Loading...
HomeMy WebLinkAbout1998-12-14 City Council (29)TO: City of Palo Alto C ity-Manager s-Repor t HONORABLE CITY COUNCIL 4 FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:DECEMBER 14, 1998 CMR:463:98 SUBJECT:AWARD OF CONSTRUCTION CONTRACT FOR COUNCIL CHAMBERS REFURBISHING PROJECT, PHASE 2, CAPITAL IMPROVEMENT PROGRAM PROJECT 19625, AND APPROVAL OF BUDGET AMENDMENT ORDINANCE RECOMMENDATION Staff recommends that Council: 1. Approve a Budget Amendment Ordinance (BAO) in the amount of $238,000 to fund the Council Chambers Refurbishing Project-Phase 2 Capital Improvement Program Project 19625. 2. Approve and authorize the Mayor to execute a construction contract with Jim Duffy .............. Co__nsm!_ .ction, Inc_, ~ the amount of $346,670 Authorize the City Manager or her designee .to negotiate and execute one or more change orders to the contract with’Jim Duffy Construction, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $67,330. BACKGROUND In 1996, Council initiated the Council Chambers Refurbishing Project and approved a list of conceptual improvements for refurbishing the Council Chambers (CMR:250:96 and CMR:364:96). The Council Chambers has not been comprehensively upgraded since the building’s original construction in 1970. In addition, Council authorized staffto prepare a budget as well as a schematic design to correct deficiencies in the audio and visual presentation capabilities; cable television and radio transmission accommodations; and to improve the Council dais and staff area layouts; public accessibility and seating; and overall aesthetics. Two BAO’s were approved in 1996 for a total amount of $69,300 for the consultant during this preliminary design phase of the project. CMR:463:98 Page 1 of 5 On May 5, 1997, Council approved a conceptual design study that incorporated the basic improvements, and placed the project in the Fiscal Year 1997-98 Budget (CMR:213:97). On June 23, 1997, Council rescinded the approval, requested that staffprovide additional cost information on the proposed improvements, and directdd staff to consider the inclusion of enhancements to the audio and visual presentation systems as part of the basic project. On November 17, 1997, Council approved, a revised scope of work and budget for the subject project and conceptually approved relocating the TV booth (CMR:429:97). This scope of work included the basic improvements, specifically, replacing the carpet throughout the Chambers; improving the lighting in the Council area; remodeling the staff area; replacing the low wall and podium; upgrading the sound system; refurbishing the public seating benches; and remodeling the public area for compliance with Americans with Disabilities Act (ADA) accessibility. In addition, COuncil directed staff to include the component upgrades to the visual presentation system and investigate the feasibility of relocating the TV booth to the back of the Chambers. Staffwas then to return with a recommendation as to whether the booth could be added to the project scope of work. At that time, the cost of design and basic improvements to the Chambers, and upgrades to the visual presentation system were estimated at $390,000, and the TV booth relocation was estimated at $73,000 for a total cost of $463,000. On April.6, -1998,Council approved a final design and construction services.contract with CSS Associates Architects for the project (CMR:178:98) for $99,100. On July 27, 1998, staff updated the Council on the construction schedule for the project (CMR:309:98). Since all of the improvements could not be sctieduled for construction during the Council’s August 1998 vacation, the project was divided into two phases. Phase 1 upgraded the sound system only and was completed during the August 1998 vacation at the cost of $65,900. After further study, the consultant recommended that the dias lighting, scheduled for Phase 1, not be installed, but that a new lighting design to improve overhead lighting above the dias be included in Phase 2. To date, a total of $459,300 has been appropriated ($69,300 in 1996 and $390,000 in 1998) for the Council Chambers Refurbishing Project. The relocation of the TV booth to the back of the Chambers was not included in the funding of the project. DISCUSSION Per Council’s approval in November 1997 (CMR:429:97), Phase 2 of the project will replace the carpet throughout the Chambers; improve the lighting in the Council area; upgrade the CMR:463:98 Page 2 of 5 visual presentation system; remodel the staffarea, low wall and podium; refurbish the public seating benches; and remodel the public area for ADA accessibility. The video presentation system components include a new front view screen, overhead and motion projector, and a slide.projector. These components will be purchased separately from the scope of work items listed above and will be included in the overall Phase 2 project improvements. In addition, as directed by Council, staffhas studied the feasibility