meeting minutes. E. Finalization of Project Scoping, Fees & Timeline. JAPROPOSAL9P991P9627 QrY OF SARATOGAIPROPOSAL 62691 REV5-7DOC Page 2 B E A L S L A N D S C A P E A R C H I T E C T U R E. I N C. F. Approval and ratification of consultant contract by the Park & Recreation Commission and City Council. 1. Attend Park & Recreation Commission meeting May 4, 1998 and City Council meeting May 12, 1998. Project Framing To appropriately begin the project an accepted framework needs to be established. Once selection of the Task Force is approved, it is important to have all members take an integral part in the establishment of that framework The essential parts are: Mission Statement Goals & Objectives Process End Product Process Timeline In order to achieve this, we propose the following work items for this phase; A. Assist the City in designing a Task force and Project Planning Committee. The Project Planning Committee (PPC) will be composed of City Staff, Park & Recreation Commission, and Council Members. Their purpose is to provide specific direction to the consultant relating to City policy, historical issues, technical issues (i.e., maintenance) costs, funding and other materials required by the consultant. We propose the Task Force be comprised of selected representatives from each of the following ofganizations. We suggest that the quantity of representatives be proportional to stake - holding capacity of each organization. 1. City of Saratoga a) City Council (1) b) City Manager's Office (1) c) Parks & Recreation Commission (2) d) City Maintenance (Parks Superintendent) (1) e) City Staff Liaison (1) 2. School District (3 total) a) Policy maker (Board of Trustees) (14) b) Facility Manager (Deputy Superintendent) (1X3) 3. User Groups a) Los Gatos Girls Softball (1) b) AYSO (1) C) Saratoga Little League (1) d) Pony Baseball (1) e) Quito Little League (1) f) CYSA g) Others'? B. Hold a Task Force preplanning meeting with staff to verify needs and uses of the sites. C. Complete a site walk to review each site. The sites will be documented photographically for future use and a matrix diagram will be prepared to begin to establish the following; 1. Code compliance and safety issues 2. Current site condition and potential improvements 3. Current and potential maintenance levels 4. Other general observations D. Prepare for the PPC Meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials E. Facilitate PPC Meeting S1 JAPFOPOSALS1P9MAV CITY OF SAPATOGAVWOSAL 42898 REVSJ pOC Page 3 B E A L S L A N D S C A P E A R C H r T E C T U R E. 1 N C. F. Prepare for the Task Force meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials G. Facilitate Task Force Meeting *1 1. Develop ground rules 2. Develop roles and responsibilities 3. Develop Pro cess Framework 4. Agree on accountability 5. Agree on action work items for each member. 111. Impact on Sites To properly evaluate the needs for site development and maintenance, it is critical to establish the current use and impact on the sites. The action items out of the Project Framing portion will include research into specific site impacts by the Task Force members. The purpose of this phase is for the consultant to evaluate that data and present it in a structured manner to the PPC and Task Fore. A. Receive data from Task Force members. B. Complete second site visit to evaluate data on a site specific basis. C. Complete preparation for the PPC meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials D. Facilitate PPC meeting 02 E: Prepare for the Task Force meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials F. Facilitate Task Force meeting 92 1. Review current site use and capacity 2. Review required or anticipated use needs 3. Review development needs 4. Review current and anticipated maintenance levels 5. Agree on accountability 6. Agree on action work items for each member IV. Establish Criteria for Accountability The end product of this process has not yet been agreed upon, but is believed to be inconcert with the preliminary Mission Statement resulting in agreements between parties and the criteria for reaching these agreements that can be used for future negotiation. It will also provide the basis for future improvements to current sites. To achieve this product, each party must be held accountable for meeting their portion of the agreement. The first step towards this, once the challenge has been defined is to develop the criteria for that accountability. A. Receive data from Task Force members. B. Complete independent survey and consultation with external resources. C. Develop