HomeMy WebLinkAbout1999-05-24 City Council (8)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENTS: POLICE
FIRE
PUBLIC WORKS
DATE:
SUBJECT:
MAY 24, 1999 CMR:256:99
APPROVAL OF BUDGET AMENDMENT ORDINANCE IN THE
AMOUNT OF $90,028, REVISED SCOPE OF SERVICES FOR THE
CONTRACT WITH ROSS/DRULIS ARCHITECTS AND PLANNERS
FOR THE ADDITIONAL WORK TASKS ASSOCIATED WITH PHASE
1 OF THE PUBLIC SAFETY BUILDING PROJECT (CIP 19820) AND
AUTHORIZATION FOR THE CITY MANAGER TO SIGN THE
CONTRACT AMENDMENT
REPORT IN BRIEF
In June 1998, Council adopted a Budget Amendment Ordinance (BAO) in the amount of
$275,000 and approved a contract with Ross/Drulis Architects and Planners to complete
Phase 1 of the Public Safety Building Project. At the Council meeting of March 1, 1999,
Council directed that an additional split-facility study be completed. Additionally, staff
believes a more detailed fiscal impact study for each of the four sites is needed. Because
these tasks were not included in the consultant’s original scope of services, staff is requesting
the Council approve a BAO in the amount of $90,028 to fund these additional tasks. Staff.
is also recommending that Council approve the amended scope of consultant services and
authorize the City Manager to sign the contract amendment.
CMR:256:99 Page 1 of 6
RECOMMENDATION
Staff recommends that the Council:
Approve a Budget Amendment Ordinance (BAO) in the amount of $90,028 to cover
the costs associated with a supplemental split-facility study ($47,500), fiscal impact
analysis of four potential sites ($27,800), and additional public outreach meetings
($14,728);
o Approve a revised scope of services for the contract with Ross/Drulis Architects and
Planners that includes these additional tasks; and
Authorize the City Manager to sign the contract amendment consistent with the
revised scope of services and fee schedule.
BACKGROUND
In June 1998, the Council adopted a BAO in the amount of $275,000 to fund Phase 1 of the
Public Safety Building Capital Improvement Program and approved the execution of a
contract with Ross/Drulis Architects and Planners in the amount of $240,700 for consultant
services for Phase 1 of the project (CMR:261:98). Phase 1 consists of site survey and
selection, architectural program development, completion of conceptual drawings, cost
estimation, and preliminary environment assessments. As part of the BAO, Council also
approved $24,000 for contingency costs and $10,300 for in-house related costs. In March
1999, staff recommended Council approval to proceed with conceptual designs, cost
estimation and environmental assessments on four potential sites for a new facility. At that
time, Council eliminated the Downtown Library site as an option and added the northwest
corner of Page Mill Road and E1 Camino Real as the fourth potential site. Additionally,
Council directed staff to identify creative and cost-effective opportunities to deal with the
current site deficiencies and complete a cost analysis of the options.
DISCUSSION
Split-Facility Study
In October and November 1997, staffpresented the public safety building consultant contract
scope of services to the Finance and Policy and Services Committees for approval. In the
original draft scope of services (CMR:431:97), staffhad indicated that the consultant would
CMR:256:99 Page 2 of 6
be asked to look at the feasibility of moving discrete, relatively independent Public Safety
programs (e.g., Fire Administration, Communications, Parking, and Traffic) to other sites and
to determine the costs associated with those options.
However, between the time the original scope of services was drafted and the actual
Committee meetings, staff realized that there were not any immediately identifiable
independent work groups in the Police Department and that the projected efficiencies that
had been identified by housing Fire Administration with the Police Department would not
be achieved with separate facilities. As an example, staff assigned to Parking and Traffic
frequently provide the same types of service as patrol staff (e.g., traffic officers are called
upon to serve as back-up units to patrol officers). It is imperative that considerable
communications and interactions occur between those employees. Communications
employees attend the three daily watch briefings on a regular basis to ensure that patrol and
Communications staff are appraised of planned operations, crime trends, and suspect
information. Communications staff also regularly attend Fire Department staff meetings.
Fire and Police staff regularly coordinate on fire investigations, and on other major
emergency incidents. Fire Department staff require frequent access to the Emergency
Operations Center (EOC) and have continual needs to coordinate daily operations with
Communications staff. Separate facilities would result in additional loss of productive time
and hinder the logistical operations of the Department.
A joint Police Department and Fire Administration facility would result in some operational
efficiencies, more cost-effective use of space and the sharing of space used by both
departments for the same function. As an example, the training facility that would be
proposed in a new building would be used by both Fire and Police Departments for the
significant amount of training activities. Each department has needs for reception/front
counter areas, community.room, locker rooms and evidence storage areas. By sharing the
areas in one facility decreases the cost required for the operation and maintenance for
separate areas.
Based upon this information, staff believed that only a limited amount of time and effort
would be reasonably needed to determine the validity of these conclusions. With this in
mind, together with the similarity of tasks and the duplication in work, Public Works, Fire
and Police staff recommended at both the Finance and Policy and Services Committee
meetings (CMR:490:97) that the original Task 1- split-facility analysis and Task 2 - site
survey and selection be combined into one task. As a result, in December 1997, the Council
approved the revised the scope of services. The consultant’s project costs were submitted
based upon the combination of those tasks and the final contract approved by Council
reflected that change.
CMR:256:99 Page,3 of 6
At the meeting of March 1, 1999, Council directed staff to proceed with conceptual designs,
cost estimation and environmental assessments on three sites and to complete a cost analysis
on creative and cost-effective opportunities that may be available to deal with current site
deficiencies. This last task, essentially a split-facility analysis, was not included in the
finalized agreement with the consultant, additional funds are needed to cover those costs.
Specifically, the consultant will complete a supplemental architectural program which will
identify departments or divisions that could function on a stand alone or noncontiguous basis
as opposed to being included in a centralized, full service public safety facility. Costs
associated with these options, including those for the construction of multi-building projects
or the acquisition of leased or rental space, the adaptive reuse of other City owned or private
facilities, and fiscal and logistical impacts of separating functions will be developed.
The consultant estimates that an additional two months will be needed to complete the split-
facility study.
Fiscal Impact Analysis
Based upon Council comments at the March 1, 1999 Council meeting that centered on the
impact that the construction of a public safety building might have on adjacent business,
concerns raised specifically by representatives of the Califrrnia Avenue Area Development
Association (CAADA), and a discussion with the Public Safety Building Advisory
Committee, staff believes a more detailed fiscal impact analysis study for each of the four
sites is needed. While some work associated with the economic or redevelopment benefits
was included in the consultant’s original scope of services for three sites as part of site
survey, analysis and selection task, additional funding is needed for the completion of a more
comprehensive analysis. The requested funds would cover the costs for an economic
consultant who would conduct a detailed fiscal impact study. Specifically, the study would
determine: 1) estimated economic (e.g. retail sales) and disruptive impacts (e.g. traffic, noise)
to businesses adjacent to the sites during and after construction, 2) the economic trade-offs
of converting privately owned property to public use, 3) impacts associated with parking.
This study should take approximately two months (concurrent with the split-facility study)
to complete.
Public Outreach Meetings
At the time the original scope of services was developed, staff estimated that about 30 public
outreach and other meetings would be held and budgeted for the time and materials
associated with each meeting. Due to the controversy and public response to most of the
proposed sites, more meetings than anticipated have already been conducted during the first
CMR:256:99 Page 4 of 6
part of Phase 1 and additional time and materials have been required for preparation for the
meetings. The number of project public outreach, Public Safety Advisory Committee, and
City Council meetings that are still expected to be held exceed the amount allocated by the
consultant in the original agreement. As a result, additional funds are requested to cover the
costs associated with these meetings.
RESOURCE IMPACTs
A BAO in the amount of $90,028 is requested for these additional tasks. The costs for the
additional tasks are as follows:
Split-facility study - $47,500
Fiscal impact analysis - $27,800
Additional public outreach meetings - $14,728.
POLICY IMPLICATIONS
This request is consistent with existing City policies.
ENVIRONMENTAL REVIEW
While environmental assessments are not required during this investigation period, staff
believed that the completion of preliminary environmental assessments on four sites would
assist in defining the project and as a result, included this task in the consultant’s original
scope of work. A formal environmental assessment would be completed if required, after
Council approval of a specific project site.
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Attachment E:
Budget Amendment Ordinance
Revised Scope of Services
CMR:261:98
CMR:431:97
CMR:490:97
CMR:256:99 Page 5 of 6
PREPARED BY: Lynne Johnson, Assistant Police Chief /~
DEPARTMENT HEAD REVIEW: ~CC;~’~E ~hi~
PAT R,
GLENN ROBERTS, Director of Public Works
RUBEN Fire Chief
CITY MANAGER APPROVAL:
er
CMR:256:99 Page 6 of 6
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR1998-99 TO
PROVIDE AN ADDITIONAL APPROPRIATION OF $90,028FOR PUBLIC
SAFETY CAPITAL IMPROVEMENT PROJECT, NUMBER 19820
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, City Council approved a Budget Amendment Ordinance
(BAO)in the amount of $275,00 to fund the project development, Phase
i, for the Public Safety Building Capital Improvement Program (CIP),
Project 19820 on June 8, 1998; and
WHEREAS, staff selected a consultant for Phase 1 of project
development, which ’includes site survey and selection, architectural
programming, conceptual design, public outreach, meetings, and
environmental assessment; and
WHEREAS, since the 4xecution of the contract with the
consultant, the costs for this project have risen due to the ~need
for a more detailed analysis of the potential sites under
consideration and the cost is now estimated to be $365,028; and
WHEREAS, an additional appropriation of $90,028 is needed to
fulfill the additional scope of contract services and to complete
Phase 1 of the project; and
WHEREAS, the additional appropriation of funds requested from
the Budget Stabilization Reserve is for a one-time cost and no
future year .ongoing costs are anticipated for this phase of the
project; 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 io The sum of Ninety Thousand and Twenty Eight
Dollars ($90,028) is hereby appropriated to Capital Improvement
Project No. 19820, Public Safety Building, and the Budget
Stabilization Reserve is correspondingly reduced.
SECTION 2. This transaction will reduce the
Stabilization Reserve from $19,000,391 to $18,910,363
Budget
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. An environmental assessment will be done for the
project prior to Council approval of a specific project site.