of relocating the TV booth and this item, along wi.th some minor additions, are proposed to be incorporated into the Phase 2 scope of work, as follows: Construct the TV booth in the back of the Chambers and modify the public entrance to the Council Chambersas a resultof the TV booth relocation to accommodate Council’s request; Replace all the fabric wall coverings to provide a uniform appearance. This item was added after further evaluation of the proposed work, because it is difficult to exactly match the new work with the worn condition of the existing wall covering; Refurbish the dais, planters and louver doors, This was added after additional consideration of the proposed work, because of the. existing scratched and marred surfaces. During construction, Council meetings are scheduled to be held in the Cultural Center .......... Auditorium.--It isanticipated-that-the first meeting in the Auditorium .will be on Monday, January 11, 1999. The last scheduled meeting in the Auditorium will be on Monday, March 22, 1999. Arrangements have been made for live television and radio coverage of the Council meetings at the alternate locatidn. The Planning Commission meetings will be held in the Council Conference Room. Live television coverage will be provided in the Council Conference Room for the Planning Commission and all other scheduled meetings during the Phase 2 construction period. The construction schedule may be adjusted to avoid conflicts. The relocation cost includes installation of new TV cable lines, radio lines, and phone lines to the Auditorium, and wiring for live television coverage in the Council Conference Room. Bid Process Notices Inviting Formal Bids for the Council Chambers Refurbishing Project-Phase 2 were issued on November 12, 1998. The bidding period was 22 calendar days. On November 12, 1998, plans and specifications were distributed to 14 general circulation exchanges, and on November 19, 1998, a project information sheet was sent to 48 contractors. Plans and specifications were picked up by three contractors prior to bidding. On December 3, 1998, bids were received from two contractors, however, one of the bids arrived late and could not C!vlR:463:98 Page 3 of 5 be accepted. Staffhas reviewed the bid submitted and recommendsthat the bid of $346,670 submitted by Jim Duffy Construction, Inc. be accepted, and that Jim Dully Construction, Inc. be declared the lowest responsible bidder (Attachments A and B). Staff reviewed the bid with the contractors and found the bid was higher due to increased cost of labor, materials for the millwork, electrical and finish carpentry work. Sfaffchecked references supplied by Jim Duffy Construction, Inc. for previous~work performed and found no significant complaints. Staffalso checked with the Contractor’s State License.Board and found that Jim Duffy Construction, Inc. has an active license on file. The contractors that took bids and chose not to bid indicated they were currently too busy with other projects to bid this project. Also, the specialized nature of the Project limited the number of qualified contractors available to perform the work. RESOURCE IMI~.ACT The Council Chambers Refurbishing project was approved by Council in November 1997 (CMR:429:97, Attachment E). A total of $459,300 has been previously appropriated for this project. ($69,300 in 1996 and $390,000 in 1998). This was the originally estimated cost based on the initial design and construction of Phases 1 and 2. The cost difference between the original estimate and the actual costs are due to many factors: a high bid due to market conditions; a low estimate of the construction cost as prepared by the design consultant; adding the relocation of the TV booth; minor additions to the contract; and Council’s ~relocafion cost (cable, -radio and-wiring). -Specific components- showing--these cost differences are listed in Attachment F. In addition, staff is recommending a contingency of 20 percent. In the industry, this amount is considered reasonable for this type of work, and it is intended to .cover the cost of relate~ but unforseen work which is typically discovered during the remodeling of older buildings. -Unanticipated work may be necessary to tie the new improvements into the existing building as well as to accommodate unforseen structural, electrical or cable conditions encountered during construction. This report requests Council authorization of a Budget Amendment Ordinance (BAO) in the amount of $238,000 for implementation of this project. The total project appropriation consists of the preliminary design, final design, and construction; and the total BAO funding of $697,300 ($69,300 + $390,000 + $238,000 = $697,300). The project will not have an impact on staff resources. This request is a one-time expense and there are no future year resource needs anticipated as a result of this BAO. Attachment D summarizes the BAOs approved to date in 1998-99 CMR:463:98 Page 4 of 5 that