Loading...
HomeMy WebLinkAboutStaff Report 110-07City of Palo Alto Manager’s Report TO:HONORABLE CITY COUNCIL FROM: DATE: CITY MANAGER FEBRUARY 5, 2007 DEPARTMENT: PUBLIC WORKS CMR:ll0:07 7 SUBJECT:APPROVAL OF A CONTRACT WITH KPA GROUP, INC., IN THE AMOUNT OF $299,661 FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR COLLEGE TERRACE LIBRARY AND CHILD CARE CENTER IMPROVEMENTS - CAPITAL IMPROVEMENT PROGRAM PROJECT PE-05010 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with the KPA Group, Inc., (Attachment A) in the amount of $299,661 for architectural and engineering design services for the College Terrace Library and Child Care Center Improvements PE-05010, including $272,419 for basic services and $27,242 for additional services. BACKGROUND The College Terrace Library was designed by architect Charles Sumner and was constructed in 1936. The building square footage is approximately 4,860 square feet. The main portion of the building is used as a public library while the south wing is leased to a daycare center. The building is classified as a Category 4 historical structure in the City’s historical building inventory and any modifications must comply with the Secretary of the Interior’s Standards for Rehabilitation. Replacement of the building’s materials will be with products that are in keeping with the architectural style, historic design requirements and library functionality. The building was identified in the 1996 Adamson Report as needing upgrades to all major building components such as heating, air conditioning, roofing, and electrical systems. The building is also in need of structural reinforcement in order to better prepare it to withstand a significant earthquake. The restrooms are not in compliance with Americans with Disabilities Act (ADA) accessibility guidelines. The child care center has recently been remodeled but will -be evaluated for potential upgrades to the air conditioning or other outdated systems. Furthermore, the building was constructed in 1936 over intersecting storm drain pipelines. A critical consideration for design is to upgrade the pipelines to prevent future sinkholes or flooding which can cause significant damage to the building. CMR:ll0:07 Page 1 of 4 The awarding of a contract for design services for the College Terrace Library was deferred by¯Council on June 12, 2006, so that staff could focus on Completing the Mitchell Park Library Space Study (CMR:260:06) by December 18, 2006. The Mitchell Park Library Space Study (Study) was completed and presented to the City Council at their December 4, 2006 meeting (CMR:434:06). The Study, which looked at the overall cost of improving City libraries, recommended $2.5 million in conceptual construction costs for College Terrace Library upgrades. DISCUSSION Scope of Services Description The purpose of the College Terrace Library and Child Care Center project is to repair or replace those parts of the library and child care center that are no longer serviceable, to structurally reinforce the building to resist seismic loading and to bring the building up to current accessibility codes. In addition to the seismic and ADA upgrades, the KPA Group’s work scope covers design services for the following items: painting of the interior and exterior of the building, window caulking and resealing; replacement of the clay tile roof, replacement of the interior flooring, replacement of heating and ventilation units, upgrade of the electric panels and wiring; repair of dry rot and termite damage; and repair or replacement of damaged landscaping. These repairs and renovations address the Library Service Model Analysis and Recommendations for infrastructure improvements to the College Terrace Library (CMR:429:06). During the initial site investigation, staff discovered that the library was apparently built on top of two intersecting storm drain lines. The manhole for the storm drain is directly beneath a closet and is therefore inaccessible to maintenance crews. Given the age and condition of the storm drain lines, staff recommends building a manhole access door into the floor of the closet and then lining the pipes with durable plastic lining to extend their life. Limited excavation would be required for this process. The storm drain work would be funded by CIP SD-06101 (Storm Drain System Replacement and Rehabilitation). The replacement and repairs of the library will be in keeping with the architectural style and historic design requirements of the library. The KPA Group will also provide construction cost estimates for the above work items as well as evaluate the current interior layout and recommend ways that circulation, material displays and other serviceability items might be improved. Summary of Solicitation Process Proposal Description Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Pre-proposal Meeting Date Number of Company Attendees at Pre-proposal Meeting Name/Number of Proposal College Terrace Library Seismic Upgrade and 1 year - design on!y 32 39 May 25, 2006 at 10:30 a.m. 19 CMR:ll0:07 Page 2 of 4 Number of Proposals Received: Company Name 1.The KPA Group 2.Don Dommer Associates 3.Garavaglia Architecture 4.Hamilton + Aitken Architects 5.Kodama Disefio 6.Cody Anderson Wasney Architects 7,Creegan + D’Angelo, Consulting Range of Proposal Amounts Submitted 7 Location (City, State) Oakland, CA Oakland, CA San Francisco, CA San Francisco, CA San Francisco, CA Palo Alto, CA San Jose, CA $i50,000-268,899 Selected interview? Yes No Yes No No No No for oral A Request for Proposals (RFP) for the College Terrace Library and Child Care Center design services was posted at the Civic Center and on the city website. An evaluation committee consisting of staff members from Public Works Engineering and the_ Library Depa~me_n_t reviewed the proposals. Two firms were invited to participate in oral interviews on July 26, 2006. The committee carefully reviewed each firm’s qualifications and submittal in response to the criteria identified in the RFP. The criteria used to select a firm were project management strengths and qualifications, design aesthetics and technical expertise. KPA Group was selected based on its extensive experience in library programming and design as opposed to the other firms submitting proposals, in addition, the KPA Group has worked on several other historic structures. The firm is exempt from complying with the financial disclosure provisions of the City’s conflict of interest code because the firm’s range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in nature. RESOURCE IMPACT Funding for the College Terrace Library design work is included in Capital Improvement Program project PE-05010, College Terrace Library and Child Care Center Improvements. The storm drain work would be funded by CIP SD-06101 (Storm Drain System Replacement and Rehabilitation). POLICY IMPLICATIONS This recommendation is consistent with Council’ s direction to the Library Advisory Commission to recommend a course of action for library programs and infrastructure and is consistent