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
Administrative
Director of Public Works:
Police Chief
Fire Chief
Budget Amendment Ordinances Impacting General Fund Reserves Approved To Date in 1998-99
Estimated Beginning Budget Stabilization Reserve (BSR)
Balance $19,050,591
Adopted Budget Addition to BSR $1,378,606
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
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 1, 1998 for
Classified Personnel (SEIU) *
Salary and Benefit Increase Retroactive to July 1, 1998 for Police
Personnel
Addition of Five Full-Time Positions and Associated Resources to
the Planning and Community Environment Department
Interim Historic Inventory Consultant
Interim Historic Re.gulations Administration
Phase 1 - San Francisquito Creek Bank Stabilization and
Revegitation Study
Reclassification of CDBG Position to Senior Planner Position
Acquire Leased Space and Cover Associated Support Costs for a
One-Stop Development Center at 285 Hamilton Avenue
Recruitment Assistance
Formation of Library Advisory Commission
Golf Course Clubhouse and Related Improvements
($231,700)($231,700)($221,000)
($34,792)
($260,000)
($182,200)
($488,364)
($437,400)
($269,600)
($112,500)
($7,400)
($506,979)
($6O,000)
($22~500)
$33,430
($34,792)($36,000)
($260,000)($702,000)
$182,200)($265,000)
$188,364)($410,743)
$437,400)
($269,600)
($112,500)
($7,400)
($506,979)($370,000)
($60,000)
($22,500)
$33,430 ($14,280)
Salary and Benefit Increases Retroactive to July 1, 1998 for
Management and Confidential Employees ($334,000)($334,000)($624,900)
Emergency Repairs (Basements, Creek, Arastradero Pres.)($142,895)($142,895)
Council Chambers Refurbishing Capital Project Number 19625 ($238,000)($238,000)
Emergency Management Plan Implementation ($308,500)$200,000 ($108,500)$294,000
Automatic Public Toilets ($106,000)($106,000) $140,000
Legal Contract Services ($50,000)($50,000)
Midyear Adjustment $1,830,594 $1,830,594
Public Safety Building Capital Project Number 19820 ($90,028)($90,028)
BSR Balance After BAO’s $18,910,363
S: ASDkBudget\1998-99 Budget\99BAOkBAO99
* The estimated increase for the SEIU agreement in 1999-2000 is the cumulative increase beyond the 1998-99 Adopted Budget.
ATTACHMENT B
CONTRACT NO. C9102718
CITY OF PALO ALTO PUBLIC SAFETY BUILDING
Phase I - Project Development
Revised Scope o£ Services and Fee Schedule
Split Facility Study
The options developed in this study shall include the review of the feasibility of moving discrete, relatively
independent public safety programs to other sites including but not limited to the separate facilitation of the fire
Administration, Dispatch Operations, and Parking/Traffic Departments and the possible separation of other Police
Operations.
RDA shall meet with the City staff to study the feasibility of identifying creative and cost-effective opportunities
to deal with current facility deficiencies. This service will include identification of departments or agencies which
could function on a stand alone or non contiguous basis other than being centralized in a new full service Public
Safety Building.
Options and projected costs will be developed for new multi building construction project, acquisition of leased
space and the adaptive reuse of the City owned or private facilities.
Supplemental services shall include:¯Site identification and review
¯Architectural programing¯Comparative cost analysis and summary¯Reproduction and associated services
Fiscal Impact Analysis
RDA and its project team will provide a fiscal impact analysis for’the four sites including the expansion of the
existing Civic Center building and the Split Facility Site. The findings will be included in the comparative
environmental analysis with supporting exhibits.
The fiscal impact analysis the four sites will include a study of the followingc
Construction impacts
Retail sales impacts before and after construction
Economic trade-off impacts of converting privately owned property to public use.
Fiscal impacts of the potential decrease in property tax revenue resulting from taking private property off the
tax roles.
The Initial Study"checldist" items will include these impacts for all sites.
Public Outreach and Community Process Meetings
Under the City’s direction, RDA and its project team shall provide services including but not limited to organization
and facilitation of community process meetings and preparation of meeting minute. The work under this category
shall only include expenses related to meetings. Other work shall be performed under the respective tasks.
H:\AMES\SAFTEY\ROSDRULI\SCOPE.EXA
Ames 09:03 AM
ATTACHMENT B
CONTRACT NO. C9102718
CITY OF PALO ALTO PUBLIC SAFETY BUILDING
PHASE 1 - PROJECT DEVELOPMENT
ROSS/DRULIS ARCHITECT & PLANNERS
FEE SCHEDULE
CONTRACT AMENDMENT SUMMARY
TASK 1 - Project Orientation and Definition
TASK 2 - Archtiectural Program
Additional Split Facility Study
TASK 3 - Site Survey and Selection
Additional Identification and Review - Split Facility
TASK 4 - Existing Facility Assessment
TASK 5 - Environmental Assessment
Additional Fiscal Impact Analysis - Four Sites
Additional Fiscal Impact Analysis - Split Facility
TASK 6 - Conceptual Design
TASK 7 - Cost Estimate
Comparative Cost Analysis and Summary - Split Facility
TASK 8 - Project Development Report
TOTAL TASK AMOUNT (Lump Sum)
Public Outreach and Meetings (Time and Materials)
Additional Public Outreach Meetings
Reimbursable Expenses Allowance (Time and Materials)
Additional Reimbursables for Split Facility Study
TOTAL CONTRACT AMOUNT
Original
Contract
$18,800
$26,500
$24,500
$11,700
$28,000
$10,900
$16,100
$13,200
$240~700
Fiscal Impact
& Meetings
$27,800
$14,728
$42~528
Split Facility
Study
$14,000
$16,500
$2,500
$10,500
$47~500
Amendment
#1/BAO
$~4,oo~
$16,500
$27,800
$2,500
$10,500
$14,728
$90,028
Adjusted
Contract
$18,800
$26,500
$14,000
$40,000
$16,500
$24,500
$11,7OO
$27,8OO
$2,50O
$28,00O
$10,900
$10,500
$16,100
$51,000
$14,728
$13,200
$4,000
$330,728
05/18/99 Page 2 of 2 FILE:EXH_A_4.WK4
ATTACHMENT C
City of Palo
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT:PUBLIC WORKS
POLICE AND FIRE
DATE:
SUBJECT:
JUNE 8, 1998 CMR:261:98
BUDGET AMENDMENT .ORDINANCE IN THE AMOUNT OF
$275,000 AND AWARD OF CONSULTANT CONTRACT TO
ROSS/DRULIS ARCHITECTS AND PLANNERS FOR PHASE 1,
PROJECT DEVELOPMENT, FOR THE PUBLIC SAFETY
BUILDING, CIP 19820
Staff recommends that Council:
o
Approve a Budget Amendment Ordinance (BAO) in the amount of $275,000 to fund
the project development, Phase 1, for the Public Safety Building Capital Improvement
Program (CIP), Project 19820.
Approve and authorize the Mayor to execute the attached contract with Ross/Drulis
Architects and Planners in the amount of $240,700 foi consultant services for the
project development, Phase 1, of the Public Safety Building CIP, Project 19820.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Ross/Drulis Architects & Planners for related,
additional but unforeseen work that may develop during the project, the total value
of which shall not exceed $24,000.
In 1997, Police .and Fire Department staff, with the aide of a consultant, prepared a
preliminary feasibility study for expansion of the existing Civic Center Police Wing or the
construction of a new public safety, building. On July 28, 1997, (CMR:342:97) based on the
results of the study, Council authorized staff to initiate the formal process needed for site
CMR:261:98 Page 1 of 4 ’"
selection and construction of a new public safety building and further explore the alternative
of expanding the current facility.
The project will be divided into four phases; project development, preliminary design, final
design, and construction. The subject consultant contract includes only Phase 1, project
development, with the provision of including the other phases if approved by Council.
Included in Phase 1 is the site survey and selection, architectural programming, conceptual
design, public outreach, meetings, and environmental assessment. On October 21, 1997 and
November 12, 1997, the Finance and the Policy and Services Committees, respectively,
unanimously approved the scope of work for Phase 1. Council approved the scope of work
December 10, 1997, and authorized staff to solicit proposals (CMR:431:97) for Phase 1.
Attachment C provides the proposed project schedule.
Selection Process
Requests for Proposals (RFP) were issued December 11, 1997. Firms were given 61 days
to respond to the request. A pre-proposal meeting was held January 6, 1998. Eleven
architectural firms" attended the meeting. A total of seven firms submitted proposals.
Estimated design costs ranged from $69,970 to $335,673.
A City Manager’s appointed advisory committee and staff from the Police, Fire, Planning
and Public Works Departments reviewed the proposals. The advisory committee was
composed of individuhls representing the California Avenue Area Business Development
Association, Chamber of Commerce, University South Neighborhood Group, Bah’on Park
Association, Architectural Review Board, and a realtor based in Palo Alto. All seven fm’ns
were invited to participate in oral interviews on March 3 and 9, 1998. The committee
carefully reviewed each firm’s qualifications and submittal in response to the RFP relative
to the following criteria: completeness of the proposal, relevant experience, understanding
the project approach, qualifications of key personnel for the architect and sub-consultants,
and availability of key personnel. The firm of Ross/Drulis Architects and Planners was
selected because, in addition to meeting all the criteria, it has an excellent understanding of
and considerable experience with the public process. The consultant must comply with the
financial disclosure provisions of the City’s conflict of interest code.
Staff met with the selected consultant and reviewed the project scope of work, identifying
several areas within the scope of work that would need additional attention. Since it is
critical during the consensus-building process to obtain public input, the decision was made
to develop a project statement and goal that can be communicated to the public. Therefore,
Task 1 was expanded to include the preparation of a project statement document that can be
used throughout the project. Extra community meetings were also added.
Council directed staff to include the build-out of the Civic Center Police Wing as an
alternative to be explored. The initial scope for Task 3, Site Survey and Selection, included
CMR:261:98 Page 2 of 4
review of all possible sites, and presentation of the three most viable sites to Council for
review and selection. However,.because further discussion showed that the analysis
associated with the build-out of the existing Police Wing was sufficiently different from the
other site analyses, staff requested the consultant to add the Police Wing analysis as a
separate task (Task 4).