impact the General Fund Budget Stabilization Reserve. This attachment also estimates future year ongoing costs associated with BAOs approved to date to provide a projection for the future resource needs from the General Fund for those programs approved after the adoption of the 1998-99 Budget. .TIMELINE It is anticipated that the Chambers will be closed approximately 13 weeks. Staff originally estimated four to six weeks for construction, however, the schedule has been revised due to the complexities associated with the relocation of the TV booth; the additional work for refurbishing the dias, planters and louver doors; and to allocate additional time to complete all punch list items. ENVIRONMENTAL REVIEW The project is exempt from the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Bid Summary Construction Contract Budget Amendment Ordinance Budget Amendment Ordinance Impacting the General Fund Approved to Date in 1998-99 CMR 429:97 Cost Breakdown & Proposed Appropriation PREPARED BY: Elizabeth Ames, Senior Engineer ¯ DEPARTMENT HEAD: GLENN S. ROBERTS CITY MANAGER APPROVAL: City Manager CMR:463:98 Page 5 of 5 -ATTACHMENT A COUNCIL CHAMBERS REFURBISHMENT, PHASE 2 CIP# 19625,- BID SUMMARY Bid !Bid Item ;.=.m #:~escr~ption iBase Bid !Refurbishmen~ of Council Chambers IAdd Alternates 1 iProvide and install wall fabric. ~2 iRe-finish existing, dias. ~ ,-FRe-finish existing louver doors. 4 iRe-finish existing planters. ’. Quantity ! Un!~ TOTAL OF ADD ALTERNATES ...... TOTAL 1 iLS 1 ! LS 1 1 ~LS ENGINFFRS P...8TIMA Unit Price : Amount $280,265 ....$2.80,265 $2,6351 $1,605- $4,525 $985 Jim Duffy Construction Unit Price ~ Amount $335,7371 S335,737 $2,635 $7,056! $1,605 $635! $4,525 $2,216! $985 $1,026i $9,750 ;$10,933 $290,015 ......~,- .......! .....$346;~70 .... =7,o5~ $635 $2,2f6 $1,026 ALL-BIDS.WK4 12/09/98 FORMAL CONTRACT ATTACHMENT B SECTION 500 CONTRACT No. C9111218 (Public Work) ~" This Contract, Number C9111218 dated , is entered into by and between the City of PaloAIto, a .chartered city and a municipal corporation of the State of California ("City"), and Jim Du~ Construction. Inc.. a.Califomia ~ Comoration , ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if nosuch notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope........of project and Work. Contractor shall furnish labor, services; materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project: Council Chambers Refurbishment, Phase 2 Invitation for Bid (IFB) Number 111218 Total Bid: $ 346,67...0.00 (Base Bid and Alternate 1.4) are set forth~]n th~folloWing de~cendihg order of precedence. Contract D.0cuments. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, thes_e do.cuments anti.the pr_ovis_!o_n=s_thereof This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. g. h. I. j~ k.Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. o Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. 5.Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance CITY OF PALO ALTO: IFB #~111218 PAGE 1 OF 7 FORMAL CONTRACT SECTION 500 coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. .Contractor shall furnish City with the certificates of insurance ahd with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract. o Indemnification. Contractor agrees to protect, defend, .indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or adsing thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances ................. Control Act.(15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous SubstanceAccount Act (Health & Safety Code, §§25300,25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, §§25280-25299.7, as amend.ed); or under any other local, state or federal law, statute or ordinance, or at common law. As.s.umptio.n of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a.waiver by City of its rights under this Contract. A waiver by City of any breachof any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may adse between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. o Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of CITY OF PALO ALTO: IFB #111218 PAGE 2 OF 7 FORMAL CONTRACT 10. SECTION 500 any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall fumish to the Project Manager the Bonds as required under the Invitation For Bid. 11.Represen..tations and Warranties. In the supply of any materials and equipment and the rendering of labor and ~ services during the course and scope of the Project and Work, Contractor represents and warrants: a~Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; bo Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used. or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. eo Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City;, f. Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the ....... terms and cond!tions of Contractor’s Bid, except as may be permitted by the Invitation_ F_0r B!d; g.Contracto~ has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and perform.ed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; ho Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has ~fumished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical CITY OF PALO ALTO: IFB #111218 PAGE 3 OF 7 FORMAL CONTRACT. conditions of the Project site. SECTION 500 12.Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by ContractOr. Any attempted assignment shall be rlull and void. 13.,,~laims of Contractor. All claims pertaining.to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 14. 15. Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended; during the regular business hours of Contractor, or, if Contractor has nosuch hours, during the regular business hours of City. Notice__s. All agreements, appointments, .approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the. United States mail, postage prepaid, (3) sent by pdvate express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 ................... Palo Alto, CA 9430~3 Copy to:City of Palo Alto Public Works Department, Engineering Division 250 Hamilton Ave P.O. Box 10250 Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager To Contractor:Jim Duffy Construction, Inc. 525 Hamilton Avenue, Unit B Menlo Park, CA 94025 Attn: James P. Duffy, President 16.Appropriation of Ci_ty Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the CITY OF PALO ALTO: IFB #111218 PAGE .4 OF 7 FORMAL CONTRACT event of a conflict with any other provision of this Contract. SECTION 500 -Miscellaneous. a.Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore; not responsible for any damage to the personal property of Contractor. b=Consent: Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account Of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a supedor governmental authority. mo Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments_heret0 .between_the .parties-constitute the entire agreement between the parties conceming the Project and Work, and there are no other" prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This .Gontract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership.resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any dghts and benefits accorded or accruing to the City Council members, officers or employees of City, and CITY OF PALO ALTO: IFB #111218 PAGE 5 OF 7 .FORMAL CONTRACT Contractor expressly waive~ any and all claims to such rights and benefits. SECTION 500 Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. " Oo Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last.. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of Califomia in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of Califomia on the date first stated above. ATTEST:CI’EY OF PALO ALTO By: City Clerk Its: Mayor APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED:¯CONTRACTOR: Assistant City Manager By: Name: Director of Public Works Title: ¯ Director of Administrative Services By: Name: Contract Manager (Insurance Review)Tile: (Compliance with California Corporations Code Section 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified .corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable). CITY OF PALO ALTO: IFB #111218 PAGE 6 OF 7 FORMAL CONTRACT SECT-IONS00 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On said County, personally appeared , before me,, a notary public in and for , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO: IFB #111218 PAGE 7 OF 7 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1998-99 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $238,000 FOR THE COUNCIL CHAMBERS REFURBISHING CAPITAL PROJECT NUMBER 19625 WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 22, 1998 did adopt a budget for fiscal year 1998-99; and WHEREAS, the Council ~Chambers Refurbishing Capital Project 19625 was established to fund improvements to the Council chambers that will address safety and accessibility concerns, carpeting, the sound system, public seating, staff congestion, and lighting of the dias; and WHEREAS, additional work has been proposed, which would include the relocation of the television booth, refurbishing of the dias and planter-louvered wall, and replacement of the fabric wall coverings, which would increase the total cost of the project to $463,000; and WHEREAS, the council Chambers Refurbishing Capital Project 19625 ~balance is $225,000 and an additiona! appropriation of $238,000 will be required to meet the estimated construction costs; and WHEREAS, the additional appropriation of funds requested from the General Fund Budget Stabilization Reserve is for a one-time cost and no future year Genera! Fund ongoing costs are anticipated; and WHEREAS, City Council authorization is needed to amend the 1998-99 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION I. The sum of $238,000 is hereby appropriated to Counci! Chambers Refurbishing Capital Project 19625 and the General Fund Budget Stabilization Reserve is correspondingly reduced. SECTION 2. This transaction will reduce the General FundBudget Stabilization Reserve from $16,293,079 to $16,055,079. SECTION 3. ~As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 4. This project is exempt from the provisions of the California Environmental Quality Act (~CEQA") pursuant to Section 15301 of the CEQA Guidelines. SECTION 5. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shal! become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Services Admini s t rat ive Director of S : \ASD\BUDGET \ 9 8 9 9BU-I \ 9 9BAO~I \WORDPERF \ PWCHAM- 1. WPD Attachment D Budget Amendment Ordinances Impacting General Fund Reserves Approved To Date in 1998-99 Placeholders Already in the Impact on the Net Co~1998-99 Adopted General Fund -BSRBudget Estimated Beginning Budget Stablization Reserve (BSR) Balance $19,050,000 Reduction in Rental Income from Utilities Due to Relocation of Utilities Engineering and Creation of Capital Improvement Project 19921, Relocation / Consolidation of Level A Storage ($231,700)($231,700)($221,000) Increase in the City’s Annual Rental Payment to the Palo Alto Unified School District for Lease and Covenant Not to Develop for an Extended Day Care Center at the New Hoover School Site Salary and Benefit Increases Retroactive to May I, 1998 for Classified Personnel (SEIU) * ¯Salary and Benefit Increase Retroactive to July 1, 1998 for Police Personnel ($34,792)($34,792)($36,000) ($260,000)($260,000)($702,000) ($182,200)($182,200)($265,000) Addition of Five Full-Time Positions and Associated Resources to the Planning and Community Environment Department Interira Historic Inventory Consultant Interim Historic Regulations Administration Phase I - San Francisquito Creek Bank Stabilization and Revegitation Study ($488,364)$300,000 ($188,364) ($437,400)($437,400) ($269,600)($269,600) ($112,500)($ I 12,500) Reclassification of CDBG Position to Senior Planner Position ($7,400) Acquire Leased Space and Cover Associated Support Costs for a One-Stop Development Center at 285 Hamilton Avenue ($507,0OO) Reeruimaent Assistance Formation oi~ Library Advisory Commission ($7,400) Golf Course Clubhouse and Related Improvements Salary and Benefit Increases Retroactive to July 1, 1998 for Management and Confidential Employees ($410,743) Emergency Repairs (Basements, Creek, Arastradero Pres.) Council Chambers Refurbishing Capital Project Number 19625 ($507,000)($3~0,000) ($6O,OOO)($60,000) ($22,500)($22,500) $33,430 $33,430 ($14,280) ($334,000)($334,000) ($142,895)($142,895) ($238,000)($238,000) ($624,900) BSR Balance After BAO’s $16,055,079 * The estimated increase for the SEIU agreement in1999-2000 is the cumulative increase beyond the 1998-99 Adopted Budget. 12/10/98 TO: ATTACHMENT City of Palo City Manager’s Report HONORABLE CITY COUNCIL. FROM:CITY MANAGER DEPART~[ENYr: PUBLIC WORKS AGENDA DATE: SUBJECT: NOVEMBER 17, 1997 CMR:429:97 RECOMMENDATION TO REVISE PROPOSED LONG TERM COUNCIL CHAMBERS IMPRO~rEMENTS, COUNCIL CHAMBERS REFURBISHING, CIP Project 19625 RECOMMEN~DATIONS ¯ Staff recommends that Council: Direct staff to proceed with the implementation of an "Enhanced Basic Project" in the amount of $390,000 for the refurbishing of the Council Chambers, as detailed in this report. Direct staff to proceed with hiring an architectural consultant for the design of the Council Chamber improvements defined by the selected scope. Confirm that Council’s directionas to the scope of-work-will allow staffto proceed directly to the consultant selection stage without additional review by the Finance and Policy and Services Committees. POLICY IMPLICATIONS Approval of this action does not represent any change to existing policies. BACKGROUND -.--. In 1996, Council initiated the Council Chambers Refurbishing Project and approved a list of conceptual improvements for the Council Chambers (CMR:250:96 and CMR:364:96). On May 5, 1997, staff presented a conceptual design study that incorporated the basic improvements and recommended placing the project in the FY 1997-98 budgetary process (CMR:213:97). On that date Council directed staff.to proceed with the full spectrum of improvements. Subsequently, .on June 23, 1997, Council rescinded that approval and requested that staff provide additional cost information on the proposed improvements, and directed staff to consider the inclusion of enhancements to the audio and visual presentation systems as part of the basic project. CMR:429:97 Page 1 of 7 Staff has separated out the basic pac "kage of improvements, from _the-proposal-presented-in CMR:213:97. Additional option packages that could be added to the basic improvements are also shown. The options are packaged to present varying levels of improvement to visual presentation systems and associated architectural improvements. If none of the packages are found to be desirable, an itemized list of all the improvements with their approximate cost is attached for use in creating additional packages of improvements. Staff is recommending