Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
10-056 SSA Landscape Architects Inc., Professional Services for Stevens Creek Corridor Phase 2 Project AGREEMENT BETWEEN CITY OF CUPERTINO AND
SSA LANDSCAPE LANDSCAPE ARCHITECTS INC.
FOR PROFESSIONAL SERVICES FOR
STEVENS CREEK CORRIDOR PHASE 2 PROJECT
THIS AGREEMENT is made and entered into this of � , 2010 by
and between the City of Cupertino, a municipal corporation, hereinafter referred to as CITY
and SSA LANDSCAPE ARCHITECTS, INC., hereinafter referred to as CONSULTANT.
RECITALS
WHEREAS, CITY desires to obtain design and professional consulting services for Stevens Creek
Corridor Phase 2, Project 9134 (hereinafter referred to as Project); and,
WHEREAS, CITY requires certain professional services in connection with Project (hereinafter referred
as Services); and
WHEREAS, CONSULTANT has the necessary professional expertise, qualifications and skill to
perform the services required and is prepared to provide such services;
NOW, THEREFORE, the purpose of this Agreement is to retain SSA Landscape Architects, Inc. as
CONSULTANT to the CITY to perform those ser ✓ices specified in Exhibit A of this Agreement, and
the parties hereby agree as follows:
Section 1. Scope of Services
CONSULTANT shall perform those services specified in Exhibit A, titled "Scope of Work ", which is
attached hereto and incorporated herein.
Section 2. Term of Agreement
The term of this Agreement shall continue through December 31, 2011 subject to the provisions of
Exhibit A and of this Agreement. In the event that the services called for under this Agreement are not
completed within the time specified, the Public Works Director or his designee may extend the time for
completion.
Section 3. Schedule of Performance
The services of CONSULTANT are to be completed according to the schedule set out in Exhibit A,
which is attached hereto and incorporated herein. CONSULTANT is not responsible for delays beyond
CONSULTANT's reasonable control.
Section 4. Compensation
The compensation to be paid to CONSULTANT for professional services and reimbursable expenses
shall not exceed Seventy Six Thousand Dollars ($76,000.00) for Basic Services inclusive of
Reimbursable Expenses. An Additional Services allowance of $10,000 is also included for potential
services that would exceed the basic scope. Such Additional Services shall only be performed upon
advance written authorization by CITY. Total Bees shall not exceed Eighty Six Thousand Dollars
($86,000.00). The rate of payment is set out in Exhibit B, which is attached hereto and incorporated
herein.
Section 5. Method of Payment
Upon completion of each task as specified in Exhibil. A, the CONSULTANT shall furnish to the CITY a
statement of the work performed for compensation Curing the term of this Agreement. CONSULTANT
may submit monthly invoices for interim progress payments during the course of each phase.
Section 6. Independent Contractor
It is understood and agreed that CONSULTANT, in the performance of the work and services agreed to
be performed by CONSULTANT, shall act as and be an independent contractor and not an agent or
employee of CITY; and as an independent contractor, CONSULTANT shall obtain no rights to
retirement benefits or other benefits which accrue to CITY's employees, and CONSULTANT hereby
expressly waives any claim it may have to any such rights.
Section 7. No Third Party Rights
CONSULTANT's services under this Agreement are intended for the sole benefit of City and shall not
create any third party rights or benefits.
Section 8. Project Coordination
A. CITY: the Public Works Director shall be representative of CITY for all purposes under this
Agreement. The City Architect, Terry Greene, is hereby designated as the Public Works
Director's designee and Project Manager, and shall supervise the progress and execution of this
Agreement.
B. CONSULTANT: Consultant shall assign a. single Consultant Project Manager to have overall
responsibility for the progress and execution of this agreement for Consultant. Should
circumstances or conditions subsequent to the execution of the Agreement require a substitute
Consultant Project Manger for any reason, the Consultant Project Manager designee shall be
subject to the prior written acceptance and approval of the City Project Manager.
Section 9. Assignability / Subconsultants Employe
The parties agree that the expertise and experience of CONSULTANT are material considerations for
this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement or the
performance of any obligations hereunder, without the prior written consent of CITY, and any attempt
by CONSULTANT to so assign this Agreement cr any rights, duties, or obligations arising hereunder
shall be void and of no effect.
CONSULTANT shall be responsible for employing or engaging all persons necessary to perform the
services of CONSULTANT hereunder. No subconsultant of CONSULTANT will be recognized by
CITY as such; rather, all subconsultants are deemed to be contractors of CONSULTANT, and it agrees
to be responsible for their performance. CONSULTANT shall give its collective professional attention
to the fulfillment of the provisions of this Agreement by all of its employees and subconsultants, if any,
and shall keep the work under its control. If any employee or subconsultant of CONSULTANT fails or
refuses to carry out the provisions of this Agreement or appears to be incompetent or to act in a
Agreement between City of Cupertino
and SSA Landscape Architects 2
disorderly or improper manner, such employee or subconsultant shall be discharged immediately from
the work under this Agreement on demand of the City.