The specific project components and associated costs are:
Task 1:
Task 2:
Task 3:
Task 4:
Task 5:
Task 6:
Task 7:
Task 8:
Project Orientation and Definition
Architectural Program
Site Survey and Selection
Existing Facility Assessment
Environmental Assessment
Conceptual Drawings
Cost Estimate
Project Development Report
Total Work Items
Public Outreach and Meetings
Costs incurred by Consultant (postage, reproduction, etc.)
Total Contract
In-house project related costs (meeting space rental,
notices, reproduction charges)
$18,800
$ 26,500
$ 40,000
$ 24,500
$11,700
$ 28,OOO
$10,900
$176,500
$ 51,000
Total Project Phase 1 $251.000
RESOURCE IMPACT
A Budget Amendment Ordinance in the amount of $275,000 is requested for Phase 1 of this
project. In addition to the contractual amount, staffhas included money ($10,300) for project
related expenses including but not limited to rental of meeting space, public notices, and
reproduction charges. The funds for the project development phase of the project will be
financed from the General Fund Budget Stabilization Reserve. If the project proceeds into
the preliminary and final design phases, the fee for consultant design services is estimated
at 12 percent of the building construction cost, but could vary between 10 to 15 percent due
to the location and size of the building site, type of programs included in the building, and
the complexity of the building systems. The preliminary feasibility study prepared by staff
in 1997 estimated that the project construction cost, excluding land costs, relocation costs
and parking fees, Would range from approximately $11,000,000 to renovate and expand the
existing Police building to approximately $16,000,000 to construct a new building. An
updated construction cost estimate is be included in the subject consultant contract for Phase
1.
CMR:261:98 Page 3 of 4
Workload impact: .Phase 1 .of this project will be managed by the Police and Fire
Departments with support from the Public Works Department. No additional staff is needed
during this phase. However, subsequent phases will require additional staffing in the Public
Works Department. Due to possible Council adoption of other large CIP projects, R is too
soon to estimate the staffing impact to the Public Works Department.
POLICY IMPLICATIONS
This request is consistent with existing City policies.
ENVIRONMENTAL REVIEW
An initial environmental study of the top three sites will be performed. An environmental
assessment will be performed on the preferred site.
ATTACHMENTS
Attachment A - Budget Amendment Ordinance
Attachment B - Contract
Attachment C - Project Schedule
PREPARED BY:
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:__
John Carlson, Acting Assistant Director of Public Works
Lynne Johnson, Assistant Police Chief
Judy Jewell, Deputy Chief, Operations
GLEI~. ROBERTS
~.Works
City Man~,
CMR:261:98 Page 4 of 4
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR 1997-98 TO
PROVIDE AN ADDITIONAL APPROPRIATION OF $275,000 TO CREATE
A PUBLIC SAFETY BUILDING CAPITAL IMPROVEMENT PROJECT,
NUMBER 19820
WHEREAS, pursuant to the provisions of Section 12 of Article
III of the Charter of the City of Palo Alto, the Council on June
23, 1997 did adopt a budget for fiscal year 1997-98; and
WHEREAS, previously Council directed staff to initiate the
process to solicit proposals regarding project development of the
Public Safety Building; and
WHEREAS, staff has selected a consultant for Phase 1 of project
development, which will include site survey and selection,
architectural programming, conceptual design, public outreach,
meetings, and environmental assessment at a cost of $275,000; and
WHEREAS, the budget needs to be amended to create and fund a
capital improvement project number 19820, Public Safety Building;
and
WHEREAS, City Council authorization is needed to amend the
1997-98 budget as hereinafter set forth.
NOW, THEREFORE, the Council of the City of.Palo Alto does
ORDAIN as follows:
~. Capital Improvement Project (CIP) Number 19820,
Public Safety Building, is hereby created. A description of the CIP
is shown on Exhibit ~A" attached hereto and made a part of this
ordinance.
~¢_T/_Q~. The sum of Two Hundred Seventy-Five Thousand’
Dollars ($275,000) is hereby appropriated to Capital Improvement
Project No. 19820, Public Safety Building, and the Budget
Stabilization Reserve is correspondingly reduced.
~2~QT_~. This transaction will reduce the Budget
Stabilization Reserve from $15,335,662 to $15,060,662.
T~. 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 5. The current action is exempt from CERA pursuant to
Section 15262 of the CERA Guidelines (Feasibility and Planning
Studies). An environmental assessment will be performed for the
project when a preferred alternative is selected.
SECTION 6. As provided in Section 2.04.350 of the Palo Alto
Municipal Code, this ordinance shall become effective upon adoption.
INTRODUCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:APPROVED:
City Clerk Mayor
APPROVED AS TO FORM:Assistant City Manager
Senior Asst. City Attorney Director of
Services
Administrative
Director of Public Works
Acting Police Chief
Fire Chief
EXHIBIT "A"
PROJECT DESCRIPTION
This project will build on an earlier needs assessment, and initiate the first phase necessary for site selection and
construction of a new public safety building and to further explore the altemative of expanding the current facility.
.This phase will include an architectural program, site survey and selection, design concept studies, preliminary
environmental analysis, and project cost estimates. Future phases would include design, environmental analysis,
and construction.
PROJECT JUSTIFICATION
The current facilities for the Police and Fire Departments have a number of deficiencies. Based on standard space
guidelines, the facility should be doubled in size. In addition, it does not conform with certain current standards and
codes, it is operationally and technologically deficient, and it does not meet some programmatic needs.
FUTURE FINANCIAL REQUIREMENTS
FISCAL YEAR
PY Budget
1997-98
1998-99
1999-00
2000-01
2001-02
TBD
TBD
COMPONENTS
Phase I of project development, including site survey and selection,
architectural program, design concept studies, preliminary environmen-
tal analysis, and project cost estimates.
Phases II and IIl, Design activities.
Phase IV, Construction.
Sources of Funding: General Fund
IMPACT AND SUPPORT ANALYSIS
Environmental:
Design Elements:
Operating:
Telecommunications:
An initial environmental study checklist will be performed on the top potential sites.
An environmental assessment will be performed on the preferred site during the next
Phase, design activities.
None for this Phase.
None for this Phase.
None for this Phase.
COMPREHENSIVE PLAN
The Comprehensive Plan contains no policies or programs directly related to this project.
ATTACHMENT B
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
ROSS/DRULIS ARCHITECT & PLANNERS
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
ROSS/DRULIS ARCHITECTS AND PLANNERS, a California corporation
located at 190 West Napa Street, Sonoma, California 95476.
RECITALS :
wHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
.limitation, one or more sets-of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the:"Project"), as more fully described in Exhibit "A";
and
WHEREAS,~ CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
1.1 This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work ~n the initial and subsequent Project tasks in accordance with
the tlme schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the~Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages t~r delay caused by CONSULTANT.
SECTION 2.SCOPE O~D~JECT; .CHANGES & COR~ECTIQNS
2.1 The scope of Services and Dml£verables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
9~0509 syn 0071423
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any chan~e in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications,, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice t~ CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
!SECTION 3.-.. QUALIFICATIONS,
CONSULTANT STATUS, AND DUTIES. OF
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consult=hi (including CONSULTANTs),
charged with the performance of =ne Services are duly licensed or
certified by the State of C~&=ornia, to the extent such licensingor certification is r~ared by law to perform the Services, and
that the Project will be executed by them or under their
supervision. CONSULTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
names of their employers or principals to be employed as
~.consultants.
980509 syn 0071423
2
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
ekecuted, the Project.
3.3 CONSULTANT will assign Michael Ross, Planning and
Design Principal, as the project director to have supervisory
responsibility for the performance, progress, and execution of the
Project. Mallory Cusenbery, Senior Architect, wil! be assigned as
the project coordinator who will represent CONSULTANT during the
day-to-day work on the Project. If circumstances or conditions
subsequent to the execution of this Contract cause the substitution
of the project director or project coordinator for any reason, the
appointment of a substitute project director or substitute project
coordinator will be subject to the prior written approval of the
project manager.
3.4 CONSULTANT represents and warrants that itwill:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
inciden£ to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its’consultants, if
any, without the prior written approval of the city manager..
3.6 CONSULTANT will provide CITY with copies of any
documents which are a part of the Deliverables upon iheir
completion and acceptance by CITY as specified in Exhibit A.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
980509 ~yn 0071423
3
3.8 CONSULTANT will be responsible for employing or
engaging all persons, necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supez-vised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.i0.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4.. DUTIES .O~..CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may ~be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
980509 ~yn 0071423
4
establish the time of each review and approval task. CITY’s failure
to review and approve within the estimated time schedule will not
constitute a default under this Contract.
4.3 The city manager ~will represent CITY for all
purposes under this Contract. Lynn Johnson is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project,
and will be assisted by Judy Jewell. This contract will be
administered by the Public Works Department. John A. Carlson is
the designated person in Public Works who will administer the
contract. Elizabeth Ames will assist in the administration of the
contract.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Two Hundred Forty
Thousand Seven Hundred Dollars ($240,700). The amount of
compensation will be calculated in accordance with the hourly rate
schedule set forth in Exhibit "B", on a time and materials basis,
up to the maximum amount set forth in this Section. the fees of
the consultants, who have direct contractual relationships with
CONSULTANT, will be approved, in advance, by CITY. CITY reserves
the right to refuse payment of such fees, if such prior approval is
not obtained by CONSULTANT.
5.1.2 In consideration of the full performance ofAdditional Services, the amount of compensation set forth in
Exhibit °’B" will not exceed N/A dollars ($.). Anemployee’s time will be computed at a multiple of (__) timesthe employee’s direct personnel expense described b~w. The rate
schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for purposes
of this Contract, unless and until CONSULTANT gives CITY thirty
(30) days’ prior written notice of the effective date of any revised
rate schedule.
