HomeMy WebLinkAboutStaff Report 303-07TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
CITY N~AGER
ffULY 23, 2007
APPROVAL OF A COWfRACT
DEPARTMENT: PUBLIC WORKS
CMR:303:07
~VITH KITCHELL CEM IN THE
AMOUNT OF $147,684 FOR UPDATE OF THE INFtL~kSTRUCTURE
MANAGE!~ENT PLAP~ BUILDING MODULE, CAPITAL
IMPROVEMENT PROGRAM PROJECT PF-04001
RECO1V~C£ENDATION
Staff recommends that Council:
Approve and authorize the City Manager or his designee to execute the attached contract
with Kitcheil CEM in the amount of $147,684 for update of the Infxastructure
Management Plan Building Module.
Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contact with Kitchell CEM for related, additional but urfforeseen work.
which may deve!op during the project,, the total value of which shall not exceed $20,000.
DISCUSSION
In Fiscal Year (FY) 1995-96, the City retained Adamson Associates, Inc. to assess the condition
of City facilities and to determine *,he cost to repair or replace existing infrastructure. Adamson
Associates, Inc. prepared an infrastructure report which is referred to as the Infrastructure
Management Plan (IMP) - Building Module. Work valued at greater than $25,000, necessary to
maintain existing facilities in good condition, was included in the report. Facilities to be
considered for replacement were noted in the executive summary. The IMP, which has been the
basis for the capital program since 1999, is now outdated and requires condition assessments and
costs to be revised. Staff is in the process of updating the cost to repair or replace all City owned
infrastructure and is conducting the process in a phased approach with several different modules.
Phase !, the Parks Module, was updated by staff in FY 2005-06. Phase II, the Building Module
Update, is to be completed under this contract and is for work that had started prior to the 2007-
09 proposed budget hearings.
During the Finance Committee proposed budget hearings, the Committee requested that staff
come back to the Committee with a layout of the Infrasmlcture Management Plan Update to
provide input into the components included. Staff will return to the Finance Committee in the
September/October timeframe with the proposed layout plan for the remainder of the modules.
CMR:303:07 Page 1 of 3
Scope of Services Description
Consultant services under this contract include assessment and reporting on i~_frastructure
components for desig-nated facilities. City facilities currently owned and maintained by the City
are included (Attachment B). Facilities with combined repair costs under $25,000, and leased
facilities maintained by the tenant are not included. The consultant will assess and report on the
condition and remaining useful life of each major infrastructure component. The report will
address functional replacement of building systems and components, not operational upgrades -
such as tenant improvements. The report wil! indicate the prioritized list of bacNog and
projected infrastructure replacement and maintenance items, and cost estimates to repair or
replace infrastructure components. Cash flow projections will be provided which show
expenditures required over the next 10 years with an escalation factor applied for that period.
For the !0-20 year period, major components will be shown, but detailed costing will not be
provided.
Summary_, of Solicitation Process
A Request for Proposal (RFP) for the update of the Infrastructure Management Plan Building
Module was posted on the City website and sent to three consulting fu’ms on April 3, 2007.
Firms were given 21 days to respond to the request. A pre-proposal meeting was held on
April 11, 2007; seven firms attended the meeting. A total of seven firms submitted proposals.
Proposals ranged from $97,905 to $998,900.
Proposal Description/Number
Proposed Length of Project
Number of Propos,als Mailed
~otat Days to Respond to, Proposal
Pre-proposal Meeting Date
Number of Company Attendees at
Pre.~proposal Meeting .................
Number of Proposals Received:
Company Name
1. EMG
2. GROSSMAN .....
3. AECOM MJM
4.KITCHELL CEM
5.~C ARCHITECTS
6.VFA
7. ....
......Range of
8.bmi~ed
General Building Study PF-04001
6 months
3
21
April 11, 2007
7
Hunt Valley, MD ....
San Francisco, CA
San Francisco, CA
Sacramento., CA
Emeryville, CA
Boston, MA
San Jose, CA
$97,905 to $998,900
Location (City, State~Selected
interview?
Yes
No
No
Yes
No
Yes
for oral
An evaluation committee, consisting of staff from the Public Works Department Facilkies
Division and the Administrative Services Department Budget Division, reviewed the proposals
and three Krms were invited to participate in oral interviews on May 23, 24 and 30, 2007. The
committee reviewed each firm’s qualifications and submittal in response to the RFP relative to
CMR..~O~.07 Page 2 of 3
the following criteria: qualifications of principals and staff, experience on sirnilar projects, cost
effectiveness for projects of this size, and understanding of the scope of work. Kitchel! CEM
was selected for the capability and experience of staff assigned, and experience ,Mth s~ilar
projects.
RESOURCE II~IPACT
Funds for this project are available in Capital Improvement Program Project PF-04001, Genera!