Section 10. Indemnification
CONSULTANT shall defend, indemnify, and hold harmless CITY, its officers, and agents of any and
all claims, loss, or liability arising out of or resulting, in any way, from the work performed under this
Agreement to the extent due to the willful or negligent acts (active or passive) or omissions by
CONSULTANT's officers, employees, or agents. The acceptance of said services and duties by CITY
should not operate as a waiver of such right of indemnification. This provision shall survive the term of
the Agreement.
Section 11. Insurance
A. Workers' Compensation
The CONSULTANT shall furnish the CITY within 15 days following the execution of this
agreement, a certificate of workers' compensation insurance indicating compliance with State's
workers' compensation laws and employer's liability insurance with a minimum of one million
dollars ($1,000,000.00) per accident for injury, death or disease to any employee.
B. Professional Liability, General Liability and .Automobile Liability Coverages
The CONSULTANT shall, at its own expense, maintain during the performance of this contract
professional liability, general liability and automobile liability insurance in the coverage
amounts as provided below.
1. Automobile Liability Insurance shall include coverage for bodily injury and property
damage for owned (if any), hired and non -owned vehicles and shall not be less than one
million dollars ($1,000,000.00), combined single limit for any one occurrence.
2. Comprehensive or Commercial General Liability Insurance shall include coverage for
bodily injury, property damage and personal injury for premises operations,
product /completed operations and contractual liability. The amount of the insurance
shall not be less than one million dollars ($1,000,000.00) per occurrence and two
million dollars ($2,000,000.00) aggregate, combined single limit. (Claims made
policies are not acceptable.) CONSULTANT shall also provide aggregate limits
endorsement and primary insurance endorsement.
3. Professional Liability Insurance (including Contractual Liability) shall include coverage
for claims for professional acts, en-ors or omissions and shall not be less than one
million dollars ($1,000,000.00) per claim and two million dollars ($2,000,000.00) in the
aggregate. This coverage shall be maintained for a period of 5 years after completion of
the agreement.
C. Additional Insurance Provisions
1. The CITY shall have the right to inspect or obtain a copy of the original policies of
insurance.
2. The General and Auto liability policies shall be endorsed to name the CITY, its officers,
officials, employees or volunteers as additional insureds for liability arising out of work
or operations performed by or on behalf of the CONSULTANT including materials,
parts or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the
CONSULTANT's insurance (at leas: as broad as ISO Form CG 20 37 07 04 or CG 20
Agreement between City of Cupertino
and SSA Landscape Architects 3
10 11 85), as a separate Owner's and Contractor's Protective Liability Policy, or on the
Entity's own form.
3. The General and Auto Liability policies shall be endorsed to provide primary insurance
coverage for all claims related to the services provided under this contract.
4. CONSULTANT shall furnish to the CITY within 15 days following the execution of
this Agreement, the required certificates and endorsements. The certificate of insurance
shall state the policy will not be cancelled without thirty (30) days written notice to the
CITY.
5. All policies, endorsements, certificates and/or binders shall be subject to approval by
the City Manager of CITY or his designee as to form and content. These requirements
are subject to amendment or waiver if so approved in writing by CITY.
6. If CONSULTANT fails to maintain any required insurance, CITY may take out such
insurance, and deduct and retain amount of premium from any sums due
CONSULTANT under the Agreement.
Section 12. Nondiscrimination
CONSULTANT shall not discriminate, in any way, against any person on the basis of race, sex, color,
age, religion, sexual orientation, disability, ethnicity, or national origin in connection with or related to
the performance of this Agreement.
Section 13. Termination
A. CITY or CONSULTANT shall have the rig.it to terminate this Agreement without cause, by
giving not less than thirty (30) days written notice of termination.
B. If CONSULTANT fails to perform any of As material obligations under this Agreement, in
addition to all other remedies provided by law, CITY may terminate this Agreement upon thirty
(30) days written notice if CONSULTANT fails to take steps to correct such failure within the
notice period.
C. CITY's Public Works Director is empowered to terminate this Agreement on behalf of CITY.
D. In the event of termination, CONSULTANT shall deliver to CITY, copies of all reports,
documents, and other work performed by CONSULTANT under this Agreement, and upon
receipt thereof, CITY shall pay CONSULTANT for services performed and reimbursable
expenses incurred to the date of termination.
Section 14. Governing Law
CITY and CONSULTANT agree that the law governing this Agreement shall be that of the State of
California.
Section 15. Compliance With Laws
Consistent with its professional standard of care, CONSULTANT shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
Agreement between City of Cupertino
and SSA Landscape Architects 4
Section 16. Confidential Information
All data, documents, discussions, or other information developed or received by or for CONSULTANT
in performance of this Agreement are confidential and not to be disclosed to any person except as
authorized by the CITY, or as required by law.
Section 17. Ownership of Materials
All reports, documents, or other material developed cr discovered by CONSULTANT or any other
person engaged directly or indirectly by CONSULTANT to perform the services required hereunder
shall be and remain the property of CITY to be used solely for this PROJECT. Hard copies of
CONSULTANT's work product shall constitute the project deliverables. Electronic documents, if any,
shall be provided as a courtesy only without any warranty or guarantee. The CITY holds
CONSULTANT harmless for any reuse of, or modification to, the documents.
Section 18. Waiver
CONSULTANT agrees that waiver by CITY of any breach or violation of any term or condition of this
Agreement shall not be deemed to be a waiver of any other term or condition contained herein or a
waiver of any subsequent breach or violation of the same or any other term or condition. The
acceptance by CITY of the performance of any work or services by CONSULTANT shall not be
deemed to be a waiver of any term or condition of this Agreement.