5.1.3 The full payment of charges for extra work orchanges, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
980509 syn 0071423
5
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.4 Direct personnel expense of employees assigned
to.the execution of the Project by CONSULTANT will include only the
work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit "B",
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties,-liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses’ and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and .for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project. is 9ompleted upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
980509 syn 00714~_3
6
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or.employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9. INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
980509 ayn 0071423
7
Contract,identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days~ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or.policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 10. WORKERS’ COMPENSATION
I0.i CONSULTANT, by executing this contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with .such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION ii TERMINATION OR SUSPENSION OF CONTRACT
II.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by~
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
980509 ~yn ~071423
11.3 Upon suc~ suspension or ’termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which .are not fully
performed, CONSULTANT will be compensated for each item of sez-vice
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the citymanager immediately any and all copies of
the D~liverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure oft’CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12 ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise digpose of this Contract or any right, title
980509 syn 00714~_3
9
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city m~nager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Sez-vices.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the PaloAltoMunicipal Code and the Government Code
of th~ State of California.
SECTION 15.NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will bemade in the employment.of persons under this
Contract because of the age, race, color, national origin~
ancestry, religion, disability, sexual preference or gender of such
person. If’the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
980509 ~yn 00714".3
10
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
~national origin, ancestry~ religion,
disability, sexual preference or gender of
such person."
15.3’If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY wiil have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
15.4 If CONSULTANT is found in default of the
nondiscrimination provisions of this Contract, CONSULTANT will be
found in material breach of this Contract. Thereupon, CITY will
have the power to cancel or suspend this Contract, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum of
two hundred fifty dollars ($250) for each calendar day during which
CONSULTANT is not in compliance with this provision as damages for
breach of contract, or both.
SECTION’I6.MISCEL’~NEOUS PROVISIONS
16.1 CONSULTANT represents "and warrants that~ it has
knowledge of the requirements of the federal-.Americans with
Disabilities Act of 1990, and the Government Codeand-the.Health
and Safety Code of the Sta~e of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the par.~es, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
980509 ayn 0071423
ll
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 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 and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract. between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the par~ies.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to ti~e, may be referred to in any d~ly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Munlclpal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) 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.i2 will take precedence in the event of
980509 ayn 0071423
12
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Public Works
ROSS/DRULIS ARCHITECT & PLANNERS
Its:
Taxpayer’s I.D. NO. 94-175-8710
Director of Administrative
Services
Acting Police Chief
Fire Chief
Purchasing/Insurance Review
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT & TIME SCHEDULERATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
980509 ayn 0071423
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ~ 1189)
On ~/~"...~ , 19__7 before me, the undersigned, aNotary, Pub, li~ iD~~au~d~f°r ,said County and State, personally appeared
, personally known to
me or proved to me &n 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 0_f.ficial.seal~_..~.
: .
._Signatu~ of Nota~ p~lic
¯ 980509 syn 0071413
14
Certificate of Insurance MAY - 6 1998
Agency Name and Address:
PROFESSIONAL PRACTICE INSURANCE BROKERS, INC.
10 CALIFORNIA STREET
REDWOOD CITY CA 94063-1513
(650) 369-5900 Fax: (650) 366-1455
Insureds Name and Address:
MICHAEL ROSS/CHARLES DRULIS, INC, ARCHITEC
P.O. BOX 278
SONOMA CA 95476
THIS CERTIFICATE’.IS
INFORMATION ONLY AND CONFERS NO RIGHTS UPON
THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES
NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED THE POLICIES LISTED BELOW.
Companies Affording Policies:
A: CONTRACTORS BONDING & INSURANCE CO.
B: CONTRACTORS BONDING & INSURANCE CO.
C:
D: AMERICAN MOTORISTS INSURANCE CO. - KSA
E: AMERICAN GUARANTEE & LIABILITY INS. CO.
F:
COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW t’L~VE 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
TYPE OF INSURANCE POLICY NUMBER EFF. DATE EXP. DATE POLICY LIMITS
$2,000,000
A
GENERAL LIABILITY
Commerdal General Liabilit
_ Claims Made
~_ Occurrence
Owner’s and Contractors
Protective
AUTO LIABILITY
._Any Automobile
All Owded Autos
_ Scheduled Autos
V Hired Autos
V~ Non-owned Autos
_ Garage Liability
CB950006
CB950006
1/17/98
1/17/98
1117/99
1117/99
General Aggregate:
Products-Com/Ops
Aggregate:
Personal and Adv. Injury
Each Occurrence:
Fire Drag. (any one fire):
Combined Single Limit:
Bodily Injury/person:
Bodily Injury/acddent:
Property Damage:
$1,000,000
$1,000,000
$1,000,000
$50,000
$1,000,000
EXCESS LIABILITY Each Occurrence:
C ~.Umbrella Form Aggregate:
Other than Umbrella Form
WORKERS’Statutory Limits
COMPENSATION 7CW30406504 9/1/97 911/98 ~Each Accident:$1,000,000
D AND EMPLOYER’S Disease/Policy Umit:$1,000,000
LIABILITY Disease/Employee:$1,000,000
E PROFESSIONAL EOC666912608 10/30/97 10/30/98 iPer Claim $1,000,000
LIABILITY iAggregate $1,000,000
F t
Description of OperationslLocationsNehicleslRestrictionslSpecial Items:
All operations of the Named Insured including Professional Services Agreements. ,.
CO:
Certificate Holder:
CITY OF PALO ALTO
DEPT, OF PUBLIC WORKS
P.O. BOX 10250
PALO ALTO CA
ATTN: MR. JOHN CARLSON
94303-0862
THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS
PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED,
CANCELLATION:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY. ITS AGENTS OR
REPRESENTATIVES ~hILL ENDEAVOR/TO MA~ ~YS WRITTEN NOTICE TO THECERTIFICATE HOLDER NAMEO,TO TI~E LEF’r BUT I~,~,ILURE TO MAIL SUCH NOTICEi SHALL IMPOSE NO LIABILITY OR OBLI, CATION ON~T~E INSURANCE COMPANY, ITS
AGENTS OR REPRESENTATIVES : ’ ~ ~
’ ~5/4/98Authorized Representative: ~i ~ i \
.~.~ \
EXHIBIT A
CITY OF PALO ALTO PUBLIC SAFETY BUILDING
Phase I- Project Development
_Sc_ope o~f Work ,~
Project Approach
The Palo Alto Public Safety Building Phase 1 Planning and Program Development has eight tasks plus
Public Outreach and Community Process Meetings.
Task 1
Task 2
Task 3
Task 4
Task 5
Task 6
Task 7
Task 8
Project Orientation and Definition
Architectural Program Development
Site Survey, Analysis and Selection
Detailed Analysis ofExpanding Existing Police Facility
Environmental Assessment
Conceptual Design
Cost Estimation
Project Development Report and Formal Presentations
A Description of each task is provided below.
Task I Project Orientation and Definition
This task includes contract negotiations with the City, preliminary coordination meetings with the Palo
Alto Police and Fire Departments to further define the scope of work, and development of the project
schedule and facilitation of the formal kick off meeting. This task will include site visits and observations
of existing facilities and review of previously published planning documents.
Specific duties will include:
¯Contract negotiation
¯Preliminary meetings
¯Identification of client groups and key departmental representatives
¯Development of a detailed project schedule
°Facilitation of kickoff meeting
¯Identification of project goals
¯Scheduling of site visits and user group interviews
¯Site visits and observation of the Police and Fire Department existing facilities
¯Review of previously published planning documents
This task also includes working with the steering committee to organize and define the community
process for the project. This includes, but is not limited to:
¯Participation in Steering Committee meetings to organize, define and schedule the community project
introduction process
°Development of process diagrams, time lines and presentation protocols
C:kHLESkPS-BLD GkSCOPE.EXA
EXHIBIT A
Scope of Work for Consultant Services
Palo Alto Public Safety Building
Page 2 of 9 Pages.
Provide assistance to the City in developing a project statement which becomes the basis of the Palo
Alto Police Department’s and Fire Department’s message to the community and City government
Participate in meetings with community leaders, city council members, city manager, neighborhood
groups, and business representatives to discuss, define and review possible locations for the new
facility.
Organize, facilitate and participate in neighborhood Project Definition Workshops regarding the
planning, location and design of the project.
Production of initial presentation materials
Task 1 products shall be:
Finalization of consultant contract
Development of Project Schedule and Work Plan
Kickoff Meeting
Scheduling of client meetings and on site surveys
Four meetings:
(1)Project Scoping
(1)Contract Finalization
(1)Kickoff meeting
(1)Departmental Site Visits
Participation in:
Organization of Community Process
Production of Project Definition Document
Preparation of Presentation Materials
Preparation of Neighborhood Workshop Questionnaires and Issues Matrix
Meetings as required (See Public Outreach and Community Process Meetings)
Task 2 Architectural Program Development
During this phase, the project, team will work with the Palo Alto Public Safety Building client groups to
review their workload projections and to verify and update its staffing, space and functional requirements
for the proposed public safety building. The project will begin with a Task 2 kick-off orientation meeting.
This meeting will introduce the programming team to the Palo Alto Public Safety Building Committee.
The project goals, schedules, and planning and design protocols will be established and interviews with
departmental representatives scheduled.
During the program process, the team wB1 conduct extensive onsite interviews with the client group. The
Police and Fire user groups will be given the opportunity to discuss and update their facility requirements,
and describe the departmental mission, staffing, space and functional requirements.
The planahg team will implement at/operational analysis during this phase. The operational analysis will
study all aspects of the Police and Fire Administration operations, noting various aspects of departmental
EXHIBIT A
Scope of Work for Consultant Services
Palo Alto Public S~fety Building
Page 3 of 9 Pages.
operations, including communications, community involvement, levels of security, biohazard evidence
handling, public interaction and other critical functional design issues.
The program verification process will result in a written and graphic architectural program document
including, but not lknited to:
Architectural Program
¯Workload projections
¯Staffing requirements
¯Departmental area requirements¯Space standards¯Departmental descriptions
¯Building gross size calculations
¯Net to gross calculations
¯Future expansion capabilities/flexibility
¯Functional data sheets
-Building organization strategies
¯Building system design criteria
-Structural, mechanical, electrical, dispatch communications, low vokage and security electronics
design criteria
.Acoustic design criteria
¯Audio/Visual system design criteria
¯List of optimum departmental adjacencies
¯Shared space concepts
¯EOC programming
-Site analysis
¯. Security planning
¯Integration of technology and future expansion
,Cost analysis¯Additional program information¯Multiple planning options.