the approval of an "Enhanced Basic Project" consisting of the original basic¯ improvements plus Option Package #2, in the amount of $390,000 in project construction costs. This alternative will provide for a rally functional renovation of the Council Chambers, including both the originally proposed refurbishments and enhancements which respond to the Council’s direction to address concerns over the adequacy of the sound system, lighting, and visual presentation equipment. The proposed improvements do not include either architectural enhancements to the ¯ Chambers or the provision of state of the .art technology for computer based systems with digital data formats. Should the Council desire to provide for those capabilitites either now - or in the future, the inclusion of additional alternative packages would be required. Basic Improvements The basic improvements address areas of safety and accessibility, and several of Council’s concerns regarding the sound system, public seating, staff area congestion, lighting for the dais, and the separation of staff and public. The estimated cost of the improvements for the basic project is $320,000. The scope of work includes: ’ -,- -~ne~- ¯ Replace all of.the carpeting in the Council Chambers. The carpet is worn in heavily traveled areas throughout the Council Chambers and has become a safety concern. Also a majority of the carpet will be r(moved due to the ADA improvements in the public area. ¯Council Area -Staff Area Improve lighting in the Council area. - Remodel the staff tables to reduce conghstion and redesign the low wall between staff and the public to reduce the appearance of separation. ¯Audio System Upgrade the sound system, microphones and speakers. Public .Area Remove the. TV booth to increase site lines for the public (relocation -would be the responsibili~y of MPAC/Cable Coop). Refurbish public benches to increase seating comfort. Provide Americans with Disabilities Act improvements, including allocation of space for wheel chair seating, podium redesign and flattening the sloped floor to meet ADA standards:_= ChirR:429:97 Page 2 of 7 [- Option Packages The option packages are discrete improvements which can be added to the basic improvements listed above. There are five packages presented below which range from replacing the existing screen and projector to installing anew vi .aal presentation system. Option Pa+kage #1 ~ Upgrade Existing Pro_iector and Screen (Recommended) This option incorporates a new projector in the.podium constructed as part of the basic improvements, and replaces the existing screen. This option updatesthe existing equipment to the latest quality for stand-alone components. This equipment will not be upgradeable if, in the future, a complete digital audio/visual presentation system is installed per Option Package #5. Estimated .Additional Cost: $40,000 Components include: ~ - The existing screen will be replaced with a screen that has a higher reflective material and disperses the image at a wider angle to provide a more visible image. Overhead Projector - The existing overhead projector will be replaced with a new high intensity projector located on a new cabinet. The projector would be a transparency based unit. The new cabinet will be located adjacent to the new podium included in the basic improvements. Slide Projector- New slide projector will be located with the new overhead projector. ...... The.~_roje_c_t_o!:_would_be a_photographic (35.mm) slide based unit~ -- :i2ption Package #2 - Add Motion Projector (Recommended) This option includes adding a new motion p.r-ojector in the new podium construction and includes Option Package #1. This equipment will not be upgradeable if, in the future, a ¯ complete digital audio/visual presentation system is installed per Option Package #5. Estimated Cumulative Total Additional Cost for alternatives one and two: $70,000 Components include: Option Package #1 - Listed above. Motion Projector - A new motion projector will be placed with the overhead projector. The projector would be a video cassette (VHS) unit which would operate on a stand alone basis without system integration into the other presentation media. The cabinet in Option Package #1 will be modified and expanded to accommodate the projector. Option Package #3 -Upgrade Existing Dais (Optional) This option updates the dais to accommodate Option Packages #4 and #5. This option would be required in order to incorporate either monitors or computers at the Council seats CM:R.:429:97 Page 3 of 7 and to preserve flexibility for future improvements and possible future phasing of the additional project components over a multi-year period of time. These improvements would allow for the .addition of computer based system in the future with only minimal disruption to the Chambers. Estimated Additional Cost: $150,000 Components include: Dais - The existing dais will be replaced with a redesigned dais to accommodate future improvements for lighting and video imaging. The location of the dais will not change. Individual Council Seating Locations - This improvement would provide the opportunity tO install individual display monitors for each Council Member, either in conjunction with options 4 and 5 at this time or with some future improvements. Staff ~reia - The staff tables will be architecturally incorporated into the dais. W_.ir2.