Section 19. Consultant's Books and Records
A. CONSULTANT shall maintain any and all ledgers, books of accounts, invoices, canceled
checks, and other records or documents evidencing or relating to charges for services, or
expenditures and disbursements charged to CITY for a minimum period of three (3) years, or
for any longer period required by law, from the date of final payment to CONSULTANT
pursuant to this Agreement.
B. CONSULTANT shall maintain all documents and records which demonstrate performance
under this Agreement for a minimum period of three (3) years, or for any longer period required
by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this Agreement shall be made
available for inspection or audit, at any time during regular business hours, upon written request
by the City Attorney, City Manager, or a designated representative of any of these officers.
Copies of such documents shall be provided to CITY for inspection at City Hall when it is
practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be
available at CONSULTANT's address indicted for receipt of notice in this Agreement.
D. Where CITY has reason to believe that such records or documents may be lost or discarded due
to dissolution, disbandment, or termination of CONSULTANT'S business, CITY may, by
written request by any of the above -named officers, require that custody of the records be given
to CITY and that the records and documents be maintained in City Hall. Access to such records
and documents shall be granted to any party authorized by CONSULTANT, CONSULTANT'S
representatives, or CONSULTANT'S successor -in- interest.
Agreement between City of Cupertino
and SSA Landscape Architects 5
Section 20. Interest of Consultant
CONSULTANT covenants that it presently has no interest, and shall not acquire any interest, direct or
indirect, financial or otherwise, which would conflict in any manner or degree with the performance of
the services hereunder. CONSULTANT further covenants that, in the performance of this agreement,
no subconsultant or person having such an interest shall be employed. CONSULTANT certifies that no
one who has or will have any financial interest under this Agreement is an officer or employee of CITY.
It is expressly agreed that, in the performance of the services hereunder, CONSULTANT shall at all
times be deemed an independent CONSULTANT and not an agent or employee of CITY.
Section 21. Gifts
A. CONSULTANT is familiar with CITY's prohibition against the acceptance of any gift by a
CITY officer or designated employee, which prohibition is found in the City of Cupertino
Administrative Procedures.
B. CONSULTANT agrees not to offer any CITY officer or designated employee any gift
prohibited by the Administrative Procedures.
C. The offer or giving of any gift prohibited by Municipal Code shall constitute a material breach
of this Agreement by CONSULTANT. In addition to any other remedies, CITY may have in
law or equity, CITY may terminate this Agreement for such breach as provided in Section 13 of
this Agreement.
Section 22. Notices
All notices and other communications required or permitted to be given under this Agreement shall be
in writing and shall be personally served or mailed, postage prepaid and return receipt requested,
addressed to the respective parties as follows:
To CITY: Public Works Director
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014.
To CONSULTANT: Steven Sutherland
SSA Landscape Architects, Inc.
303 Potrero Street, Suite 40 -C
Santa Cruz, CA 95060
Notice shall be deemed effective on the data personally delivered or, if mailed, three (3) days after
deposit in the mail.
Section 23. Venue
In the event that suit shall be brought by either party hereunder, the parties agree that venue shall be
exclusively vested in the state courts of the County of Santa Clara, or where otherwise appropriate,
exclusively in the United States District Court for the Northern District of California, San Jose,
California.
Agreement between City of Cupertino
and SSA Landscape Architects 6
Section 24. Agreement Binding/Prior Agreements a Amendments
The terms, covenants, and conditions of this agreement shall apply to, and shall bind, the heirs,
successors, executors, administrators, assigns, and subconsultants of both parties.
This Agreement, including all Exhibits attached hereto, represents the entire understanding of the
parties as to those matters contained herein. No prior oral or written understanding shall be of any
force or effect with respect to those matters covered hereunder.
This Agreement may only be modified by a written amendment duly executed by the parties to this
Agreement.
Section 25. Costs and Attorneys Fees
The prevailing party in any action brought to enforce the terms of this agreement or arising out of this
agreement may recover its reasonable costs and attorneys' fees expended in connection with such an
action from the other party.
Section 26. Electronic Transmission of Information
From time to time, the CONSULTANT may transmit design or other information to the CITY, City's
Representative, or Construction Contractor via electronic transmission. The CITY, City's
Representative, or Contractor shall not be entitled to and CITY hereby agrees not to alter or modify any
such information without the express consent of the CONSULTANT. Similarly, the CITY, City's
Representative, and Contractor shall not use any information for any purpose not expressly covered by
this Agreement. The CONSULTANT shall not be responsible for any destruction or corruption of such
information during or after transmission to CITY, City's Representative, and Contractor and shall be
entitled to appropriate additional compensation in th event re- transmission or re- creation is required.
Notwithstanding the foregoing, the Contractor may use electronically transmitted information to
prepare submittals, as -built drawings and record drawings. CONSULTANT shall not be responsible
for any changes made by the Contractor or for the Contractor's work product.
Section 27. Dispute Resolution
Any dispute related to the services hereunder shall be resolved by the parties pursuant to applicable law.