Information developed in the architectural program will be tested in the conceptual design phase through
the development of two each building concepts at three sites. The alternative concepts will be utili~.ed to
prepare a comparative site analysis, examine the sites for their suitability to house the Public Safety
Building, security parking, emergency vehicle circulation, public parking, allow for perimeter security and
future building expansion. Recommendations will be made by the architects regarding the alternatives.
During this phase, a program cost analysis will be provided relative to the anticipated cost of the building.
Estimated costs for the project will be included in the approved program document.
Task 2 products include, but are not limited to:
o Review of existing documentation
* Orientation meeting
C:kFILESkPS-BLDG~S COPE.EXA
EXHIBIT A
Scope of Work for Consultant Services
Palo Alto Public Safety Building
Page 4 of 9 Pages.
Departmental interviews
Operational analysis
Program verification
The development of an Architectural Program document including, but not limited to the following
topics or sections in italics
Executive Summary
Project Directory
¯Methodology
User Profiles, Division Descriptions, Goals
Code Requirements
Special Design Criteria
Building Systems
¯Structural Design Criteria
¯Electrical Design Criteria
o Automation Emergency Power System
o Lighting Distribution
o Heating andAir Conditioning
°Plumbing Criteria
°"Fire Protection Systems
°Elevators
°Finish hardware/Keying
°Communications andAudio Wtsual Systems
¯Security Systems
°Life Safety Systems
°Communications System~ Acoustics
°Emergency Operations Center Design Criteria
.Site Options
-Diagrams
Conceptual Design Options
Concepts
-Diagrams-
Cost Analysis
Level of Quality descriptions
Cost Summary
Departmental Staffing & Space Requirements
Functional Area Data Sheets
Adjacency Diagrams
Written and graphic report
City review
Approval by City
Meetings as required
C:kFK,ESkPS-BLDGkS COPE.EXA . ¯
EXI~BIT A
Scope of Work for Consultant Services
Palo Alto Public Safety Building
,Page 5 of 9 Pages.
Task 3 Site Survey, Analysis and Selection
Following the Neighborhood Project Definition Workshops, the team will meet with the Steering
Committee to finalize the site selection criteria for the location of the new Public Safety Building. The
City will identify up to 10 possible .sites. RDA and the planning team shall evaluate the sites per the site
selection criteria and community and urban design issues. Three sites other than the expansion of the
current Police Department at the Civic Center (covered in Task 4) will be sdected for detailed study.
Preliminary Initial Environmental Study Checklist will be developed for all ten skes reviewed.
Site issues (unranked) to be considered may include:
¯Site area
¯Buildable area
"Expansion potential
"Perimeter security¯Geotechnical/seismic conditions¯Proximity to other city agencies¯Acquisition cost¯Ske improvement cost
.Points of access
.Ske location
¯Proximity to service areas¯Proximity to arterial roads¯Availability of public transportation
¯Neighborhood compatibilityoGeneral Plan and zoning consistency¯Site irLfrastructure availability¯Existing improvements
¯Environmental impact mitigation¯Topography¯Flooding
¯Development timetable¯Traffic impacts¯Economic or redevelopment benefits
¯Other
Task 3 Products shall be:o Dc,,clopment of site selection criteria¯Site survey and review up to 10 sites¯Review of environmental assessment data prepared in Task 6
¯Ranking of top three sites for detailed site analysis
¯Development of detailed site analysis for top three skes relative to site selection criteria
"Completion of initial environmental study check list for all sites¯Real estate appraisal of top three sites
.Detaihd site analysis of top three sites
C:kFILESkPS-BLDG~SCOPE.EXt
EXHIBIT A
Scope of Work for Consultant Services
Palo Alto Public Safety Building
Page 6 of 9 Pa~es.
Task 4 Detailed Structural and Architectural Analysis of Expanding the Existing
Police Department Facility at the Civic Center to Accommodate the Program of the
New Public Safety Building
This task will analyze the existing police facility for its suitability for expansion and its capacity to
function as an essential fac’dity and remain operational following a major earthquake after its expansion.
The task will include a structural and seismic evaluation of the existing structure and will develop a cost
estimate feasible structural concepts for the proposed expansion. The structural evaluation will define the
limits of retrofit for the existing construction sufficient to establish" feasibility and cost-effective
alternatives.
This task will also produce conceptual floor plans and stacking diagrams indicating possible Public Safety
Building organizational strategies at the expanded site and production of a cost analysis, reviewing the
option. Recommendations on departmental adjacencies, operational impacts, work flow, site and parking
requirements will be made.
Task 4 products shall include:
Item 1 Prepare computer models of the existing structure (including subgrade levels) with and without
the police department interconnected with the council chambers and tower. Apply 97 UBC
prescribed lateral forces to the models to ascertain the comparative impact of the police
department substructure on the shear walls in the tower and in the council chambers, and the
council chambers roof framing which links the substructures together. This will form a
"baseline" for comparison of the expansion alternatives.
Item 2 Prepare a computer model of the expanded police buildiag (i.e., four stories) which can be added
directly to the model of the tower, council chambers and subgrade parking. Create two
combined models: one to allow for and one to preclude connection between the expanded police
building to the adjacent substructures. Apply 97 UBC prescribed lateral forces for essential
facilities (-. 1.5) to both models. This will help to quantify the impact of the expanded police
building on the balance of the structure for the two scenarios. It will also define the extent of
retrofit which will be required for the existing construction in order to allow for the police
department to qualify as an "essential facility" per code.
kern 3 Prepare a letter report which summarizes the structural feasibility study and provide conclusions
and recommendations and which includes engineering sketches sufficient to describe the
structural concepts.
Item 4 *Conceptual Floor Plans
,Departmental Adjacencies
.Stacking Diagrams
-Site Analysis
.Cost Analysis
-Summary Documentation
C:kFILESkPS-BLDG~SCOPE.EXA
EXHIBIT A
~cope of Work for Consultant Services
Palo Alto Public Safety Building
Page 7 of 9 Pages.
Task 5 Environmental Assessment
A. Objectives and Approach
Wagstaff and Associates will prepare a comparative environmental screening of the three top ranked site
choices from Task 3 and prepare a preliminary initial study checklist for up to 10 sites reviewed. The
environmental screening exercise’will be designed to meet two objectives:
"To provide a preliminary Initial Study Cloecklist and determination for each site. Wagstaft and Associates
will complete an Initial Study checklist and narrative for each of the candidate sites, following the
city’s checklist format. The Initial Study Checklist results, particularly the list of mitigation
implications, associated with each of the three sites, will provide a principal basis for ranking the three
sites.
¯To rank the three sites in terms of comparative environmental implications. Wagstaff and Associates will
consider and rank the candidate sites from most to least environmentally preferable, based on the
environmental checklist results described above, with emphasis on identification of any key
environmental distinctions and any significant adverse impact factors ("fatal flaws") which may be
associated with each of the three ske choices (i.e., land use compatibility, noise compatibility, traffic,
safety, etc.). ’,
B. ’Environmental Assessment Methodology
Our recommended work program will produce an Administrative Draft Initial Study checklist comparison
and ranking document in six weeks following authorization to proceed and receipt of all relevant
background information. The environmental comparison work program will consist of the following
specific subtasks:
Subtask I. Ittitial Scoping and Project Description
Irtitial Staff Meeting
Initial Field Surveys
Initial Data Gathe .ring and Review
Project Description (Site Selection Program and Choices)
Clarification of Key Issues and Concerns
Subtask II. Comparative Environmental Analysis
An Initial Study checklist and narrative will be completed for each site. For each, the Initial Study will
incorporate the list of questions included in the city’s normal Initial Study environmental checklist form,
and will provide for one of the following answer choices for each impact issue: NO IMPACT, LESS
THAN SIGNIFICANT IMPACT, POTENTIALLY SIGNIFICANT IMPACT UNLESS
MITIGATION INCORPORATED, or POTENTIALLY SIGNIFICANT ADVERSE IMPACT. Each
of these answers will be followed by an explanatory narrative.
The following "checklist" items will be included:
¯Land Use and Planning
¯Population, Housing, and Employment
¯Geology/Earth
°Water (Drainage and Water Quality)
.Air Quality
C:kFILESkPS-BLD GkSCOPE.EXA
EXHIBIT A
Scope of Work for Consultant Services
*Traffic and Circulation
.Biological Resources
.Energy
*Mineral ResourcesoHazards
"Noise
°Public Services and Utilities
*Aesthedcs
*Cultural Resources
Palo Alto Public Safety Building
Page 8 of 9 Pages.
Subtask ]TI. Env~onmental Assessment Conclusions and Documentation
Administrative Draft Environmental Assessment. The results of the Subtask II analyses will be presented
in the form of three completed preliminary Initial Study checklists, each with accompanying narrative,
and all attached to a cover summary document, which will include:
a summary matrix showing the comparative results (impact determinations) for each site and each
impact category limed under Subtask II above; and
a brief narrative describing the preliminary environmental assessment conclusions in the form of an
"environmental ranking" of the three sites, with a brief explanation of the ranking, highlighting the
key environmental distinctions among the three sites.
An administrative draft version of this document will be submitted to the architect and city staff for
review and comment.
Public Release Environmental Assessment. Based on architect and city staff review of the administrative
draft, a public release version of the environmental assessment (preliminary initial study comparison) will
be prepared for public release.
Subtask IV. Meetings and Public Hearings
In addition to the initial staff meeting listed under Subtask I above, John Wagstaff or the Wags’taft and
Associates Project Manager would attend up to three additional meetings with the consultant team and/or
city staff, and up to .two public meetings.
Subtask V. Preparation of Project-Specific Environmental Documentation (Optional)
After city selection of a preferred site,.and completion of associated preliminary designs for the Public
Safety Building project, Wagstaff and Associates would be available to convert the preliminary Initial
Study completed above into a project-specific Initial Study.
Task 6 Conceptual Design
Based on the approved Architectural Program RDA shall prepare two conceptual designs for each of three
sites for the new Palo Alto Public Safety Building. The conceptual design for expansion of the existing
Police Facility at the Civic Center will be covered in Task 4. The conceptual design studies shall include
conceptual site plans, conceptual plan layouts and a rendering of the exterior of the proposed building on
each site indicating site context, massing, scale, height setbacks and style.
EXIff/BIT A
Scope of Work for Consultant Services
Palo Alto Public Safety Building
Page 9 of 9 Pages.