with the establishment of the Library as a Top 3 priority for 2006. The consultant will begin design work shortly after contract approval. Due to an increased staff worldoad related to the Mitchell Park Library and Community Center study, this project will proceed on a normal time schedule and not be fast-tracked. Completion of the design is anticipated to be in the summer of 2008. CMR:ll0:07 Page 3 of 4 ENVIRONMENTAL REVIEW The scope of services requires that all design and engineering work for the College Terrance Library comply with the Secretary of the Interior Standards for treatment of historic properties and Guidelines for preserving, rehabilitating, restoring and reconstructing historic properties. Therefore the maintenance, seismic upgrade, repair and rehabilitation to be done will be exempt from the California Environmental Quality Act (CEQA), under CEQA guidelines S. 15331. ATTACHMENTS Attachment A: Contract (includes Scope of Services and Certification of Nondiscrimination) PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: BENGARD Senior Engineer GLENN ROBERTS Director of Public Works Assistant City Manager CMR:ll0:07 Page 4 of 4 ATTACHMENT A CITY OF PALO ALTO CONTRACT NO. C07117374 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND THE KPA GROUP FOR PROFESSIONAL SERVICES COLLEGE TERRACE LIBRARY SEISMIC UPGRADE AND REHABILITATION This AGREEMENT is entered into , by and between the CITY OF PALO ALTO, a California Charter City ("CITY"), and The KPA Group, a corporation of the state of California with offices located at 300 Frank H. Ogawa Plaza, Suite 50, Oakland, CA 94612 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to rehabilitate and seismically upgrade College Terrace Library and Daycare Center("Project") and desires to engage a consultant to provide design and construction administration services in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION I. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of al! Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through completion of the services unless terminated earlier pursuant to Section 21 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the ~ term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed two hundred seventy-two thousand four hundred nineteen Dollars ($272}419.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed two hundred ninety-nine thousand six hundred sixty-one Dollars ($299,661.00)~. The applicable rates and schedule of.payment are set out in Exhibit ~C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit ~C~. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit ~A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed ~and the applicable charges (including an identification of personnel" who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "C"). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. Send all invoices to the CITY attention the Project Manager. The Project Manager is: Karen Bengard, Dept.: Public Works, Engineering Division, P.O. BOX 10250, Palo Alto, CA 94303, Telephone: 650-329-2636. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. 050310 2 CITY OF PALO ALTO CONTRACT NO. C07117374 All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall submit drawings and calculations to the CITY for plan check and shall respond to plan check comments from the CITY. CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. . ~ SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities in the design documents discovered prior to and during the course of. construction of the Project. The parties acknowledge ¯ that CONSULTANT’s services under this agreement include work within .existing facilities in which existing conditions cannot be fully verified without performing demolition work. CITY acknowledges that the services do not include any demolition work to allow full verification of existing conditions. Accordingly, CONSULTANT’s obligation to correct errors, omissions, or ambiguities in the design documents shall not extend to errors, omissions, or ambiguities resulting from conditions that could not reasonably be verified by CONSULTANT without performing demolition. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for ~aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. 050310 3 CITY OF PALO ALTO CONTRACT NO. C07117374 SECTION I0. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for ~employing or engaging all ¯ persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shall be responsible for their performance. SECTION ii. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this~Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent~of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Notwithstanding Section ii above, CITY agrees that subconsultants may be used to complete ~the Services. The subconsultants authorized by CITY to perform work on this Project are: I. Glumac 4. KELLCO 2. URS 5. Garavaglia Architecture 3. Faithful & Gould 6. Stockton Associates CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. Any ~communications with subconsultants shall be through CONSULTANT. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Michael Shanus as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and Matthew Inadomi as the project coordinator to represent CONSULTANT during the day-to-day work on the Project. If circumstances or 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 conditions subsequent to the execution of this Agreement cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The citY manager will represent CITY for all purposes under this Agreement. Karen Bengard is designated as the project manager ~for the~CITY and.will be assisted by Woojae Kim, the Project Engineer. The project manager .will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may. designate an alternate project manager from time to time. SECTION 14. DUTIES OF CITY. To assist CONSULTANT in the performance of the Sez-vices, CITY will furnish~ or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 15. OWNERSHIP OF MATERIALS. 15.1. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests (including all copyrightable interests arising under the 1990 Architectural Works Copyright Protection Act) developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available~ to any individual or organization without the prior written approval of the city manager or designee. 15:2. In addition to the provisions of Subsection 15.1., above, the .following shall apply to all plans, drawings, specifications, and related reports and documents, and electronic equivalents-(collectively "Plans") developed pursuant to this Agreement: 15.1.1. CITY shall have the right to reproduce and use the Plans forpurposes of the Project that is the subject of this Agreement, including, but not limited to, any use associated with construction, reconstruction, modification, management, maintenance, and renovation of the Project. 