~- Wiring will be installed so as to accommodate the proposed controller in Option Packages #4 and #5, should it be desired to install it in a subsequent future project. Option Package #4 - Install Analog Visual Presentation System (Optional) This option provides a rear projection system which uses the existing rear projection screen with an analog (magnetic) control system that can accommodate overhead projection, slides and video presentations on an integrated multi-media format. Also, this system allows interactive inp~_t_by_the Ci_ty_Clerk_foragenda and agenda items that will be dis~i~i~,ed on tqa-~--iear projection screen. This is the first level of improvements which would include individual display monitors at each Council seating location. This equipment will not be upgradeable if, in the future, a complete digital audio/visual presentation system is installed per Option Package #5. Estimated Additional Cost: $328,000 Components include: OPtion Package #3 - (new dais) listed above. Rear Projector & Screen - The existing rear projection screen will be refurbished with a new viewing surface to provide a sharper image. ~ - A new analog.control system and presentation components will be installed adjacent to the new podium. This system would provide the capability for integrated multi-media presentations. The components will consist of a slide-to-video unit, document camera for hard copy material, analog VCR and an analog computer connection. The system will present images on the rear projection screen that are CMR:429:97 Page 4 of 7 viewable at all lighting levels. each Council seating location. Individual display-only monitors would be provided at ~r.£.’-._itectural Improvements - Additional architectural improvements can be added to this package and are listed in Attachment B. The items are discrete architectural features that can be added individually, or in any combinaiion, to the project. The total cost of all the improvements is $220,000 and is not included in the cost listed above. Option Package #5 - Install Digital Visual.Presentation System Medium Level Technology (Optional) This option provides a rear projection system which uses the existing rear projection screen with a digital (optical) control system that can accommodate overhead projection, slides, and video presentations on an integrated multi-media format, with input from computer- based systems. Also, this system allows interactive input by the City Clerk for agenda and agenda items that will be displayed on the rear projection screen .and at individual display. monitors at each Council seating location. Estimated Additional Cost: $420,000 Component~ include: Option Package #3 - (new dais) listed above. Rear Projector and Screen - The existing rear projection screen will be refurbished with a new viewing surface to provide a sharper image. Video Syst_e_m -__A ne~w digital control ,system and presentation-comp0nents will be:-- - "- fnst~lied adjacent to the new podium. This system represents state of the art technology and can incorporate input from computer based systems. The components will consist of a slide to videounit, document camera..for hard copy material, digital VCR and a digital computer, connection enabling the creation of "seamless" multi-media presentations which are digitally integrated from multiple input sources. The system will present images on the rear projection screen that are viewable at all lighting levels and at individual display-only monitors at each Council seating location. Architectural Improvement~ - Additional architectural improvements can be added to this package and are listed in Attachment B. The items are .discrete architectural features that can be added individually, or in any combination, to the project. The total cost of all the improvements is $220,000 and is not included in the cost listed above. It should be noted that Option Package #5 incorporates "medium level" capabilities in the hardware and control systems. It does not include personal computers at individual se~ting locations. A digital presentation, system with "high end" capabilities incorporating personal computers at individual seating locations so as to provide e-mail, Internet access, and connectivity to City data bases and systems along with the same basic function as CMR:429:97 Page 5 of 7 [ [ Option Package #5 could cost up to $500,000 or more depending on the_ level and complexity of the desired systems. Project Schedule It is staff’s intent to construct the proposed improvements during the Council’s vacation in the summer