Task 6 products shall include:
¯Two each conceptual designs for three sites¯Conceptual drawings of the Public Safety Building on each site
¯Working meetings, discussions and incorporation of comments into the conceptual design
¯Three design working meetings
Task 7 Cost Estimation
RDA and its cost consultants shall prepare project cost estimates for devdoping a new Public Safety
Building at each of the three sites. The cost estimates shall be inclusive off acquisition of land and site
development costs, construction costs, furniture, fixtures and equipment costs, design, construction
management, testing and other "soft costs", telecommunication, data system and other related costs for
a fully operational Public Safety Building
Task 8 Project Development Report and Formal Presentations
RDA shall prepare 10 copies of a draft written and graphic report documenting the planning,
programming and conceptual design products developed for the new facility. The report will include an
architectural pi’ogram, design criteria, cost analysis, and shall provide recommendations on an optimum
concept. The report will also document environmental concerns and urban design impacts and describe
the functional requirements of the Public Safety providers. Following review of the draft document by
the City, RDA will incorporate review comments into a final document and produce 20 copies of a final
report for distribution by the City.
Task.8 products shall include:
¯Summary documentation
¯RDA will present the draft work and conceptual designs to the following Palo Alto Commissions or
Boards:
-ARB (1) meeting
-Planning Commission (1) meeting
-City Council (1) meeting
¯ 10 copies of written and graphic draft report
. Incorporation of review comments
¯20 copies of final report
Public Outreach and Community Process Meetings
Under the City’s direction, RDA and its project team shall provide services including but not limited to
organization and facilitation of community process meetings and preparation of meeting minute. The
work under this catagory shall only include expenses related to meeting. Other work shall be performed
under the respective tasks.
C:kFILF.SkPS-BLD G~SCOPE.EXA
EXHIBIT B
CITY OF PALO ALTO PUBLIC SAFETY BUILDING
Phase I - Project Development
Fee Schedule
The following fee schedule presents the contractual amounts for Phase 1, Project
Development, Services for the Palo Alto Public Safety Building. The individual task
amounts are forbudgetary purposes only. The TOTAL TASK AMOUNT is lump su.rn.
Public Outreach and Meetings and Reimbursable Expenses Allowance is time and
Materials. The total maximum contract amount is $240,700.
Task 1 -Project Orientation and Definition
Task 2 -Architectural Program
Task 3 -Site Survey and Selection
Task 4 -Existing Facility Assessment
Task 5 -Environmental Assessment
Task 6 -Conceptual Design
Task 7 -Cost Estimate
Task 8 -Project Development Report ,
TOTAL TASK AMOUNT (Lump Sum)
Public Outreach and Meetings (Time and Materials)
Reimbursable Expenses Allowance (Time and Materials)
TOTAL CONTKACT AMOUNT
$18,800
$26,5OO
$4O,OO0
$24,500
$11,700
$28,O0O
$10,900
$176,500-
$51,000
$240,700
ATTACHM]~NT C
ATTACHMENT D
City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
ATTN:FINANCE COMMITTEE
POLICY AND SERVICES COMMITTEE
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
POLICE & FIRE
DATE:
SUBJECT:
OCTOBER 20, 1997 CMR:431:97
PUBLIC SAFETY BUILDING - CONSULTANT CONTRACT SCOPE
OF SERVICES
RECOMMENDATION
Staff recommends that the Finance Committee and the Policy and Services Committee
approve the attached scope of services for consultant assistance with site evaluation and
selection, project development, and concept designs for a public safety building and direct
staff to issue a Request for Proposal (RFP) for consultant services.
DISCUSSION
On July 28, 1997, (CMR:342:97) Council authorized staff to initiate the formal process
needed for site selection and construction of a new public safety building and to. further
explore the alternative of expanding the current facility. The attached scope of services
includes all phases of the project, but specifically details consulting services for the project
development phase of the process. While the consultant will be chosen on its ability to
perform all phases of the project, only the project development phase would initially be
awarded.. If the project proceeds past the project development phase, the selected
consultant may be considered for the remaining project phases. Also attached is a project
schedule for all five phases of the project.
The scope of work for the project development phase includes site survey and selection,
architectural program development, design concept studies, preliminary environmental
analysis, project cost estimates and public meetings. In accordance with Council direction,
the scope also includes both further consideration to the build out and remodeling of the
current Police building, including a more detailed cost analysis, and the cost/benefit of
CMR:431:97 Page 1 of 3
moving-discrete public safety program areas to other city sites as an alternative to
constructing an entirely new public safety building.
The site evaluation/selection process will initially consider the following areas for possible
locations:
*Califomia Avenue/County Facilities
,Civic Center
,East ofBayshore Freeway
,South E1 Camino Real
*South of Forest Area
For each viable site, the consultant will develop two alternate space and site design concepts
in order to develop conceptual project costs.
The consultant will conduct interviews with key Police and Fire Department personnel to
confirm departmental and space needs and to develop an architectural program which
addresses the current and future space requirements needed to meet the operational
requirements of the City of Palo Alto public safety building. The architectural program will
also determine parking requirements, incOrporate current technology, determine regulatory
requirements, and assess the potential to locate the Emergency Operations Center in the
proposed building.
As part of the process, staff intends to form a citizen’s advisory group to provide feedback
and assistance in the selection of the consultant, the identification and evaluation of
possible sites, review of concept designs and the architectural program. The committee
would include: interested representatives from the University South Neighborhood
Association, Barron Park and/or Ventura Neighborhood Association, the Chamber of
Commerce, a member of the Architectural Review Board and Planning Commission and
CADA.
POLICY IMPLICATIONS.
The proposal is consistent with the City Council’s existing priority on inl~astructure and v~ith
the proposed Comprehensive’Plan section on Community Services and Facilities.
The costs for consultant services for the first phase of this project are estimated to be
$200,000. After proposals are received and a consultant selected, staff will return to the
Council with specific costs and a budget amendment ordinance at the time of the request
for approval of the actual consultant agreement.
CMR:431:97 Page 2 of 3
ENVIRONMENTAL ASSESSMENT
An initial environmental study checklist will be performed on the top three sites. An
environmental assessment will be performed on the preferred site during the next phase of
work in 1999, along with the preliminary design activities.
STEPS FOLLOWING APPROVAL
Staff will solicit proposals and select a consultant and return to Council
recommended consultant agreement after the first of the year.
with a
ATTACHMENTS
A - Scope of Services for the Public Safety Building
B - Project Schedule
PREPARED BY:John Carlson
Lynne Johnson
Judy Jewell
DEPARTMENT HEAD REVIEW:
GLENN S. ROBE/R.T~9;-iM~tor
Works
CHRIS DURKIN, Chief
Police Department
RUBEN
CITY MANAGER
City Manager
CMR:431:97 page 3 of 3
ATTACHMENT A
SCOPE OF WORK
PUBLIC SAFETY BUILDING
1. GENERAL INFORMATION
The Police Department is currently located in the south wing of the Civic Center. The
Fire Department Administration is dispersed among four sites, including the tower at the
Civic Center and three offsite fire stations. The Police and Fire Department
Administration would be located in the proposed phblic safety building with shared support
facilities.
The selected consultant will assist the City in the first phase, project development, of the
project. However, the consultant must have the~qualifications to provide services for all
phases of the project, i.e., project development, preliminary design, final design
(construction documents) and construction services. If the project proceeds beyond the
project dev.elopment phase, the consultant contract may be extended as each phase is
approved by the City.
2. DESCRIPTION OF PROJECT
The scope of work for the project development phase includes cost benefit alternatives, site
survey and selection, architectural program development, design concept studies,
preliminary environmental analysis, project cost estimates and public meetings. The City
has prepared a feasibility study, dated July 15, 1997, which provides preliminary
information on space needs, operational deficiencies of the existing facilities and concept
studies. The feasibility study is attached for reference.
3. PUBLIC SAFETY BUILDING WORKING GROUP
A Public Safety Building Citizen Advisory group will be established to assist the City and
the consultant in the site selection process and developing conceptual drawings. The group
will be comprised of City staff and City of Palo Alto residents and interest groups. The
group will meet approximately once a month during the Project Development phase of th6
project.
4. CONSULTANT SCOPE OF WORK
The scope of work shall consist of the following tasks:
Task 1 Alternatives to acquisition and full build out of new site, and associated
costs (new)
Consultant will meet with a working group, including staff from Public Works and
Administrative Services staff, to identify creative and cost effective opportunities to deal
with current site deficiencies. First deliverable will be a cost analysis of options other than
acquiring land and constructing a new, full Public Safety building. The options should
include, at a minimum:
Feasibility of moving any discrete, relatively independent Public Safety programs to
another site. Possibilities to be analyzed include, but should not be limited to:
Dispatch operations, Fire Administration, Parking and or/Traffic.
Costs associated with each of the above, or other programs considered. Costs should
include:
Rental of new space;
Building out at existing space at any of the following sites (or others, as
ideas are generated):
-the MSC,
-one of the Fire Stations,
-the leased Cubberley High School site,
-the Mitchell Park community center,
- as part of the new parking structure(s) being contemplated for
downtown,
- as part of the space currently occupied by the Police parking
garage,
-at another site recommended by the City staff;
Moving and remodeling costs and costs to upgrade for necessary technology.
A report will be delivered to City staff at the conclusion of this task. Depending on
cost/benefit, Tasks 2-8 may be approved for study at that time by the City Council.
Task 2 Site Survey and Selection
The consultant will meet with the working group to gather information and input to
develop the siting and selection criteria and to establish the list of possible sites. The
consultant should anticipate surveying between 10 and 15 sites which initially will be
located in the following areas:
¯California Avenue/County Facilities
¯Civic Center
¯East of Bayshore Freeway
¯South E1 Camino Real
¯South of Forest Area
Based on the selection criteria, the top three sites will be chosen. An initial environmental
study checklist shall be completed for the top three sites.
Task 3 Architectural Program Development
Consultant shall determine the current and future space requirements in qualitative and
quantitative terms to meet the operational requirements of the public safety building. The
work shall involve development of a list of desired programs and operational issues. The
consultant will conduct interviews with key Police and Fire Department personnel to
confirm departmental and space needs. The consultant will also review departmental
statistical trends, City service level expectations, and City demographic trends which will
impact departmental staffing and space needs. The architectural program shall also
determine parking requirements, incorporate current technology, determine code and
regulatory requirements, and provide an option for an Emergency Operations Center
within the proposed facilities.