conceptual site improvements program plans to a costable level. D. Complete preparation for the PPC meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials E. Facilitate PPC 03 J nOPOSV-9PWP9& -V MY OF WATOGAWROPOSAI 4.18,9E REVS? OOC Page 4 8 E A L S L A N D S C A P E A R C H I T E C T U R E, I N C. F. Prepare for the Task Force meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials G. Facilitate Task Force meeting #3 1. Review general desired improvement and maintenance levels in concept. including cost parameters 2. Review individual site program plans 3. Review potential site improvement costs 4. Review corresponding maintenance levels and requirements 5. Agree on action work items for each member V. Agreement on Accountability The final job of the Task Force is to reach agreement on who will be held accountable for what items. The agreement will be based on a dear understanding of each stakeholder's role and responsibility. This will include improvements and maintenance responsibilities with an understanding of real costs and cost burdens and methods of measurement. A. Consultant will develop a matrix on a site-by -site basis of the users, site impact, suggested improvements and maintenance cost parameters. B. Complete preparation for the PPC meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials C. Facilitate PPC meeting #4 D. Prepare for the Task Force meeting. 1. Review of provided material 2. Design of meeting and establish CPR 3. Establish agenda 4. Prepare required materials E. Facilitate Task Force meeting #4 1. Review maintenance general costs by level 2. Review roles, responsibilities of each group 3. Review general agreement and contract criteria 4. Review specific site -by -site agreement drafts 5. Obtain agreement of accountability for agreements to send forward to City Attorney and City Council 6. Celebrate the success of the work completed VI. Contract Development & Ratification The last phase of the project is to work with the Staff and City Attorney to develop a legal and binding document that is concurrent with the draft documents. Consultants will meet independently with all parties to review the specific site requirements and responsibilities included in the final document. A. Meetings with Staff and City Council (2 total) B. Meetings with user groups (6 total) C. Meetings with the School Districts (3 total) D. 'Presentation to the Parks & Recreation Commission E. 'Presentation to the City Council • Optional service J.1PR0P09ALSIP9 M&V C1rY OF SARATOGA"OPOSAL L28a REVS7DOC Pap 5 R E n L S L A N D S C A P E A R C H I T R C T U R E, I N C. EXHIBIT A -1 PROPOSAL FOR CITY OF SARATOGA MANAGEMENT OF PARTNERSHIP PROCESS BETWEEN THE CITY OF SARATOGA, THREE SCHOOL DISTRICTS AND THE USER GROUPS TENTATIVE PROJECT SCHEDULE Meetino Milestone • Items indicated with an asterisk are provided as a non - billable service. J TROPOSALS1P98TW27 CITY OF SARATOGAWEETING MILESTONES 4- 2998.00C l �' F) S C A P E A k C I I l f. C T I k Page 1 Accelerated Anticipated Pre - Planning 4 -23 -98 4 -23 -98 • Park & Recreation Commission 5-4-98 5 -4-98 • City Council 5 -12 -98 5 -12 -98 Task Force Pre - Planning 5 -14 -98 PPC Meeting #1 5 -14-98 6 -11 -98 8Mjfte. Meeting #1 5 -20-98 PPC Meeting #2 6 -11 -98 7 -9-98 "'rbskF"d ting #2 6 -17 -98 7- 15-98 PPC Meeting #3 7 -9 -98 8 -13 -98 Task Force Meeting #31 7 -15-98 8 -19-98 4 PPC Meeting #4 8 -13 -98 9 -12 -98 8 -19-98 Park & Recreation Commission Meeting TBD TBD City Council Meeting TBD TBD • Items indicated with an asterisk are provided as a non - billable service. J TROPOSALS1P98TW27 CITY OF SARATOGAWEETING MILESTONES 4- 2998.00C l �' F) S C A P E A k C I I l f. C T I k Page 1 EXHIBIT B PAYMENT SCHEDULE City shall pay Contractor an amount not to exceed the total sum of Forty -seven thousand three hundred forty dollars($47,340.00) for services to be performed and reimbursable costs incurred pursuant to this Agreement. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information. 1. Serial identifications of progress bills, i.e., Progress Bill No. 1. 2. The beginning and ending dates of the billing period. 3. A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available and the percentage of completion. 