Section 28. Compliance with Laws
In performance of the Services, CONSULTANT will. comply with applicable regulatory requirements
including federal, state, and local laws, rules, regulations, orders, codes, criteria and standards.
CONSULTANT shall procure the permits, certificates, and licenses necessary to allow CONSULTANT
to perform the services described in Exhibit A. CONSULTANT shall not be responsible for procuring
permits, certificates, and licenses required for constntction unless such responsibilities are specifically
assigned to CONSULTANT in the written Scope or a written Additional Services authorization.
Agreement between City of Cupertino
and SSA Landscape Architects 7
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California 1
S
County of � J
�'� l
On �( , lvN� 1,j, )&10 before me, S j
Date �/ _ Here Insert Name tend Title of the Off r
personally appeared 1,, 1—� X
Name(s) of Signer(s)
who proved to me on the basis of satisfactory
evidence to be the person(.-4 whose name(p) is /Wb
subscribed to the within instrument and acknowledged
GRACE SCHMIDT to me that he /sly /tt 6y executed the same in
Commission 9 1720127 his /l?,or /tKy authorized capacity(i9S), and that by
emy Notary Public - California his /h ;�r /tViit si nature on the instrument the
Santa Clara County
'!� g Comm. Expires Feb 21 2011 person or the entity upon behalf of which the
person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature: ��C
f
Place Notary Seal Above Signature of Notary Public
OPTIONAL.
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document 1
Title or Type of Document: C P
Document Date: A)6 Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Corporate Officer— Title(s): [❑ Corporate Officer — Title(s):
❑ Individual L] Individual
❑ Partner — ❑ Limited ❑ General Top of thumb here [❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact ❑ Attorney in Fact
❑ Trustee L] Trustee
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: L] Other:
Signer Is Representing: :signer Is Representing:
© 2009 National Notary Association • NationalNotary.org • 1- 800 -US NOTARY (1- 800 - 876- 6E;27) Item #5907
WITNESS THE EXECUTION HEREOF on the day and year first herein above written.
A V D S TO FORM: CITY OF CUPERTINO
a municipal corporation
City ttorney
B date
NOTARY PUBLIC CERTIFICATION City Manager, David Knapp
JOHN F. CUROTTO Attes
COMM. #1717379
NOTARv PUBLIC • CALIFORNIA n City Clerk, Kimberly mith
SANTA CRUZ COUNTY
Comm. Exp. FEB. 5, 2011
10300 Torre Avenue
Cupertino, CA 95014
State of California 408 - 777 -3223
County of
On _dA /_m /_y io, before me, CONSULTANT
' SSA Landscape Architects, Inc.
Notary Public, person ti&%QLL_AP& appeared
By:
R. D
known to me (or proved to me on the basis of
satisfactory evidence) to be the person M whose Date: fi 2010
name (c,-) is / are subscribed to the within Name: Steven R. Sutherland
instrument and acknowledged to me that he / ehe / Title: Principal, CEO
+ey executed the same in his / Ise / their. capacity Tax I.D. No.: 77- 0308064
4"), and that by his / fTCr / Ekeir signature (s) on 303 Potrero Street, Suite 40 -C
the instrument the person (s) or the entity upon
Santa Cruz, CA 95060
behalf of which the person (s) acted, executed the
831 - 459 -0455
instrument.
my han official seal.
Signature o tary Public
Contract Amount: $86,000.00 6
Account No.: 427 - 9134 -9300
Agreement between City of Cupertino
and SSA Landscape Architects 8
EXHIBIT A
SCOPE OF WORK
For Design and Bid (Phase Services for
Stevens Creek Trail Phase 2, Project 9134
Introduction
Working with staff of the City of Cupertino (hereinafter "CITY "), SSA Landscape Architects, Inc. (herein after "SSA ") will
complete the following phases of work:
Phase One — Site Investigation and Programming
Phase Two - Schematic Design
Phase Three — Design Development
Phase Four — Construction Documents (NIC)
Phase Five — Bid Phase (NIC)
SSA will prepare plans for the implementation of the Steven's Creek Trail Phase 2 as master planned by the CITY and as
described below. SSAwill act as the Prime Consultant for this prcject and will subcontract with the following subconsultants:
Civil and Structural Engineering — Mesiti- Miller Engineers (herein after "MME ")
Electrical Engineering — Fehr Engineering Company, Inc. (herein after "FEHR ")
Throughout the project SSA and its subconsultant team will coordinate with the CITY's geotechnical engineer and other
consultants hired by the City as described below. The following consultants, if necessary, will be retained by the CITY:
Hydrologist Arborist
Environmental Consultant Archaeologist/Cultural Resources
Underground Utility Location Service Golf Course Consultant
Biologist
SSA shall prepare a design that is estimated to meet CITY's construction budget. Should the estimate exceed the budget at any
milestone, SSA and CITY shall confer to determine a course of action which may include scope reduction, material
modifications, use of bid alternates, or other solutions. Scope is expected to include one to three bid alternates to optimize use
of available funding. Alternates will be jointly identified as early in the design process as feasible to maximize efficiency of
design services.