050310 5 CITY OF PALO ALTO CONTRACT NO. C07117374 15.2.2. CITY shall have the right to reproduce, use and modify the PLANS, or portions thereof, in the design and construction of any other future CITY project. CITY acknowledges that CONSULTANT does not warrant the suitability of the PLANS for reuse other than as needed for the Project that is the subject of this AGREEMENT. 15.2.3. The. right of the CITY to modify and reuse the PLANS pursuant to this Subsection 15.2. is subject to the provisions of California Business and Professions Code Sections 5536.25, 6735, 6735.3 or 6735.4, whichever is applicable. SECTION 16. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining, to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least, three (3) years after the expiration or earliertermination of this Agreement. SECTION 17. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its~ Council members, officers, employees and agents (each an ~Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (~Claims") that arise out of, pertain to, or relate to the negligence., recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. In no event shall the Contractor hired by the City to construct the building be considered to be an agent of the CITY. Notwithstanding the above, nothing in this Section 17 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 17 shall survive the expiration or early termination of this Agreement. SECTION 18. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of~the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 SECTION 19. INSURANCE. 19.1.CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement namingthe City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 19.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, similar insurance coverage, naming CITY as an additional insured under such policies as required above. 19.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. 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 materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days! prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 19.4.The procuring of such required policy or policies of ±nsurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. 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 Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 20. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, 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 and during the performance of the Services. 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 SECTION 21. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 21.1.The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (i0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 21.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 21.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or .not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. If there is no activity on the project for a period of 120 or more days, then the project will be considered terminated. 21.4.Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., i0 days after giving notice) of suspension or termination; provided, however, if this Agreement 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 acting in the reasonable exercise of his/her discretion 21.5. 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 Agreement. SECTION 22. NOTICES. 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 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 SECTION 23. CONFLICT OF INTEREST. 23.1.In accepting this Agreement, 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 Services. 23.2.CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee ofciTY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 23.3. If the Project Manager determines that CONSULTANT is a ~Consultant" as that term is defined by the Regulations-of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 24. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code~ section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, kncluding completing the form furnished by CITY and set forth in Exhibit "E" SECTION 25.MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2.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. 25.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 050310 9 CITY OF PALO ALTO CONTRACT NO. C07117374 25.4.This document represents the entire and integrated agreement 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 parties. 25.5.The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 25.6.If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement 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 Agreement are no longer available. The CITY will give the CONSULTANT w~itten notice within I0 days of this occurrence. This Section 25.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. 050310 CITY OF PALO A!~TO CONTRACT NO. C07117374 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney Assistant City Manager APPROVED: Director of Administrative Services Taxpayer Identification No. (Co~pl iance with Corp. Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B": EXHIBIT "C" : EXHIBIT "C-I": EXHIBIT "D" : EXHIBIT "E": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION HOURLY RATES INSURANCE NONDISCRIMINATION COMPLIANCE FORM 050310 ii > CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 1 of~13 College Terrace Library Seismic Upgrade and Rehabilitation Design Services - CIP # PE-05010 DESCRIPTION OF PROJECT: The Consultant to provide design and construction administration services for rehabilitation of the College Terrace Library ("Library") and daycare located at 2300 Wellesley Avenue. The purpose of the project is to repair or replace thoseparts of the Library and daycare center that are no longer serviceable, to structurally reinforce the building to resist seismic loading, and to bring the building up to Current accessibility codes. The project is not intended to move walls or otherwise change the layout of either the library or daycare areas except. as may be needed to accommodate structural changes due to seismic or other infrastructure work. The Library shall be studied for possible operational and space needs upgrade. Desks, bookshelves, cabinets and other equipment not considered part of the building’s infrastructure may be considered for replacement or upgrade as needed for accessibility compliance and future library operations. The crawl space for the building and the lawn area are frequently saturated with water possibly due to poor grading. Building items that are worn (such as carpet), damaged or nearing the end of their useful life shall be replaced. Items that are merely old but otherwise functioning would remain. Items such as ceiling lightingwhich are ~old but still functioning properly may be replaced if the functionality is not sufficient for current intended usage or not sufficiently energy efficient. Replacement of all such materials would be with products that are in keeping with the architectural style and historic design requirements of the library and library functionality. The Library is a Category 4 building on the City historical inventory which implies that significant architectural