4. For each work item in each task, a copy of the applicable time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense. City shall make monthly payments, based on such invoices, for services satisfactorily performed, and for authorized Standard Contractual Services Agreement Page 5 of 20 A: \CONTRACT.STD reimbursable costs incurred. City shall pay the last 10% of the total sum due pursuant to this Agreement within forty -five (45) days after completion of the services and submittal to City, if all services due pursuant to this Agreement have been satisfactorily performed. The total sum stated above shall be the total which City shall pay for the services to be rendered by Contractor pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty -five (25 %) of the initial contract price. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the fee schedule of hourly billing included as Attachment B -1. Reimbursable expenses are specified on Attachment B -2, and shall not exceed One Thousand Dollars($ 1,000). Expenses not listed on Attachment B -2 are not chargeable to City. The services to be provided under this Agreement may be Standard Contractual Services Agreement A: \CONTRACT.STD Page 6 of 20 terminated without cause at any point in time in the sole and exclusive discretion of City. In this event, City shall compensate the Contractor for all outstanding costs incurred for work satisfactorily completed as of the date of written notice thereof. Contractor shall maintain adequate logs and time sheets in order to verify costs incurred to date. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Saratoga. Please refer to attached Exhibit A -2 that outlines professional fee rates and fee estimate sheet. Standard Contractual Services Agreement Page 7 of 20 A: \CONTRACT.STD EXHIBIT A - 2 PROPOSAL FOR CITY OF SARATOGA MANAGEMENT OF PARTNERSHIP PROCESS BETWEEN THE CITY OF SARATOGA, THREE SCHOOL DISTRICTS AND THE USER GROUPS PROFESSIONAL FEES Based on Scope of Services shown under "Exhibit A' for City of Saratoga, we propose a fixed fee of $47,340.00 for the project, excluding expenses, as noted in the fee breakdown below. Scope of Services is based on the attached Fee Estimate Sheet. Beals Landscape Architecture, Inc. - Prime Management of Partnership Process Project Pre - Planning $3,220 Project Framing 9,400 Impact on Sites 8,850 Establish Criteria for Accountability 11,270 Agreement on Accountability 9,020 Contract Development 5.580 Total $ 47,340 PROJECT HOURS MATRIX Please refer to the pages that follow for the task and hourly breakdown. $ 47,340 DIRECT EXPENSES Direct expenses charged by the Beals Landscape Architecture, Inc. team include mileage, in- house computer plotting and printing -and outside services such as printing reproduction, soil fertility testing, photo processing, etc. REIMBURSABLE RATES Blueprints and Reproductions, Plotting Transportation Sub Consultant Services In -House Blue Prints Sepia SepiaMylar Xerox Plotting REIMBURSABLE EXPENSES Blueprints and Reproductions Photography Models and Renderings Fax ' $.26 per page Cost plus 20% $ .32 per mile Cost plus 20% $1.85 per print $ 6.85 per print $17.85 per print $ .26 per page $ 1.25 per SF/Bond $ 3.00 per SFNellum Promotional Brochures Parking and Toll Expenses + 15% Permit Fees + 15% Telephone Costs + 15% L A N D S C A P E A R C H 1 T h C' '1 l K FEE ESTIMATE WORKSHEET CLIENT: City of Saratoga PROJECT : Management of Partnership Process BLAi JOB NO. P98 -27 BEALS LANDSCAPE ARCHITECTURE, INC. Date: April 28, 1998 PREP. BY: Jay Beals Task Description CTID $50.00 PLA $70.00 1 PIC $150.00 Total Fees I Project Pre-Planning A Initial Meeting 12.0 $0.00 2.0 $0.00 2.0 $300.00 $300.00 B Initial Project Scoping 1.0 $50.00 3.0 $0.00 4.0 $600.00 $650.00 C Complete Preparation for Meetings 4.0 $200.00 2.0 $140.00 4.0 $600.00 $940.00 D Preowning Meeting 4.0 $0.00 3.0 $210.00 3.0 $450.00 $660.00 E Finalization of Project Scoping 2.0 $0.00 1.0 $70.00 4.0 .$600.00 $670.00 F1 Attend PRC & City Council Mtgs. 4.0 $0.00 15.0 $0.001 4.0 NC NC SUB -TOTAL 1 5.0 $250.001 $100.00 20.00 121.01 $2,550.00 $3,220.00 Task Description CTID $50.00 PLA 1 $70.00 PIC $150.00 Total Fees II Project Framing A Assist in Designing a Task Force 12.0 $600.00 2.0 $140.00 4.0 $600.00 $1,340.00 B Task Force Pre-Planning 12.0 $0.00 3.0 $210.00 2.0 $300.00 $510.00 C Complete a Site Walk 15.0 $750.00 10.0 $0.00 5.0 $750.00 $1,500.00 D Prepare for PPC Meeting 4.0 $200.00 10.0 $700.00 6.0 $900.00 $1,800.00 E Facilitate #1 PPC Meeting 2.0 $100.00 5.0 $350.00 3.0 $450.00 $900.00 F Prepare for Task Force Meeting 4.0 $200.00 15.0 $1,050.00 8.0 $1,200.00 $2,450.00 G I Facilitate #1 Task Force Meeting 2.0 $100.00 5.0 $350.00 1 3.0 $450.001 $900.00 SUB -TOTAL 39.01 $1,950.00 40.0 $2,800.00 131.01 30.01 $4,650.00 1 $9,400.00 Task Description CTID $50.00 PLA $70.00 PIC $150.00 Total Fees III Impact on Sites A Receive Data from Task Force 12.0 $600.00 10.0 $700.00 2.0 $300.00 $1,600.00 