Major design elements include but are not limited to:
• New trail from Blackberry Farm trail terminus to Stevens Creek Boulevard and Golf /Blue Pheasant parking lot
• Trail protective fencing for sections along golf course
• New clear -span bridge across creek for pedestrians, bicycles and maintenance vehicles
• Reconfiguration of Golf /Blue Pheasant parking lot to provide additional stalls
• Revisions to Stevens Creek Boulevard frontage to provide bus dropoff and pickup area
• New crosswalk on Stevens Creek Blvd. at Phar Lap with associated safety lighting/signage
• Plantings and irrigation to be at trail heads, bridge crossing, trailside, and native plantings along creek banks
• Utilities modifications to accommodate future restroorr_(s) and Stocklmeir site upgrades without disturbing new
improvements
• Trailside amenities
Exhibit A: Scope of Work
Stevens Creek Trail Phase 2
Page 2 of 5
Among the design goals and site constraints are the following:
• Accommodate desired future use of Stocklmeir parcel as an educational and historical site with a "working legacy
farm" and orchard
• Be compatible with the Phase 1 trail, Blackberry Farm park, and McClellan Ranch park
• Accommodate implementation of future creek restoration opportunities
• Identify design and construction methods and timin; that minimize involvement by regulatory agencies due to
presence of protected wildlife species and natural resou °ces
• Address flood plain considerations
• Keep the golf course in play and minimize impacts on ;;olfers
• Minimize impacts on neighbors
• Address staging and access constraints
• Meet requirements of CEQA documents
• Meet requirements of regulatory and permitting agencies
• Meet requirements of outside fenders including Santa Clara Valley Water District
• Protect creek channel, wildlife and habitat values
• Protect significant trees and orchard trees
• Protect water quality
Phase One — Site Investigation and Progrannming
a. Attend a design team kick -off meeting with consultant ream, environmental consultant and appropriate City staff to
introduce the team to the CITY and discuss the project goals, program, and timelines; protocol for communication;
identify standards for grading and storm drainage desipp and other potential conditions of approval; and identify the
process for garnering approvals and environmental clearances. Task deliverable is to identify timelines, milestones
and deliverables for approvals and clearances.
b. Prepare minutes from the above meeting outlining timelines, milestones, action items, and submittal package
requirements.
c. Collect and review all existing documents from the CIT`( including reports, master plans, creek re- alignment
designs, and minutes from public meetings, design plans and electronic base information and prepare electronic
base for site analysis and schematic design.
d. Visit site with base map from above and identify any special features, utilities, structures, opportunities and
constraints and mark with paint or flags items that the > urveyor should pick up and include in the new survey
described below.
e. Coordinate with the surveyor to update the topographic and boundary survey that will include 50 foot grid of spot
elevations and/or 0.5 foot contours or other approach as acceptable to SSA and CITY, pavements and improvements,
structures, trees, easements and rights -of -ways based on record information, utilities above and below grade to the
extent feasible, fencing, and project boundaries. CITY will collaborate with Underground Service Alert and utility
location requests to ensure proper marking prior to surveyor work. CITY will forward available utility records to SSA.
CITY will make public works staff available to review locations and condition of onsite utilities with SSA and to meet
at the site as desired by SSA and surveyor.
f. Attend a CITY meeting to review project approach and parameters, refine/ finalize the project program and review
the future improvements including creek restoration design
Exhibit A: Scope of Work
Stevens Creek Trail Phase 2
Page 3 of 5
Phase Two — Schematic Design
a. Throughout Design phases, SSA shall provide exhibits and documents as needed to support agency reviews and
permitting efforts to be led by CITY. Permits and approvals are anticipated to be needed from California Department
of Fish and Game; Santa Clara Valley Water District; Cupertino Sanitary District; San Jose Water Company; and
Regional Water Quality Control Board/State Water.
b. Prepare an initial Schematic Design (15 %) based on the approved Master Plan and creek re- alignment diagrams,
focusing on trail alignment and bridge placement. Identify preferred location(s) for new bridge and provide two to
three conceptual trail alignment alternatives as consistent with CEQA and permitting requirements and creek
restoration goals.
c. Prepare two conceptual layouts for parking lot renovations and street frontage layout to meet increased parking stall
count and to provide bus drop -off venues. Provide conceptual cost information for one parking layout.
d. Prepare an order -of- magnitude cost estimate for project as designed including general conditions, inflation,
escalation and all soft costs.
e. Present schematic plan and cost estimate to CITY at a meeting and collect feedback and direction on desired
refinements.
f. SSA will prepare minutes from the above meeting outlining action items and direction from CITY.
g. SSA team shall review documents prepared by the surveyor in response to Phase 01 Tasks. Additional verification if
needed shall be coordinated by SSA. Potholing to verify underground utilities, if deemed necessary, shall be
considered an Additional Service.
h. Provide trail surfacing material recommendation, and alternatives as feasible.
L Prepare illustrative drawings for CITY presentation to Parks and Recreation Commission, City Council, and/or
project stakeholders. Illustrative drawings will include colored plan view(s) and one or two section elevations.
j. Present Schematic Design Plan to a stakeholder meetin or other group per CITY direction and collect feedback for
the Design Development Phase. Illustrative drawings and presentation above may be shifted to a different phase as
needed for the input process.