modifications are subject to review by the City of Palo Alto’s Historical Resources Board (HRB). If the design changes to the building are considerable, HRB members shall be consulted early in the project. In any case, any modifications made to this historic building must comply with the Secretary of Interior’s Standards for Rehabilitation. Retain a historic architect to ensure that the building is appropriately treated. CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services PROJECT GOALS: Exhibit A Page 2 of 13 The main priority of the project is to seismically upgrade the building to code. A structural analysis shall be performed. Based on the results of the analysis, a design shall be prepared that will reinforce the building to better withstand a significant seismic event per current building codes. The proposed design shall have as little operational and aesthetic impact as possible, particularly because the building has historical significance. Due to the magnitude of the project, the Library and the daycare center is required to be made fully compliant with the Americans with Disabilities Act (ADA) and associated building codes. As mentioned before, some of the entrances to the building were upgraded in 1998 with intent to make them accessible per ADA. The Consultant shall survey the entire building for accessibility issues and propose designs for compliance. Depending on the amount of exterior changes to the building, the designs are subject to Architectural Review Board (ARB). and HRB review. ARB and HRB reviews are public meetings and require application package submittals consisting of conceptual drawings and renderings. In addition to seismic and ADA evaluation and design, special studies shall be conducted to assess conditions of the Library and daycare center. Building components such as the clay tile roof, paint, caulking for windows, flooring, gas heaters, ventilation units, plumbing and light fixtures, electric panels, and electric wiring may be at the end of their lifecycle.. Upon assessment of current conditions, the City may choose to repair or replace components if possible within construction budget. The project construction budget is $2 million. The items needing repair or replacement shall be prioritized according to safety necessity and cost. The Library was built over intersecting main storm drain pipes. There is a manhole under the crawl space of the daycare center for which access is necessary for future maintenance. The Consultant shall propose methods and design to upgrade the storm drain lines running under the building. Possible solution is to inline the pipes to prevent future .failures and prolong the lifespan. Latch system shall be designed to provide access to existing manhole. CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 3 of 13 The City has retained a landscape architect who prepared preliminary drawings for landscape improvements on site. For the final landscape design, the City’s landscape architect shall work with the Consultant for any coordination issues. The Consultant shall incorporate the landscape drawings and specifications into the construction document set. The cost estimate for the landscape work shall be provided by the City’s landscape architect and the construction funds for the work is not part of the $2million dollar project budget. All efforts shall be made to conduct evaluations and special studies when facilities are closed or apply methods to avoid impacts and maintain safety for staff and patrons of the library and the daycare center. As a part of this project, the City intends to incorporate sustainable design strategies in accordance with the City’s Green Building Policy included in Attachment 3. Design for building components shall optimize library operations, and allowed for a sustainable balance of first costs vs. long-term maintenance. Prepare a plan for strategic phasing and coordination of construction to guarantee minimal impact on library and daycare operations. Temporary relocation during construction can be considered if feasible. The plan shall include trailers or modular structures needed for temporary facilities..~ If no.space for temporary building is available on-site, the City shall identify an alternate location for the temporary facility. The Consultant shall hire a professional cost estimating consultant to verify and prepare cost estimates for the Library and daycare upgrade and rehabilitation work. The cost estimating consultant shall verify costs provided in s~ructurai analysis, and other evaluations and studies for proposed work. In addition, the professiona! estimator shall provide construction cost estimates during the preliminary design and construction document stages. The cost estimate shall reflect current local Bay Area construction market and shall refer to other similar library projects recently bid. The construction estimate shall include all related costs for moving, temporary storage for books and other materials in the Library’s collection as well as furniture and equipment, trailer or alternate building rental for the Library and daycare center, projected inflation costs, furniture needed for ADA compliance, CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 4 of 13 etc. as needed. Books and other library materials require appropriate storage conditions. The professional cost estimating consultant shall also prepare a conceptual cost estimate if the Library and daycare center were to be demolished and rebuilt with a comparable building on site. This budgetary estimate can be presented in a cost per square foot type basis. The purpose of the rebuild estimate is to justify the rehabilitation cost of the building for the City to proceed with this project. PROJECT TASKS: PHASE 1 - EVALUATIONS AND DESIGN In this phase, the building systems and components shall be evaluated for structural integrity, ADA compliance, conditions of building elements and site, dry rot/termite and mold issues, and hazardous materials. Survey of the building corners, property lines and site shall be provided. Conduct studies of. the intersecting storm drain lines under the building. Compile all reports, findings and proposalsfrom Tasks A, B and C and submit a final report for the City’s review. From the final report and after discussions with the City staff, the Consultant shall develop the project program scope, project budget, guidelines for the construction process, schedule for the FY06/FY07 rehabilitation program and plan for design. Task A: STRUCTURAL SYSTEMS ANALYSIS Evaluate the structural systems for the Library and daycare center for deficiencies and propose methods to make building conform to structural requirements of California Code of Regulations, Title 24, and the 2001 California Building Code. Propose retrofit option that shall have the least impact to the building which maybe subjected to ARB and HRB review. Perform geological hazards evaluation and geotechnical engineering report. Further state if any equipment or furnishings need to be anchored