B Complete 2nd Site Walk 12.0 $600.00 12.0 $0.00 4.0 $600.00 $1,200.00 C CaMlete Preparation for PPC Mtg. 4.0 $200.00 10.0 $700.00 6.0 $900.00 $1.800.00 D Facilitate #2 PPC Meeting 2.0 $100.00 5.0 $350.00 3.0 $450.00 $900.00 E Prepare for Task Force Meeting 4.0 $200.00 15.0 $1,050.00 8.0 $1,200.00 $2,450.00 F I Facilitate #2 Task Faroe Meeting 2.0 $100.00 5.0 $350.00 3.0 $450.00 $900.00 SUB -TOTAL 1 36.01 $1,800.00 45.0 $3,150.00 26.0 $3,900.001 $8,850.00 Task Description CTID $50.00 PLA $70.00 PIC $150.00 Total Fees IV Establish Criteria for Accountability A Receive Data from Task Face 12.0 $600.00 10.0 $700.00 2.0 $300.00 $1,600.00 B Complete Independent Survey 12.0 $600.00 12.0 $840.00 4.0 $600.00 $2,040.00 C Develop Conceptual Site Improv. $0.00 16.0 $1,120.00 4.0 $600.00 $1.720.00 D Preparation for PPC M . 4.0 $200.00 8.0 $560.00 6.0 $900.00 $1,660.00 E Facilitate #3 PPC Meeting 2.0 $100.00 5.0 $350.00 3.0 $450.00 $900.00 F Prepare for Task Force Meeting 4.0 $200.00 15.0 $1,050.00 8.0 $1,200.00 $2,450.00 G Facilitate #3 Task Face Meeting 1 2.0 $100.00 5.0 $350.001 3.0 $450.001 $900.00 SUB -TOTAL 1 36.0 E $1,800.00 1 71.01 $4,970.001 30.01 $4,500.00 1 $11,270.00 J:\StandardslPmpwals\Fee Estimate rds Page I R f A L S L A K D S C A P E A R C H I T E C T U k E. I 1' U FEE ESTIMATE WORKSHEET CLIENT: City of Saratoga PROJECT : Management of Partnership Process BLAi JOB NO. P98 -27 BEALS LANDSCAPE ARCHITECTURE, INC. Date: April 28, 1998 PREP. BY: Jay Beals Task Description CT /D $50.00 PLA $70.00 PIC $150.00 Total Fees V Agreement on Accountability. A Develop a Matrix 12.0 $600.00 20.0 $1,400.00 4.0 $600.00 $2.600.00 B Complete Preparation for PPC Mtg. 4.0 $200.00 15.0 $1,050.00 6.0 $900.00 $2,150.00 C Facilitate #4 PPC Meeting 2.0 $100.00 6.0 1 $420.00 4.0 $600.00 $1.120.00 D Prepare for Task Force Meebng $0.00 15.0 $1,050.00 8.01 $1,200.00 $2,250.00 E Facilitate #4 Task Force Meeting 2.0 $100.00 5.0 $350.00 3.0 $450.00 $900.00 SUB -TOTAL r 20.0 $1,000.00 61.0 $4,270.00 25.01 $3,750.00 $9,020.00 Task Description CT /D 1 $50.00 PLA $70.00 1 PIC $150.00 Total Fees VI Contract Development A Meeting vdStaff& C4ty Council 2.0 $100.00 8.0 $560.00 6.0 $900.00 $1,560.00 B Meetings vdUser Groups 2.0 $100.00 8.0 $560.00 6.0 $900.00 $1,560.00 C Meetings vdSchool Districts 2.0 $100.00 8.0 $560.00 6.0 $900.00 $1,560.00 D Presentation to PRC $0.00 $0.00 3.0 $450.00 $450.00 E Presentation to City Council $0.00 $0.00 3.0 $450.00 $450.00 SUB -TOTAL 6.0 $300.00 24.0 $1,680.00 24.0 $3,600.00 $5,580.00 TOTALS $7,100.00 $17,290.00 $22,950.00 $47,340.00 JAStandardslProposalsTee EstimateAs Page 2 R I:. A L S L .-\ N D S C A P E A R C H I T E C T I' k I.. I N ( EXHIBIT C FACILITIES AND EQUIPMENT City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the general'it.y of this exclusion, long- distance telephone or other communication charges, vehicles, and reproduction facilities. Standard Contractual Services Agreement Page 8 of 20 A: \CONTRACT.STD EXHIBIT D GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. 2. LICENSES; PERMITS; ETC. Contractor represents and warrants to City that it has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Contractor to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Contractor to practice its profession. In addition to the foregoing, Contractor shall obtain and maintain during the term hereof a valid City of Saratoga Business License. 3. TIME. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Contractor's Standard Contractual Services Agreement A: \CONTRACT.STD Page 9 of 20 R obligations pursuant to this Agreement. 4. INSURANCE REQUIREMENTS. Contractor shall procure and maintain for the duration of the contract "occurrence coverage" insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. A. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ( "occurrence" form CG 0001.) (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. Standard Contractual Services Agreement A: \CONTRACT.STD Page 10 of 20 0 (3) Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. B. Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) General Liability: $1,000,000 combined single limit per occurrence for bodily injury, 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 Employers Liability: Workers' Compensation limits as required by the Labor Code of the State of California and Standard Contractual Services Agreement Page 11 of 20 A: \CONTRACT.STD Employers Liability limits of $1,000,000 per accident. C. Deductibles and Self- Insured Retention. Any deductibles or self - insured retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self - insured retention as respects the City, its officers, officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. 