Phase Three — Design Development
a. Based on direction from CITY and input gathered under Phase Two described above, refine the final concepts and
recommendations into Design Development Plans (50%) for the proposed improvements, including the following
plans and/or items, and submit for review:
1. Cover Sheet - SSA
Z. Existing Conditions - SSA
3. Demolition Plans - SSA
4. Site Plan — SSA
5. Access and Staging Plan - SSA
6. Grading and Drainage Plan - MME
7. Erosion Control Plan - MME
8. Parking, Crosswalk, Intersection, Signing & Striping Plan - MME
9. Landscape and Irrigation Plans - SSA
10. Site Lighting Plans & Calculations — FEHR
11. Technical Specifications Table of Contents - ALL
b. Prepare updated construction cost estimate based on Design Development Plans.
Exhibit A: Scope of Work
Stevens Creek Trail Phase 2
Page 4 of 5
c. Coordinate with consultant team throughout the preparation of Design Development Plans.
d. Meet with CITY staff, utility providers and/or Water District staff to review grading and drainage design, utilities
coordination, or other technical requirements.
e. Meet with the CITY in City offices or on the park site dL ring the Design Development Phase to present, review and
collaborate on ideas and collect feed -back on refinements to plans and/or review the plans in a page - turning session.
f. Meet once with stakeholders, task force, Commission, end CITY to present design.
Phase Four — Construction Documents
Not in Contract
Phase Five — Bid Phase
Not in Contract
Additional Services
SSA may provide additional services, as requested in advance by he CITY. Additional services will be negotiated separately
based on the billing rates contained in the attached "SSA Rate Schedule ". All Additional Services must be authorized in
writing by the CITY prior to the commencement of work. Additional services may include, but are not limited to:
1. Construction phase services.
2. Services related to stream channel relocation or golf course modifications.
3. Evaluation, coordination and engineering related to use or re -use of existing wells on site.
4. Unforeseen significant changes in the scope of work, design program, budget, or schedule.
5. Construction phase management and documentation.
6. Structural Engineering and/or Architecture services for a future restroom building.
7. Restoration of the Stocklmeir home or outbuildings.
Fee Proposal
The fees for the above scope of work tasks are as follows:
Phase One — Investigation and Programming $9,200.00
Phase Two - Schematic Design $26,850.00
Phase Three — Design Development $39,550.00
Reimbursable Expense Allowance $400.00
Total Proposed Fees Phase One — Three $76,000.00
These services are proposed to be provided on a not to exceed hourly basis based on the hours and rates on the attached
estimated fee spreadsheet. Fees will be billed monthly based on the actual effort in each task. Should it be determined that
some tasks are not required or do not require the estimated effort, fees for that phase or task may be used by mutual consent
for other tasks in other phases that require more effort than estimated.
Exhibit A: Scope of Work
Stevens Creek Trail Phase 2
Page 5 of 5
Schedule
Services shall commence immediately. Phase Two services shall be completed by August 15, 2010 and Phase Three services
shall be completed by October3Q 2010 unless otherwise acceptable to CITY.
Services to be Provided by the CITY
1. Procurement of services for consultants listed ender project understanding to be contracted directly with
the CITY.
2. CITY review, comment and directives as requested by SSA.
3. Coordination and administration of reviews and approvals by internal and external jurisdictional agencies.
Reimbursable Expenses
Included in the FEE PROPOSAL is an allowance for reimbursable expenses such as plotting, printing and reproduction,
shipping and postage, all of which will be provided per the attach d "SSA Rate Schedule ". Billings will be submitted on or
around the 25' of each month based on the actual reimbursable expenses incurred for the previous month.
EXHIBIT B
r) S( ;1 P E R( f -i I T E(� T S I N C
RATE SCHEDULE
STANDARD BILLING RATES
Effective through December 2010
PROFESSIONAL SERVICES
Principal Landscape Architect $184.00 / Hour
Senior Project Manager $170.00 / Hour
Project Manager $145.00 / Hour
Biologist $350.00 / Hour
Landscape Architect $122.00 / Hour
AutoCAD Technician $102.00 / Hour
Staff Clerical, Administrative $95.00 / Hour
Expert Witness (Preparation) $470.00 / Hour
Expert Witness (meetings and hearings) $595.00 / Hour
REIMBURSABLE EXPENSES
Subconsultants Direct Billing x 1.10
In -House Office Services: As listed below x 1.10
Plotting: Tr ansparencies:
Color Bond $4.85/sf Color $4.00 /each
Black & White Bond $3.10 /sf Black and White $3.00 /each
Vellum $4.45/sf
Mylar $10.10 /sf
Color Laser Prints: Bl ueprints:
8.5 x 11 $.55 /each 24 x36 $2.20 /each
11 x 17 $.90 /each 3C x42 $2.80 /each
Black & White Laser Prints: CD Media:
8.5 x 11 $.12 /each CDR $6.00 /each
11 x 17 $.20 /each CDRW $8.50 /each
Outside Reimbursable Expenses:
Reproduction, photography, shipping and postage,
miscellaneous expenses Direct Cost x 1.10
Travel:
Within Santa Cruz, San Benito, Santa Clara,
San Mateo and Monterey Counties No Charge
Mileage outside of the above counties $.50/ mile
Other travel expenses Cost x 1.10
303 Potrero Street, Suite 40-C I Santa Cr
z/ 1
ACD x CERTIFICATE OF LIABILITY( INSURANCE 1 DATE (M
2/1 1/2009 - """'
PRODUCER (619) 574 -6220 FAX (619) 574 -6288 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Insurance Office of America, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
DBA IOA Insurance Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
1775 Hancock Street, Ste, 180
San Diego, CA 92110 INSURERS AFFORDING COVERAGE NAIC a
INSURED SSA Landscape Architects, Inc. , , c I . RI.k Travele Indemn Co of CT 25682
ofrero Street ' Travelers Prop Cas Co of Amer 25674
Ste. 40C rrl - > = Travelers Casualty Ins Co Amer 19046
Santa Cruz, CA 95060 JII +t. Navigators Ins Co 42307
' *4 v _
A
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LIR INSR MRO TYPE OF MSURANCE POLICY NLWBER POLICt EFFECTTVE POLICY EXPIRATION UMRT3
GENERAL LIABILITY 6807508L257TCT -09= 01/11/2009 01/31 /2010 Ail:i71 -. rJ s 11000.