for seismic safety per code. Submit structural evaluation report with recommendation for upgrade for the City’s review before finalizing. With the analysis, provide cost estimates for the proposed structural upgrade work, and identify any work or dollar limits that might trigger additional code requirements or remodeling. CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 5 of 13 Deliverable: Structural analysis - Five (5) copies Proposal for seismic retrofit with cost estimates - Five (5) copies Task B: ACCESSIBILITY SURVEY AND EVALUATION Survey and identify accessibility items not conforming to Americans withDisability Act, California Code of Regulations, Title 24, and the 2001 California Building Code. Propose .minimum requirements and cost to bring the Library and daycare center to accessibility code compliance. Areas to survey are, but not limited to, parking lot, path of travel, signage, entrances, public phone, drinking fountain, bathrooms, walkway clearances, circulation and reference desks, and others public and staff areas. Proposals for accessibility upgrade shal! be subjected to ARB and HRB review. Submit accessibility survey and recommendations to the City for review before finalizing. Deliverable: Accessibility survey findings and recommendations with cost estimates - Five (5) copies Task C: SPECIAL STUDIES Buildin~ Components Evaluation: In addition t~ the seismic and ADA evaluations, conduct special studies to assess conditions of the Library and daycare center. Pending construction budget, it is anticipated that the following areas, but not limited to, may require work: interior and exterior painting; caulk and reseal windows; clay tile roof; interior flooring; restrcoms; two heating and ventilation units;. electric panels; miscellaneous dry rot and termite repair; any damaged equipment such as sinks, light fixtures, plumbing fixtures, etc.; and any outdated communication and electrical wiring. The ground under the building is often saturated with water. This might be because of poor drainage on site. Investigate this issue and make recommendations for repair. Provide assessment on feasibility for installing centralized HVAC system for the Library and daycare center. The building shall be also assessed for fire protectionsystem requirements. Depending on the valuation of the building and the amount of construction work expected, installation of fire sprinkler CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 6 of 13 system may be required by the Building Department. If required, new fire sprinkler system design shall be incorporated into the construction documents. The Consultant shall complete a~ survey of building elements to identify and quantify deterioration for review by the City. The items needing repair or replacement shall be prioritized according to safety, necessity and costs.Meet with City representatives to review findings from special studies, and make decisions on a final repair program to strategize for prepare for preliminary design. Hazardous Materials Study: Hazardous material testing is required wherever the building may be disturbed during construction. Provide a hazardous material testing report and abatement plans and specifications that is project specific. Keep in mind the operational hours of the facilities and assume that the facilities cannot be shutdown during open hours. Storm Drain Lines Study: Review existing condition of the storm drain lines under the Library. Work with the Public Works Storm Drain Engineering group and propose method to upgrade the pipelines from future failures. Propose access systems for storm drain manhole located under the daycare center crawl space. Survey: The Consultant shall conduct a field survey of the Library and daycare center perimeter to determine topographic elevations to address site drainage issues around the building. Deliverable: Comprehensive building component evaluation and recommendations with cost estimates - Five (5) copies Hazardous materials study and abatement plans and specifications with cost estimates - Five (5) copies Storm drain lines study and proposal for upgrade with cost estimates - Five (5) copies Survey drawings - Five (5) copies CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 7 of 13 Task D: PRELIMINARY DESIGN AND FINAL REPORT Compile all reports, findings and proposals from Tasks A, B and C and submit a final report for the City’s review. From the final report and after discussions with the City staff, the Consultant shall develop the project program scope, project budget, 35% design documents, guidelines for the construction process, and schedule for the FY06/FY07 rehabilitation program. The proposed architectural and engineered systems shall be identified and designed to 35% preliminary drawings for the purpose of preparing a cost estimate, and for presenting to the City Council, Library Commission and at ARB and HRB Workshops. In preparation for HRB Workshops, the Consultant shall retain a historic building professional approved by the City to assist with historical review process. At minimum for preliminary design submittal, layout plans, elevations, cross-sections, building systems design,¯ foundation plans, and site improvement drawings shall be submitted. Deliverable: Final report with cost estimates and summary of key points and recommendations of all evaluations and studies in Tasks A, B, and C - Seven (7) copies Project program scope - Five (5) copies 35% design documents - Five (5) half size drawings and~two (3) full size Task E: CONSTRUCTION DOCUMENTS Further develop architectural and engineering criteria.from preliminary design to final construction plans and specifications to implement the upgrade and rehabilitation improvements. Finalize the design including temporary relocation and phasing plans approved by the Council, ARB, HRB, and the City staff. Construction documents shall be submitted to the City at 65%, 90% and 100% completions. The Consultant shall be responsible for submitting the final construction documents to the Building Department to secure a building permit. Permit fees shall be paid by the City but the permit cost shall be included in the project cost estimation. The Consultant shall be responsible for the following, but not limited to: CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 8 of 13 -Verifying final project scope with the City and discuss budget issues. -Prepare drawing sheets for all levels of trades and provide detail cuts to locate appropriate repair. Prepare technical specifications required to complete this work. These specifications shall include the front end of the specification (i.e., Bid Forms, General Conditions, General Requirements, etc.) so that Construction Documents may be submitted for the bid process. Anticipate using the City’s standard front end specifications, including General Conditions. -Required construction controls shall be included in these documents. -Incorporate landscaping improvement design into .the construction document set. Before 65% submittal, the