Task 4 Conceptual Drawings
In order to aid in the visualization of potential facility designs, consultant shall prepare two
conceptual drawings of each of the top three sites, ~howing proposed architectural features
and operational layout of the building. The drawings shall incorporate comments and ideas
developed during the meetings outlined in Tasks 1 and 2. The consultant will meet With
the working group to gather information and input for developing the conceptual drawings.
Task 5 Cost Estimates
Conceptual .cost estimates will be for the top three sites and will include the cost of land,
siting requirements, construction, proposed parking, utility and infrastructure
requirements, design and construction management costs, and other related costs.
Task 6 Project Development Report
Consultant shall prepare ten copies of a draft report outlining the process involved in
developing the proposed site locations, architectural programs and conceptual designs.
Consultant shall discuss the recommended, design options, environmental concerns,
conceptual costs, potential uses and other related items.
After review of the draft document by the City and the working group, the consultant shall
incorporate written comments into a final report and prepare twenty copies for distribution
by City.
Task 7 Environmental Assessment
Consultant shall prepare a preliminary environmental screening and "fatal flaws".analysis
for the top three sites of the project in conformance, with the California Environmental
Quality Act.
Task 8 Meetings
Consultant shall prepare for and actively participate in the following meetings related to
Phase I tasks:
,Public Safety Building Working Group meetings: Fifteen total at approximately two
hours each.
*Community meetings: Three total at approximately fourhours each. Each meeting
may include a formal presentation.
.City Staff: Monthly meetings at approximately four hours each.
.Policy and Services Committee and Finance Committee: Two formal presentations
at approximately two hours each.
*Architectural Review Board presentation: One formal presentation at approximately
two hours.
.Planning Commission presentation: One formal presentation at approximately two
hours.
.City Council presentation: One formal presentation at approximately two hours.
Consultant shall prepare an agenda for City review prior to community meetings. Consultant
shall prepare meeting minutes (for distribution by City) within seven days after the meeting.
Meeting Minutes shall detail key discussion items, resolutions and action items.
5. SERVICES AND INFORMATION PROVIDED BY THE CITY
The following information or services will be provided by the City:
Existing utility information for each site.
Title Report for each of the sites.
Public Safety Building Feasibility Study, dated July 15, 1997.
6. FUTURE SERVICES (the following is provided for information only)
After the successful completion of Phase I activities, the City may elect to negotiate with
¯Consultant for Phase II, Preliminary Design services. The preliminary design shall be based
on the site selected in Phase I, Project Development.
After the successful completion of Phase I activities, the City may elect to negotiate with
consultant for Phase II, Preliminary Design, Phase III, Final Design, (Construction Plans,
Specifications and Construction Cost Estimates) and Phase IV, Construction Services.
Construction services will include responding to inquiries during the bidding process;
reviewing submittals, requests for information, change orders and pay requests; and attending
weekly construction meetings.
o
TO:
ATTACHMENT E
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
1
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
POLICE & FIRE
DATE:DECEMBER 8, 1997 CMR:490:97
SUBJECT:PUBLIC SAFETY BUILDING - CONSULTANT CONTRACT SCOPE
OF SERVICES
RECOMMENDATION
The Finance and Policies and Services Committees recommend that Council approve the
staff recommendation to approve the scope of services for consultant assistance with site
evaluation and selection, project development, and concept designs for a public safety
building and direct staff to issue a Request for Proposal (RFP) for consultant services.
DISCUSSION
On October 21, 1997 and November 12, 1997, the Finance Committee and the Policy and
Services Committee met, respectively, and unanimously approved the scope of work in
CMR:431:97 for the proposed consultant services. At the Committee meetings, staff
indicated that Tasks 1 .and 2 would be combined because both tasks are similar and
combining the tasks eliminated duplicated work. The revised scope of work is attached.
STEPS FOLLOWING APPROVAL
Staff will solicit proposals and select a consultant and return to
recommended consultant agreement after the first of the year.
Council with a
ATTACH2VlENTS
1 - Revised Scope of Work
2 - CMR:431:97
PREPARED BY:John Carlson
Lynne Johnson
Judy Jewell
~MR:490:97 Page 1 of 2
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS, Director
Publi(
HRIS DURKIN, Chief
Police Department
CITY MANAGER APPROVAL:
RUBEN GRIJALVA, Chief
Fire Department
~n~Y S~SON
Assistant City Manager
CMR:490:97 Page 2 of 2
ATTACHMENT 1
SCOPE OF WORK
PUBLIC SAFETY BUILDING
(REVISED)
1. GENERAL INFORMATION
The Police Department is currently located in the south wing of the Civic Center. The
Fire Department Administration is dispersed among four sites, including the tower at the
Civic Center and three offsite fire stations. The Police and Fire Department
Administration would be located in the proposed public safety building with shared support
facilities.
The selected consultant will assist the City in the first phase, project development, of the
project. However, the consultant must have the qualifications to provide services for all
phases of the project, i.e., project development, preliminary design, final design
(construction documents) and construction services. If the project proceeds beyond the
project development phase, the consultant contract may be extended as each phase is
approved by the City.
2. DESCRIPTION OF PROJECT :
The scope of work for the project development phase includes cost benefit alternatives, site
survey and selection, architectural program development, design concept studies,
preliminary environmental analysis, project cost estimates and public meetings. The City-
has prepared a feasibility study, dated July 15, 1997, which provides preliminary
information on space needs, operational deficiencies of the existing facilities and concept
studies. The feasibility study is attached for reference.
3. PUBLIC SAFETY BUILDING WORKING GROUP
A Public Safety Building Citizen Advisory group will be established to assist the City and
the consultant in the site selection process and developing conceptual drawings. The group
will be comprised of City staff and City of Palo Alto residents and interest groups. The
group will meet approximately once a month during the Project Development phase of the
project.
4. CONSULTANT SCOPE OF WORK
The scope of work shall consist of the following tasks:
Task 1 Site Survey and Selection
The consultant will meet with the working group to gather information and input to
develop the siting and selection criteria and to establish the list of possible sites. Using the
-1-
siting and selection criteria, the consultant shall evaluate each identified site, estimated at
10 to 15 sites. The sites, initially, will be located in the following areas:
¯ California Avenue/County Facilities
,Civic Center
¯East of Bayshore Freeway
¯South E1 Camino Real
-South of Forest Area
Based on the selection criteria, the top three sites will be chosen. An initial environmental
study checldist shall be completed for the top three sites.
Task 2 Architectural Program Development
Consultant shall determine the current and future space requirements in qualitative and
quantitative terms to meet the operational requirements of the public safety building. The
work shall involve development of a list of desired programs and operational issues. The
consultant will conduct interviews with key Police and Fire Department personnel to
confirm departmental and space needs. The consultant will also review departmental
statistical trends, City service level expectations, and City demographic trends which will
impact departmental staffing and space needs. The architectural program shall also
determine parking requirements, incorporate current technology, determine code and
regulatory requirements, and provide an option for an Emergency Operations Center
within the proposed facilities.
Task 3 Conceptual Drawings
In order to aid in the visualization of potential facility designs, consultant shall prepare two
conceptual drawings of each of the top three sites, showing proposed architectural features
and operational layout of the building. The drawings shall incorporate comments and ideas
developed during the meetings outlined in Tasks 1 and 2. The consultant will meet with
the working group to gather information and input for developing the conceptual drawings.
Task 4 Cost Estimates
Conceptual cost estimates will be for the top three sites and will include the cost of land,
siting requirements, construction, proposed parking, utility and infrastructure
requirements, design and construction management costs, and other related costs.
Task 5 Project Development Report
Consultant shall prepare ten copies of a draft report outlining the process involved in
developing the proposed site locations, architectural programs and conceptual designs.
-2-
Consultant shall discuss the recommended design options, environmental concerns,
conceptual costs, potential uses and other related items.
After review of the draft document by the City and the working group, the consultant shall
incorporate written comments into a final report and prepare 20 copies for distribution by
city.
Task 6 Environmental Assessment
Consultant shall prepare a preliminary environmental screening and "fatal flaws" analysis
for the top three sites of the project in conformance with the California Environmental
Quality Act.
Task 7 Meetings
Consultant shall prepare for and actively participate in the following meetings related to,
Phase I tasks:
¯ Public Safety Building Working Group meetings: Fifteen total at approximately two
hours each.
¯ Community meetings: Three total at approximately four hours each. Each meeting
may include a formal presentation.
-City Staff: Monthly meetings at approximately four hours each.
¯ Policy and Services Committee and Finance Committee: Two formal presentations
at approximately two hours each.
¯ Architectural Review Board presentation: One formal presentation at approximately
two hours.
¯ Planning Commission presentation: One formal presentation at approximately two
hours.
-City Council presentation: One formal presentation at approximately two hours.
Consultant shall prepare an agenda for City review prior to community meetings. Consultant
shall prepare meeting minutes (for distribution by City) within seven days after the meeting.
Meeting Minutes shall detail key discussion items, resolutions and action items.
5. SERVICES AND INFORMATION PROVIDED BY THE CITY
The following information or services Will be provided by the City:
Existing utility information for each site.
Title Report for each of the sites.
Public Safety Building Feasibility Study, dated July 15, 1997.
-3-
6. FUTURE SERVICES (the following is provided for information only)
After the successful completion of Phase I activities, the City may elect to negotiate with
consultant for Phase II, Preliminary Design services. The preliminary design shall be based
on the site selected in Phase I, Project Development.
After the successful completion of Phase I activities, the City may elect to negotiate with
consultant for Phase II, Preliminary Design, Phase III, Final Design, (Construction Plan.s,
Specifications and Construction Cost Estimates) and Phase IV, Construction Services.
Construction services will include responding to inquiries during the bidding process;
reviewing submittals, requests for information, change orders and pay requests; and attending
weekly construction meetings.