of 1998. To accommodate this schedule, the consultant selection process needs to be initiated as soon as possible. To facilitate the consultant selection time line, staff requests that Council approve the project scope of work at this time rather than refer it to Committee, as would normally be done under Policy and Procedure 1-10. In order to provide further information on the details of the improvements, it is suggested that staff present preliminary design plans (35 percent completion stage) to the Finance and Policy and Services Committees for review. This¯ timetable would allow staff to construct the improvements during the summer of 1998. The chambers are being used by the Superior Court during the period from November .1997 through March 1998 while their-own facilities are also being remodeled. Recent correspondence from the Court to the City Clerk’s office has indicated their desire to extend the use to a total of eight months,, which would run through June 1998. That would be the maximum extent to which their usage could run without impacting the City project. schedule. The City Manager’s Office and the City Clerk’s office will coordinate a response to the Court indicating the City’s project schedule issues. Dependent on the timing of the decision as to a preferred alternative, and the magnitude of that selected alternative, the construction duration may extend beyond the Council’s normal August!September vacation_period~-- -Such-an-impact~could~req~iire~ern-p6i-ary ¯ relocation of the Council meetings to alternative facilities. Staff will review these issues dependent upon the selected alternative and will report back to Council at the time of the consultant contract award. FISCAL IMPACT It is proposed to fund this project by using the current ADA projeci (CIP project 19309), combined with General Fund and Utility Fund reserves by a Budget Amendment Ordinance when the consultant contract is awarded later this year. The construction cost estimates contained in this report do not include any potential cost of temporary relocation of the Council meetings to alternative facilities, should the selectedalternative require a construction duration longer than the Council vacation. Staff will review those issues dependent upon the alternative which is selected and will report back at the time of consultant contract award and Budget Amendment Ordinance. E~ONMENTAL ASSESSMENT The project is exempt from the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines. CMR:429:97 Page 6 of 7 ~ ~~ ATTACHMENTS A - Option Package Table B - Architectural Improvements, Description and Costs PREPARED BY: John A. Carlson, Acting Assistant Director of Public Works DEPARTMENT HEAD REVIEW: GLENN $. ROBERTS Director of Public Works CITY MANAGER APPROVAL: JUJ~ FLEMING Ci~ Manager ¯ ~" CMR:429:97 Page 7 of 7 ATTACHMENT A COUNCIL CHAMBERS REFURBISHING PROJECT OPTION PACKAGE TABLE -OPTION PACKAGES IMPROVEMENT DESCRIPTION 1 2* 3 i 4 5 Basis Improvements~X X i .X i X ! X Basic Improvements Cost ($1000s)I $320 $320 i $320 [ $320 $320 Individual Component Upgrades New Front View Screen X X New Overhead Projector X X New Slide Projector X X New Motion .Proj ector X Component Upgrades Cost ($1000s)$40 i $70 Visual Presentation System Replace/Upgrade Dais X ~X X .....Rear¥iewScreen .............:!. i X i X :Rear Projector i X X Analog Video System i X Digital Video System (Medium Level).:i {,X Presentation System Cost ($1000s)i $150 i $280 $420 Architectural Improvements ~i X X Architectural Imp. Cost ($1000s).-~~$220 $220 Total Project C0st($1000s)$360 $390* i$470 i $820!$960 1 Basic Improvements include: Replace carpet throughout Chambers; lmaprove Council area lighting; Remodel staff ~: ~s, public podium and low wall; Upgrade sound system, microphones and speakers; Remove the TV booth; Install ADA improvements; and Refurbish public benches. *Recommended ATTACHMENT BcoUNCIL CHAMBERS REFURBISHING PROJECT ARCHITECTURAL IMPROVEMENTS Entrance Improvements $90,000 The improvements would include installing a wooden louvered wall at the northern wall public entrance in the vicinity of existing TV booth which will be removed as part of the basic improvements. The wall will be similar in architecture as the wooden louvered wall behind the public seating. The improvements will include credenzas for Council and Planning Commission packet material. Dais Backdrop Improvements . ..... , ................. $34,000 The improvements will include a curved wall behind the dais and contain the City Seal. " Rear Chambers Improvements $73,000. The improvements will include an enclosed area for radio (and possibly TV) personnel and equipment.4. 4.Chambers Lighting. $23,000 The improvements will include overall chamber lighting which would be controlled through the presentation control system and will automatically ....... dim dufing-preseiit~i~i~ns~ ............~" 5.Total Architectural Improvements $220,000 O o 0 AT’I’ACHMENT F g gg o g ~ g ~ g g g g