Consultant shall meet with the City to develop specific project requirements for construction, temporary facilities, phasing and safety. It will be important that these items are reviewed prior to Construction Document preparation and specifications development. As part of the City’s general and special provisions, the following work items shall be addressed as well: -Tree Protection -Prepare required contractor construction sequencing to minimize disruption to public and staff, the parking and adjacent buildings. Review the City’s requirements or concerns that will affect construction .such as noise restrictions, dust and fume controls, required construction signage, barricades, construction safety, etc. The construction process will have an influence on’ the neighboring buildings and tenants. The Consultant shall review all aspects of the construction process to minimize the potential impact of construction. Deliverable: 65%, 90% and 100% construction documents - Five (5) half size drawings and two (3) full size Guidelines for the construction process such as noise prevention, phasing, temporary relocation, coordination, etc CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Task F: COST ESTIMATES Exhibit A Page 9 of 13 The Consultant shall retain a professional cost estimating firm to verify and provide construction estimates. The estimating firm shall verify the cost figures for recommended work in the final report. With each submittal for the preliminary design and construction document (35%, 65% and 90% design), the estimating firm shall provide detailed and itemized cost estimate for construction and all related work. Ensure that cost estimates verified and provided are accurate figures based on local market index, market data, escalation and comparable. projects. In the past few months, many of the lowest bids for Public Works Engineering projects in the City have been well over 30% above the architect’s estimates. Furthermore, since public library and daycare center projects are sensitive in nature for dealing with noise, interruptions, safety and operational needs, construction costs require higher level of detail and due diligence. Present cost estimates in detail including all related costs such as, but not limited to, construction costs, general and special conditions, contingencies, the City provisions, phasing, inflation to project construction start, and temporary facilities and relocations and necessary. During the preliminary design task, itemize, forecast and summarize all costs established for the project program in a format suitable for presentation to the City Council. The cost estimating firm shall also provide a budgetary figure on how much it would cost to rebuild the Library and the daycare center with similar footprint, building type and architecture. This estimate shall be provided in conjunction with preliminary design cost estimate for Task D. The purpose of this is to have a comparison cost study to justify rehabilitation of the building rather than rebuilding. The estimate can be provided in cost per square foot basis or in other methods as appropriate. Comprehensive project budget rebuilding shall including, but not limited to, all design, soft costs, contingencies and construction costs, furniture, shelving, inflation, phasing costs and temporary facility costs Deliverable: Construction Cost estimates at 35%, 65% and 90% submittals - Five (5) copies CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page I0 of 13 Budgetary cost estimate for rebuilding the entire building - Five (5) copies TASK G: PROJECT MANAGEMENT, SCHEDULE AND MEETINGS Project management shall be an integral part of the Consultant’s services. The Consultant shall coordinate with the subconsultants, and City staff and monitor all activities, schedule, and budgets of the project. The Consultant shall assist the City in organizing and conduct meetings to coordinate activities and gather information. The Consultant shall provide the City with the project schedule and update the City regarding . the progress on a periodic basis and as needed. Refer to ~Project Schedule Criteria" for critical milestones for general timeline expected by the City. The Consultant shall keep the City informed of all potential problems and issues in a timely manner. The Consultant shall be responsible for the following, but not limited to: Advising the City on project management and coordination. Within 14 calendar days from the issuance of Notice to Proceed, the Consultant is. required to submit a detailed project schedule for the design phase identifying each consultant and subconsultant tasks, milestones, and the critical path for the City acceptance. During the preliminary design task, incorporate construction duration and phasing in the project schedule and submit for review. Prepare a realistic and attainable schedule for review and acceptance by the City. A comprehensive project schedule shall be prepared outlining the proposed timeline of the project through implementation and occupation. The project schedule shall be revised with every update to the project and as required by the City. The City shall set up the meetings but the Consultant shall coordinate, chair and prepare agendas and minutes. The Consultant shall attend meetings and make presentations to the ARB, HRB, Library Commission and the City Council for approval of design as necessary. Provide necessary presentation materials or each meetings. The Consultant shall be required to actively participate or present materials at following meetingsduring Phase i: CITY OF PALO A~TO CONTRACT NO. C07117374 Scope of Services Exhibit A Page ii of 13 Project Kick-off Meeting. Meet with the City representatives to go over scope, approach plan and schedule of work Interviews with Facilities Division and Library and daycare staff. -Meetings as needed to discuss evaluations, studies, conceptual plans and sustainable design strategies. -Meetings as needed to discuss program scope for preliminary design, final reports and cost estimates -Meetings as needed to discuss preliminary design submittal -Three workshop meetings each with HRB and ARB regarding preliminary design’ Two presentation meetings each to Library Commission, Planning Commission and the City Council Meeting to finalize-program scope, budget, schedule and start construction documents Five meetings to go over construction document submittals Meeting to inform and obtain inputs from neighbors Meeting for building permit issues Deliverable: Comprehensive Project Schedule (Seelist below identifying meetings and attached Project Milestones) - Five (5) copies Presentation materials for ARB, HRB, Library Commission and the City Counci! Agendas, meeting minutes and progress reports TASK H; REIMBURSABLE EXPENSES Costs for deliverables for each task shall be separated out here. Travel expenses for site visits and project meetings shall be included in Task G and not here in .reimbursable. The City shall reimburse reimbursable expenses at cost plus 15%. Expenses for which