X A14,11 - "4 .I ,a' k 1 1 fN I' -.Ma T r Fr.rT=r s 300,00
.l'aFA� lklG I X I 0 CL F' vt'C� GxF f v . c ez. r, $
5
A X Add' 1 Insd /Primary F• >>,r v +•L v r1 _ru $ 1 , 000 , 00 C
X Waiver of Subro. FORM #CGD3810907, =c IN• -T= f 2,000,00
N'. < � reca E l �r� L�L� c (AS REQUIRED BY rr � r, - err rte;,; 2,000,00
�X : < ,�� WRITT CONTRAC
I L _
._-. _.._, .....
AUTOMOBILE LIABILITY 68075O81_257TCT -09'., 01/31/2009 01/31/2010 - ,, trzs, t•.. tL uanT
1=fl
Include
i �'�HEDU E- A
A X — -.
r NA x
X G: t AJ'F I, , I
Lxwp- c e
- GARAGE LIABILITY
AL1G�tz; . E��:CGE:IT � t
LXCESSIUMBRELLAL"IUTY CUP - 33297997 11/0912009 01/31/2010 Fac H.. .Ilatr.E i I 1,000, 00
X ,;.��: f<."I - ;.�c 1,000,00
B
CTC'JT' I i
WORKERS COMPENSATION Area FORM 7711299103 -06 09/C1/2009 09/01 /2010 X
EMPLOYERS'IJw,)LY :.. H I Ft i S 1 000 00
•�.t'(.IE I: k}t+
XLrVL.
C rnlrue.E n:rFrr^ (AS REQUIRED BY1 .;_1 ,,e - r�Tr1- - $ 1,000,00
WRITTEN CONTRACT _
Yf I Itx "NK i'
�f Al rrov � r.�wk:�. ), r I „= .�tr �= �I,i ��zl�ii � 8 1,000,00
'roM essional NY- 09 -EGR- 532996 -NV 04/13/2009 04/13/2010 51,000,000 Per Claim
0 liability- Architects $3,000,000 Aggregate
& Engineers C LAIMS -MADE' Per Claim Ded.: $10,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT i SPECIAL PROVISIONS
E. Stevens Creek Trail, Phase 2
ity of Cupertino, it officers, officials, partners, rep,^esentatives, employees, consultants,
ub consultants and agents are Add'l Insd as per the attached endt. uet al.
Prof Liab Agg Limit is the Total Ins Available for all Covered Claims Reported w/i the Policy Period.
=10 day notice of cancellation applies for non - payment of premium.
CER TIFICATE
IIHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
VXPIIRATION DATE THEREOF, THE ISSUING WSURER WILL ENDEAVOR TO MAL
City of Cupertino, City Hall - 30 DAYS WRnTEN NOTICE TO THE CERTIFICATE HOWER NAMEO TO THE LEFT.
Public Works Dept. 6UT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
10300 Torre Avenue OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES.
Cupertino, CA 95014-3255 AUTHORIZED REPRESENTATIVE -a
Sohn Tenuto URPHN ' --
ACORD 25 (2001108) @ ACORD CORPORATION 1988
City of Cupertino, City Hall
Certificate issued to City of Cupertino, City Hall 12/11/2009
Insurance Office of America, Inc.
12/11/2009
Waiver of Subrogation applies for CL & WC. Primary & Non applies.
Policy #6807508L257TCT-09
COMMERICAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
(ARCHITECTS, ENGINEERS AND SURVEYORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. The following is added to WHO IS AN INSURED INSURANCE (Section 111) for this Coverage
(Section 11): Part
Any person or organization that you agree in a 13. The following is added to Paragraph a. of 4.