-4-
CiD’ of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FINANCE COMMITTEE
POLICY AND SERVICES COMM!TTEE
FROM:CITY MANAGER DEPARTMENT:PUBLIC WORKS
POLICE & FIRE
DATE:OCTOBER 20, 1997 CMR:431:97
SUBJECT:PUBLIC SAFETY BUILDING - CONSULTANT CONTRACT SCOPE
OF SERVICES
Staff recommends that the Finance Committee and the Policy and Services Committee
approve the attached scope of services for consultant assistance with site evaluation and
selection, project development, and concept designs ~’or a public safety building and direct.
staff to issue a Request for Proposal (RFP) for consultant services.
On July 28, 1997, (CMR:342:97) Council authorized staff to initiate the formal process
needed for site selection and construction of a new public safe.t-y building and to further
explore the alternative of expanding the current facility. The attached scope of services
includes all phases of the project, but specifically details consulting services for the project
development phase of the process. While the consultant will be chosen on its ability to
perform all phases of the project, only the project development phase would initially be
awarded. If the project proceeds past the proj.ect development phase, the selected
consultant may be considered for the remaining project phases. Also attached is a project
schedule for all five p’h-~es of th6 project~
:
The scope of work for the project development phase includes site survey and selection,
architectural program development, design concept studies, preliminary envirohrnental
analysis, project cost estimates and public meetings. In accordance with Council direction,
the scope also includes both further consideration to the build out and remodeling of the
current Police building, including a more detailed cost analysis, and the cost/benefit of
CMR:431:97 Page 1 of 3
moving discrete public safety program areas to other cit-y sites as an alternative to
constructing an entirely new public safer)’ building.
The site evaluation/selection process will initially consider the following areas for possible,
locations:
¯ California Avenue/County Facilities
¯ Civic Center
°East of Bayshore. Freeway
¯South El Camino Real
¯South of Forest Area
For each viable si.te, the consultant will develop two alternate space and site design concepts
in order to develop conceptual project costs.
The consultant will conduct interviews with key Police and Fire Department personnel to
confirm departmental and space needs and to develop an architectural program which
addresses the current and future space requirements needed to meet the operational
requirements of the City of Palo Alto public safety building. The architectural program will
also determine parking requirements, incorporate current technology, determine regulatory
requirements, and .assess the potential to locate the Emergency Operations Center in the
proposed building.
As part of the process, staff intends to form a citizen’s advisory group to provide feedback
and assistance in the selection of the consultant, the identification and evaluation of
possible sites, r~view of concept designs and the architectural program. The committee
would include: interested representatives from the University South Neighborhood
Association, Barron Park and/or Ventura Neighborhood Association, the Chamberof
Commerce, a member of the Architectural Review Board and Planning Commission and
CADA.
The proposal is consistent witli the City Council’s existing priority on infrastructure and with
the proposed Comprehensive Plan section on Community Services and Facilities.
The costs for consultant ~ervices for the first phase of this project are estimated to be
$200,000. After proposals are received and a consultant selected, staff will return to the
Council with specific costs and a budget amendment ordinance at the time of the request
for approval of the actual consultant agreement.
CMR:431:97 Page 2 of 3
ENWIRONMENTAL ASSESSMY.d~
An initial environmental study checklist will be performed on the top three sites. An
environmental assessment will be performed on the preferred site during the next phase of
work in 1999, along with the preliminary design activities.
~O~qT~G,APPRQ_YA~
Staff will solicit proposals and select a consultant and return
recommended consultant agreement after the first of the year.
to Council with
A - Scope of Services for the Public Safety Building
B - Project Schedule
PREPARED BY:John Carlson
Lynne Johnson
Judy Jewell
GLENN S. ROBE~7-l~tor
Works D~
CHRIS DURKIN, Chief
Police Department
,
RUBEN
CITY MANAGER APPROVAL:
I-UNE
City Manager
CMK:431:97 Page 3 of 3
SCOPE OF WORK
PUBLIC SAFETY BUILDING
ATTACHMENT A
1. GENERAL INFORMATION
The Police Department is currently located in the south wing of the Civic Center. The
Fire Department Administration is dispersed among four sites, including the tower at the
Civic Center and three offsite .fire stations. The Police and Fire Department
Administration would be located in the proposed phblic safety building with shared support
facilities.
The selected consultant will assist the City in the first phase, project development, of the
project. However, the consultant must have the qualifications to provide services for all
phases of the project, i.e., project development, preliminary design, final design
(construction documents) and construction services. If the project .proceeds beyond the
project development phase, the consultant contract may be extended as each phase is
approved by the City.
2. DESCRIPTION OF PROJECT
The scope of work for the project development phase includes cost benefit alternatives, site
survey and selection, architectural program development, design concept studies,
preliminary environmental analysis, project cost estimates and public meetings. The City
has prepared a feasibility study, dated July 15, 1997, which provides preliminary
information on space needs, operational deficiencies of the existing facilities and concept
studies. The feasibility study is attached for reference.
3. PUBLIC SAFETY BUILDING WORKING GROUP
A Public Safety Building Citizen Advisory group will be established to assist the City and
the consultant in the site selection process and developing conceptual drawings. The group
will be comprised of City staff and City of Palo Alto residents and interest groups. The
group will meet approximately once a month during the Project Development phase of the
project.
4. CONSULTANT SCOPE OF WORK
The scope of work shall consist of the following tasks:
Task 1 Alternatives to acquisition and full build out of new site, and associated
costs (new)
Consultant will meet with a working group, including staff from Public Works and
Administrative Services staff, to identify creative and cost effective opportunities to deal
with current site deficiencies. First deliverable will be a cost analysis of options other than
acquiring land and constructing a new, full Public Safety building. The options should
include, at a minimum:
Feasibilit-y of moving any discrete, relatively independent Public Safety programs to
another site. Possibilities to be analyzed include, but should not be limited to:
Dispatch operations, Fire Administration, Parking and or/Traffic.
Costs associated with each of the above, or other programs considered. Costs should
include:
Rental of new space;
Building out at existing space at any of the following sites (or others, as
ideas are generated):
-the MSC,
-one of the Fire Stations,
-the leased Cubberley High School site,
-the Mitchell Park community center,
- as part of the new parking structure(s) being contemplated for
downtown,
- as part of the space currently occupied by the Police parking
garage,
-at another site recommended by the City staff;
Moving and remodeling costs and costs to upgrade for necessary technology.
A report will be delivered to City staff.at the conclusion of this task. Depending on
cost/benefit, Tasks 2-8 may be approved for study at that time by the City Council.
Task 2 Site Survey and Selection
The consultant will meet with the working group to gather information and input to
develop the siting and selection criteria and to establish the list of possible sites. The
consultant should anticipate surveying between 10 and 15 sites which initially will be
located in the following areas:
¯ California Avenue/County Facilities
¯ Civic Center
-East of Bayshore Freeway
¯South El Camino Real
¯South of Forest Area
Based on the selection criteria, the top three sites will be chosen. An initial environmental
study checklist shall be completed for the top three sites.
Task 3 Architectural Program Development
Consultant shall determine the current and future space requirements in qualitative and
quantitative terms to meet the operational requirements of the public safety building. The
work shall involve devm...nent of a list of desired programs a,._ operational issues. The
consultant will conduct interviews with key Police and Fire Department personnel to
confirm departmental and space needs. The consultant will also review departme.ntal
statistical trends, Cit3’ service level expectations, and City demographic trends which will
impact departmental staffing and space needs. The architectural program shall also
determine parking requirements, incorporate current technology, determine code and
regulatory requirements, and provide an option for an Emergency Operations Center
within the proposed facilities.
Task 4 Conceptual Drawings
In order to aid in the visualization of potential facility designs, consultant shall prepare two
conceptual drawings of each of the top three sites, showing proposed architectural features
and operational layout of the building. The drawings shall incorporate comments and ideas
developed during the meetings outlined in Tasks 1 and 2. The consultant will meet with
the working group to gather information and input for developing the conceptual drawings.
Task 5 Cost Estimates
Conceptual cost estimates will be for the top three sites and will include the cost of land,
siting requirements, construction, proposed parking, utility and infrastructure.
requirements, design and construction management costs, and other related costs.
Task 6 Project Development Report
Consultant shall prepare ten copies of a draft report outlining the process involved in
developing the proposed site locations, architectural programs and conceptual designs.
Consultant shall discuss the recommended, design options, environmental concerns, -
conceptual costs, potential use~ and other related items.
After review of the draft document by the City and the working group, the consultant shall
incorporate written comments into a final report and prepare twenty copies for distribution
by City.
Task 7 Environmental Assessment
Consultant shall prepare a preliminary environmental screening aJad "fatal flaws" analysis
for the top three sites of the project in conformance with the California Environmental
Quality Act.
Task 8 Meetings
Consultant shall prepare for and actively participate in the following meetings related to
Phase I tasks:
,Public Safety Building Working Group meetings: Fifteen total at approximately two
hours each.
¯Community meet, ,: Three total at approximately four ,~ours each. Each meeting
may include a formal presentation.
¯Cit3" Staff: Monthly meetings at approximately four hours each.
¯Policy and Services Committee and Finance Committee: Two formal presentations
at approximately two hours each.
¯ Architectural Review Board presentation: One formal presentation at approximately
two hours.
¯ Planning Commission presentation: One formal presentation at approximately two
hours.
°City Council presentation: One formal presentation at approximately two hours.
Consultant shall prepare an agenda for City review prior to community meetings. Consultant
shall prepare meeting minutes (for distribution by City) within seven days after the meeting.
Meeting Minutes shall detail key discussion items, resolutions and action items.
5. SERVICES AND INFORMATION PROVIDED BY THE CITY
The following information or services will be provided by the City:
¯Existing u.tility information for each site.
¯Title Report for each of the sites.
°Public Safer3, Building Feasibility Study, dated July 13, 1997.
6. FUTURE SERVICES (the following is provided for information only)
After the successful completion of Phase I activities, the City may elect to negotiate with
consultant for Phase II, Preliminary Design services. The preliminary design shall be based
on the site selected in Phase I, Project Development.
After the successful completion of Phase I activities, the City may elect to negotiate with
consultant for Phase II, Preliminary Design, Phase III, Final Design, (C0nstruetion Plans,
Specifications and Construction Cost Estimates) and Phase IV, Construction Services.
Construction services will include responding to inquiries during the bidding process;
reviewing submittals, requests.for information, change orders and pay requests; and attending
weekly construction meetings.