Consultant shall be reimbursed are: -Costs of Reproduction for formal submissions. -Presentation materials. -Costs of courier services. All requests for payment of expenses shall be accompanied by appropriate backup information. PHASE 2 -CONSTRUCTION ADMINISTRATION CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 12 of 13 Fee for this phase shall be negotiated prior to construction. It is presented herein for information only. The extent of construction administration services may be consequential to outcome of design phase. Task I: CONSTRUCTION ADMINISTRATION During the construction phase of the project, assist the City in bidding process, preconstruction meeting, review of submittals and construction progress, responding to request for information, preparing change orders, visit site twice monthly in conjunction with project meetings, signing off on key construction elements, preparing final punch lists, signing off on the project, and provide electronic as-build documents. The Consultant shall provide more frequent on-site observation and be available for immediate response to contractor and City questions. Assistance in the bidding phase shall include, but not limited to, the following services: Assist in identifying and soliciting qualified contractors. Respond to contractor’ s questions during the bidding process. -Issue project addenda as necessary. -Assist and document the pre-bid conference. -Tabulate .and review contractor bids. -Provide our comments and recommendations for the award of contract. Other construction management assistance shall include, but not limited to, the following: -Review contractor submittals, procedural submittals, etc. -Preparation of bulletins and change orders as necessary to address changes in the work based on existing conditions. Attend and document preconstruction meeting with the Contractor. Attend and document bi-month progress meetings with representatives of the contractor to coordinate work and maintain project communication. This meeting shall be held in conjunction with the site visits. Minutes with specific "actions required" shall be issued to help in keeping the CITY OF PALO ALTO CONTRACT NO. C07117374 Scope of Services Exhibit A Page 13 of 13 project on schedule. Provide periodic review~ of construction with respect to general conformance to the contract documents. Assist in observing and recording the restoration work progress and verify that, in general, the work complies w±th the intent of the plans and specifications. Prepare a written report for each site visit. Well documented field review reports provide a timely written summary of actions required by the contractor. Review contractor pay requests. Assist in documentation of construction quantities where unit pricing is used for each contractor pay request. Preparation of a project punch list upon completion of the work. Provide electronic file of updated as-built drawings with one hardcopy. Construction Phase -Pre-bid conference meeting -Preconstruction meeting -Bi-monthly site visit/construction progress meetings with the contractor and the City. -Site meeting to prepare punch list -Project sign-off Deliverable: -Meeting minutes and site visit reports -Provide electronic file of updated as-built drawings with one hardcopy. ADDITIONAL SERVICES Performance of Additional Services and related fees shall be negotiated in advance of any work and approved in writing by the Project Manager. Additional Services may consist of, but are not limited to, the following: -Additional meetings the City staff or Advisory Groups -Additional testing or inspection services requested required by the City beyond the Scope of Work or CITY OF PALO ALTO CONTP~ACT NO. C07117374 EXHIBIT ~B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY So long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Design Phase: i. Kick-off meeting 2. Complete all evaluations/studies and draft program scope 3. Complete 35% design drawings 4. City review and revisions 5. Obtain ARB, HRB, and City Council approval for design 6. 65% Construction Documents 7. 90% Construction Documents 8. Final Construction Documents 9. Obtain building permit Construction Administration Phase: i. Begin-construction administration 2. Complete construction administration Completion Number of Weeks from NTP i0 14 17 23 27 33 -36 48 49 i01 050310 1 CITY OF PALO ALTO CONTRACT NO. C07117374 EXHIBIT ~C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of thisAgreement, and as set forth in the budget schidule below. Compensation shall be calculated based on the hourly rate schedule attached as Exhibit C-I up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit ~A" (~Basic Services") and reimbursable expenses shall not exceed $272,419.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $299,661.00. Any work performed or expenses incurred for which payment would result in a total exceeding. the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted be!ow. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $272,419.00 and the total compensation for Additional Services does not exceed $27,242.00. BUDGET SCHEDULE NOT TO,EXCEED AMOUNT Task A (Structural Systems Analysis) $17,100 Task B $10,840 (Accessibility Survey and Evaluation) Task C (Special Studies) $52,565 Task D $25,290 (Preliminary Design and Final Report) Task E (Construction Documents) $56,350 Task F (Cost Estimate) $13,350 Task G $43,164 (Project Management, Schedule and Meetings) 050310 1 CITY OF PALO ALTO CONTRACT NO. C07117374 Task H (Reimbursable Expenses) $12,100 Task I (Construction Administration) $41,660 Sub-total Basic Services & Reimbursable Expenses Additional Services (Not to Exceed) MAXIMUM TOTAL COMPENSATION $272,419 $27,242 $299,661.00 REIMBURSABLE EXPENSES CITY shall reimburse CONSULTANT for reimbursable expenses at cost plus 10%.Expenses for which CONSULTANT shall be reimbursed are: A:Travel outside the San Francisco Bay Area. B.Costs of printing formal submissions. C.Courier and long distance telephone charges. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $i,000.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide Additional Services only by advanced,~ written authorization from the CITY. The CONSULTANT, at. the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-I. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement 050310 2 CITY OF PALO ALTO CONTRACT NO. C07117374 EXHIBIT ~C-I" HOURLY RATE SCHEDULE The KPA group Classification Principal Senior Architect/Engineer Junior Architect/Engineer CAD Administration Hourly Rate $160 - $185/hr. $125 - $155/hr. $90 - $125/hr $60 - $80/hr. $60 ~ $70/hr. 