.contract or agreement requiring insurance" to in- Other Insurance In COMMERCIAL GENERAL
elude as an additional insured on this Coverage LIABILITY CONDITIONS (Section M:
Part, but only with respect to liability for "bodily in- However, if you specifically agree in a "contract or
jury". "property damage" or 'personal injury" agreement requiring insurance" that the insurance
caused, in whole or in part, by your acts or omis- provided to an additional insured under this Cov-
sions or the acts or omissions of those acting on erage Part must apply on a primary basis, or a
your behalf primary and non-contributory basis, this insurance
a. In the performance of your ongoing opera- is primary to other insurance that is available to
tons; such additional insured which covers such addi-
b. In connection with premises owned by or tional insured as a named insured, and we will not
rented to you; or share with the other insurance, provided that:
c. In connection with "your work" and included (1) The "bodily injury" or "property damage' for
within the "products-completed operations which coverage is sought occurs; and
hazard". (2) The "personal injury" for which coverage is
Such person or organization does not quality as sought arises out of an offense committed;
an additional insured for "bodily injury", "property after you have entered into that 'contract or
damage" or "personal Injury" for which that per- agreement requiring insurance*. But this insur-
son or organization has assumed liability in a con- ance still is excess over valid and collectible other
tract or agreement, insurance, whether primary, excess, contingent or
The insurance provided to such additional insured on any other basis, that is available to the insured
is limited as follows: when the insured is an additional insured under
d. This insurance does not apply on any basis to any other insurance.
any person or organization for which cover- C. The following is added to Paragraph 8. Transfer
age as an additional insured specifically is Of Rights Of Recovery Against Others To Us
added by another endorsement to this Cover- in COMMERCIAL GENERAL LIABILITY CON-
age Part. DITIONS (Section IV):
e. This insurance does not apply to the render- We waive any rights of recovery we may have
ing of or failure to render any "professional against any person or organization because of
services". payments we make for "bodily injury", "property
f. The limits of insurance afforded to the addi- damage" or "personal injury" arising out of "your
tional insured shall be the limits which you work" performed by you, or on your behalf, under
agreed in that "contract or agreement requir- a "contract or agreement requiring insurance" with
ing Insurance" to provide for that additional that person or organization. We waive these
insured, or the limits shown in the Declara- rights only where you have agreed to do so as
tons for this Coverage Part. whichever are part of the "contract or agreement requiring insur-
less- This endorsement does not increase the ance' with such person or organization entered
limits of insurance stated in the LIMITS OF into by you before, and in effect when, the "bodily
CG D3 8109 07 �) 200 )7 The Travelers Companies, Inc Page 1 of 2
Includes the cop Material of Insurance services Office, Inc. with ors pen-I'mion
COMMERICAL GENERAL LIABILITY
Injury* or "property damage" occurs, or the "per- erage Part, provided that the "bodily Injury" and
sonal injury" offense is committed. "property damage" occurs, and the "personal in-
D. The following definition is added to DEFINITIONS jury" is caused by an offense committed:
(Section V): a. After you have entered into that contract or
"Contract or agreement requiring insurance" agreement;
means that part of any contract or agreement un- b. While that part of the contract or agreement is
der which you are required to include a person or in effect: and
organization as an additional Insured on this Cov- c. Before the end of the policy period.
Page 2 of 2 4) 2007 The Travelers Comparbas, Inc- CG D3 81 09 07
Includes the copynghted matenal of Insure Services Office. Inc.. with its perntission
TRAVELERS7' WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 99 03 76 (00) — 001
POLICY NUMBER: UB7112Y51-1-09
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
ENDORSEMENT •. CALIFORNIA
(BLANKET WAIVER)
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce Our right against the person or organization named in the Schedule.
You must maintain payroll records accurately segregating lhe remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be 5 . 0 % of the California workers' compensation pre-
mium otherwise due on such remuneration.
Schedule
Person or Organization Job Description
City of Cupertino and their affiliates, directors, officers, Stevens Creek Trail, Phase 2
officials, partners, representatives, employees, consultants,
sub consultants and agents
DATE OF ISSUE: 10-11-07 STASSIGN:
Progress ive
PO Sae 94 13 9
Cleveland',', Oil 44101
800 - 895.2886
Policy number: 06124293 -1
i'moe+wntten bX
Progressive Express Ins Company
tleternber 15, 2009
Page 1 of 1
Certificate of Insurance
Certificate Holder Insured Agent
PUBLIC WORKS DIRECTOR SSA LANDSCAPE ARCHITECT PROD COMMERCIAL
CITY OF CUPERTINO, CITY HALL 303 POTRERO ST40 -C PO BOX 94739
10300 TORRE AVENUE SANTA CRUZ, CA 95060 CLEVELAND, OH 44101
CUPERTINO, CA 95014
This document certifies that insurance policies identified below have been issued by the designated insurer to the
insured named above for the period {s} indicated. This Certificate is issued for information purposes only, it confers no
rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies
listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations,
endorsements, and conditions of these policies.
Policy ffective Date Dec 27. 2008 Policy y : xpirauon Date: Dec 27, 2009
Insurance coverage(s) Um(ts
Bodily Injury /Property Damage $1,000,000 Combined Single Limit
Uninsured /Underinsured Motorist __..
$1,000,0,00 Combined Single Limit
Description of Location/Vehicles/Special Items
Scheduled autos only
2008 FORD FOCUS 1FAHP35N78W152215
Comprehensive $1,000 Tied
Collision $1,000 bed w/Waiver
2008 FORD FOCUS 1 FAHP35N38W 142992
Comprehensive $1,000 Led
Collision $1,000 Led w /Waiver
Stevens Creek Trail, Phase 2 project
Certificate number
34909MHE293
Please be advised that the certificate holder will not be notified in the event of a mid -term cancellation.
rprm 5141 0 OAM