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 officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Standard Contractual Services Agreement A: \CONTRACT.STD Page 12 of 20 Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor'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 officers, officials, employees or volunteers. d. The Contractor's insurance shall apply Standard Contractual Services Agreement Page 13 of 20 A: \CONTRACT.STD 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 Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. (3) Professional Liability. Contractor shall carry professional liability insurance in an amount deemed by the City to adequately protect the Contractor against liability caused by negligent acts, errors or omissions on the part of the Contractor in the course of performance of the services specified in this Agreement. Standard Contractual Services Agreement A: \CONTRACT.STD Page 14 of 20 (4) All Coverage. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers. Insurance is to be placed .with insurers with a Bests' rating of no less than A:VII. F. Verification of Coverage. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance Standard Contractual Services Agreement A: \CONTRACT.STD Page 15 of 20 a U policies, at any time. G. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. H. The Risk Manager of City may approve a variation in those insurance requirements upon a determination that the coverage, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. Standard Contractual Services Agreement A: \CONTRACT.STD Page 16 of 20 _ f 7. PERSONNEL. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Contractor shall, immediately upon receiving notice from city of such desire of City, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE. Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession. All instruments of service of whatsoever nature which Contractor delivers to City pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Contractor's profession. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. Contractor shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontractor, to the City, to City officers and employees, or to parties designated by the City, on account of the performance or Standard Contractual Services Agreement Page 17 of 20 A: \CONTRACT.STD character of the work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the Contractor or of any subcontractor. Contractor shall indemnify, defend and hold harmless the City, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the performance of the work. This paragraph shall not be construed to exempt the City, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this agreement is not a construction contract. By execution of this Agreement, Contractor acknowledges and agrees that it has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Contractor or subcontractors from liability under this paragraph. 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor shall comply with all applicable rules and Standard Contractual Services Agreement A: \CONTRACT.STD Page 18 of 20 regulations to which City is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda or other written documents or materials prepared by Contractor pursuant to this Agreement shall become the property of City upon completion of the work to be performed hereunder or upon termination of the Agreement. 12. COMPLIANCE WITH APPLICABLE LAWS. Contractor shall comply with all laws applicable to the performance of the work hereunder, including, but not limited to, laws prohibiting discrimination based on race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex. 13. USE OF RECYCLED PRODUCTS. Contractors shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 14. PROFESSIONAL SEAL. Where applicable in the determination of the contract administrator, the first page of a technical report, Standard Contractual Services Agreement Page 19 of 20 A: \CONTRACT.STD first page of design specifications, and each page of construction drawings shall be stamped /sealed and signed by the licensed professional responsible for the report /design preparation. The stamp /seal shall be in a block entitled "Seal and Signature of Registered Professional with report /design responsibility" as per sample below. Seal and Signature of Registered Professional with report /design responsibility. Standard Contractual Services Agreement A: \CONTRACT.STD Page 20 of 20