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 EXHIBIT ~C-I" HOURLY RATE SCHEDULE Glumac Classification Principal Associate Principal Senior Associate Associate Senior Project Engineer Project Engineer Senior Design Engineer Design Engineer Senior Designer Designer CAD Designer CAD Operator Word Processor Clerical Hourly Rate $200/hr. $175/hr. $150/hr $125/hr. $115/hr. $110/hr. $105/hr. $100/hr. $95/hr. $90/hr. $85/hr. $80/hr. $65/hr. $60/hr. 050310 2 CITY OF PALO ALTO CONTRACT NO. C07117374 EXHIBIT ~C-I" HOURLY P~ATE SCHEDULE URS Classification Vice President/Program Director Principal Engineer, Scientist, Planner Senior Project Engineer, Scientist, Planner Project Engineer, Scientist, Planner Senior Engineer, Scientist, Planner Staff Engineer, Scientist, Planner Senior Drafter/Illustrator Technical Editor Project Assistant/Word Processor Clerical Rate $190/hr. $175/hr. $155/hr $130/hr. $95/hr. $75/hr. $90/hr. $85/hr. $60/hr. $50/hr. 3 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 EXHIBIT "C-I" HOURLY RATE SCHEDULE Faithful - Gould Classification Principal (Director/Vice President) Manager Project Manager/Senior Estimator Cost Estimator Technical and Professional Staff Clerical and Administrative Staff Scheduler (Senior) Scheduler Project Control Manager Hourly Rate $1SS/hr. $165/hr. $150/hr $135/hr. $130/hr. $70/hr. $160/hr. $140/hr. $140/hr. 050310 4 CITY OF PALO A!~TO COI~TRACT NO. C07117374 EXHIBIT "C-I" HOURLY RATE SCHEDULE Kellco Classification Project Management and Principal Consulting Building Surveys, Asbestos or Lead Surveys Surveys (Holidays) Air Monitoring Air Monitoring (Holidays) XRF Inspection XRF Inspection (2-person) XRF Inspection (Holidays) Certified Industrial Hygienist Expert Witness (CAC/DHS) Expert Witness (CIH) Professional Geologist Ph.D. Toxicologist Report Generation Clerical Database Creation & Maintenance Hou_9_~_~Rate $125/hr. $90/hr. $60/hr. $120/hr $90/hr. $120/hr. $125/hr. $150/hr. $200/hr. $150/hr. $250/hr. $450/hr. $145/hr. $175/hr. $90/hr. $35/hr. $90/hr. Other rates Radon Inspection - single site Long Specification (CSI Format) Short Specification - New Specification - Revision New $6OO $i,000$600 $600 5 050310 CITY OF PALO ALTO CONTRACT NO. C07117374 EX!qIBIT ~C-I" HOURLY RATE SCHEDULE Garavaqlia Architecture Classification Principal Senior Project Manager Designer Job Captain Senior Drafter Intermediate Drafter Architectural Historian Architectural Conservator Administrative Assistant Hourly Rate $150/hr. $130/hr. $95/hr $95/hr. $85/hr. $80/hr. $85/hr. $90/hr. $50/hr. 050310 CITY OF PALO ALTO CONTP~ACT NO. C07117374 EXHIBIT ~C-I" HOURLY RATE SCHEDULE Stockton Associates Classification Gloria Stockton, Principal Technical Assistant Hourly Rate $145/hr. $45/hr. 050310 7 Client#: 467 ACORD,M CERTIFICATE OF PRODUCER Dealey, Renton & Associates P. O. Box 12675 Oakland, CA g4604-2675 510 465-3090 Stefanie Nardelli INSURED The KPA Group 300 Frank H Ogawa Plaza #50 Oakland, CA 94612 COVERAGES KPAGROUP LIABILITY INSURANCE t07103106DATE’MM’O0’ ’THIS CERTIFICATE IS ISSUED AS A MAlq’ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: United States Fidelity & Guaranty INSURER B: American Automobile Ins. Co. INSURER C: XL Specialty Insurance Co. INSURER D: INSURER E; THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSRLTR A TYPE OF INSURANCE GENERAL LIABILITY A C X COM M ERCIAL GENERAL LIAB ILITY ----] CLAIMS MADE ~] OCCUR GEN’L AGGREGATE LIM ITAPPLIES PER: ~ POLICY ~--~PRO"JECT ~----] LOC AUTOMOBILE LIABILITY ; ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY ~ANY AUTO EXCESS LIABILrP( "-~ OCCUR [~ CLAIMS MADE ~DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY OTHER Professional Liability POLICY NUMBER BK01715427 BK01715427 WZP80941957 DPR9415578 )OLICY EFFECTIVEDATE IMM/DD/YY) 01/18/06 01/18/06 07/01/06 02/25/06 =OLICY EXPIRATIONDATE (MM/DD/YY} 01/18/07 01/18/07 07/01/07 02/25/07 LIMITS EACH OCCURRENCE FIRE DAMAGE (Any one 5re) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS -COMP/OP AGG $1,000,000 $500,000 $10,000 $1,000,000 $2,000,000 $2,000~000 PROPERTY DAMAGE(Per accident) COMBINED SINGLE LIMIT (Ea accider~t)$1,000,000 BODILY INJURY (Per person)$ B(~DILY INJURY (Per accident)$ $ AUTO ONLY -EA ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE WC STATU-I OTH-X TORY LIMITS I ER E.L EACH ACCIDENT E,L DISEASE - EA EMPL OYEE E,L. DISEASE - POLICY LIMIT $ $ $ $ ~$ ,$ $1,ooo,o0o $1,oo0,ooo $1 ,ooo,ooo $2,000,000 per Claim $2,000,000 Annl Aggr. DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUStONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS General Liability Policy excludes claims arising out of the performance of professional services. RE: ALL WORK DONE BY OR ON BEHALF OF THE NAMED INSURED City of Paid Alto, its Council members, officers, agents, and employees are additional insureds for General Liability per CLBF2240 attached. CERTIFICATE HOLDER ! { ADDmONALINSURED;INSURERLETrER: CANCELLATION Ten Day Notice for Non-Payment of PrPEIiE]3~ City of PaiD Alto Purchasing & Contract Admin. Attn: Jose Arreola P.O. Box 10250 Paid Alto, CA 94303 ACORD 25-S (7/97)1 of I #M164572 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED B EFORE TH E EXPIRATION DATE THEREOF~ THE ISSUING INSURER WI~X’f~X~ TO MAIL L DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT--S( AUTHORIZED REPRESENTATIVE NMF (~ ACORD CORPORATION 1988 Policy Number: BK01715427 Owners, Lessees or Contractors (Form B)ADDITIONAL INSURED Change(s) Effective: o2/o3/o6 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance policy under the following: LIABILITY COVERAGE PART: Name of Person or Organization: City of Palo Alto Purchasing & Contract Admin. Attn: Jose Arreola P.O. Box 10250 Palo Alto, CA 94303 Schedule SECTION II - WHO IS AN INSURED is amendec to include as an insured the person or organization shown in the Schedule, but only with respect to liability .arising out of "your work" for that insured by or for you. RE: ALL WORK DONE BY OR ON BEHALF OF THE NAMED INSURED Additional Insured: City of Palo Alto, its Council members, officers, agents, and employees PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. SEVERABILITY OF INTEREST: IT IS AGREED THAT EXCEPT WITH RESPECT TO THE LIMIT OF INSURANCE, THIS COVERAGE SHALL APPLY AS IF EACH ADDITIONAL INSURED WERE THE ONLY INSURED AND SEPARATELY TO EACH INSURED AGAINST WHOM CLAIM IS MADE OR SUIT IS BROUGHT. CL/BF 22 40 03 95 EXHIBIT "E" Certification of Nondiscrimination: As suppliers of goods or services to the City of’Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex,- national origin, ancestry,disability, or sexual preference; that they are in compliarl’ce with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. 1. If Proposer is INDIVIDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Member of the Partnership or Joint Venture signature Date: Member of the Partnership or Joint Venture signature 3. If Proposer is a CORPORATION, duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form¯ by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said. CORPORATION. The KPA Group Corporation ~.e...me (~.pe or print) .-~’By:/ " / / . ’,,Date:.. By: t~ Y,//~, v v ~l’"---’--~Date: 06/14/06 06/14/06 State of CaliforniaCounty of Alameda Subscri,, ,b~:l and sworn .to (,or_affirmed) before, me on iR~rsonalty known to me or proved to me on ~e I:~si$ of satisfactory evidence to be 81e person(s) who appeared before me. Signature~~ Title: ~/~,r~ ~ City Of Palo Alto - RFP 117374