Building Study.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
ENWIRONMENTAL REVIEW
This is not a project under the California Environmental Quality Act.
ATTACHMENTS
Attachment A: Contract (including Scope of Services and Certification of Nondiscrimination)
Attachment B: Building List
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
K_A_REN SMITH
Maqager, Facilities
GLENN ROBERTS
Director of Public Wor~-----...
EMm’ SO ,
Assistant City Manager
Projects
CNIR:303:07 Page 3 of 3
ATTACHMENT A
CITY OF PALO ~LTO CONTRACT NO.C08117187
AGREEMENT BETWEEN THE CITY OF P~O ALTO AND
EITCHELL CEM
FOR PROFESSIONAL SERVICES
Infrastructure Management Plan: Building Module Update
CIP PF-0400!
This AGREEMENT is entered into , by and
between the CITY OF PALO ALTO, a California Charter City and a
municipal corporation of the State of California ("CITY"), and
KITCHELL CEM, an Arizona corporation, located at 2750 Gateway Oaks
Drive, Suite 300, Sacramento, CA 95833 ("CONSULTANT").
RECITALS
The following recitals are a substantive portion of this
Agreement.
A. CITY intends to update the Building Module of an existing
Infrastructure Management Plan (~Project") and desires to engage a
consultant to prepare an infrastructure management plan 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 shal! perfo_~-m the Services
described in Exhibit ~A" in accordance with the terms and
conditions contained in this Agreement. The performance of al!
Ser%~ices shall be to the reasonable satisfaction of CITY.
SECTION 2. TERM. The term of this Agreement shall be from the
date of its ful! execution to upon completion of the services in
accordance with the schedule of performance attached as Exhibit
"A", unless terminated earlier pursuant to Section 20 of this
Agreement.
1 050310
SECTION 3. SCHEDLV~E OF PERFORHTuNCE. Time is of the essence in the
perfo_rmance of Services under this Agreement. CONSULTanT shall
complete the Services within the term of this Agreement and in
accordance with the schedule set forth in Exhibit ~A", 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 shal! 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 One Hundred Forty Seven
Thousand Six Hundred Eighty Four Dollars ($147,684). In the event
Additional Services are authorized, the total compensation for
services and reim~ursab!e expenses shal! not exceed Twenty Thousand
Dollars ($20,~000) . The applicable rates and schedule of payment
are set out in Exhibit ~B", entitled "COMPENSATION," which is
attached to and made a part of this Agreement.
Additiona! Services, if any, shall be authorized in accordance with
and subject to the provisions of Exhibit ~B". CONSULTANT shall not
receive any compensation for Additiona! Services performed without
the prior written authorization of CITY. Additional Sea--vices shal!
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 "B"). If applicable, the
invoice shall also describe the percentage of completion of each
task. The information in CONSULTANT’s payment requests shal! be
subject to verification by CITY.
SECTION 6. QUALIFICATIONS/STANDARD OF CA,RE. A!l of the Services
shall be performed by CONSULT~!qT or under CONSULTANT’s supervision.
CONSULTANT represen%s that it possesses the professiona! and
technical personnel necessary to perform the Services required by
this Agreement and that the personnel have sufficient skil! 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 al! licenses, permits,
qualifications, insurance and approvals of whatever nature that are
legally required to perform the Se~vices.
2 050310
Al! of the se~ices to be furnished by CONSULTANT under this
agreement shall meet the professiona! standard and quality that
prevai! 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 shal! keep itself
informed of and in compliance with all federa!, state and loca!
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
procure all permits and licenses, pay all charges and fees, and
give all notices required by law in the performance of the
Services.
CONSULTg!qT 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.
SECTION 9. 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 emp!oyee 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 wil! be responsible for emp!oying or engaging all
persons necessary to perform the Services. All contractors and
emp!oyees of CONSULTANT are deemed to be under CONSULTANT’S
exclusive direction and contro!. CONSULTANT shal! be responsible
for their performance.
SECTION I0. 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
3 050310
manager. Consent to one assignment will not be deemed to be
consent to any subsequent assignment. ~y assignment made without
the approval of the city manager will be void.
SECTION iI. SUBCONTRACTING.
CONSULTANT shall not subcontract any portion of the work to be
performed under this Agreement without the prior written
authorization of the city manager or designee.
SECTION 12o PROJECT MANAGEMENT° CONSULTANT will assign Douglas
Lovell as the project director to have supervisory responsibility
for the performance, progress, and execution of the Services. If
circumstances or conditions subsequent to the execution of this
Agreement cause the substitution of the project director 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, shal!
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 Smith is designated as the project manager for the
CITY. 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 13. DUTIES of C!TY. To assist CONSU-mTANT in the performance
of the Services, CITY wil! 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 14. OWNERSHIP OF MATERIALS. All drawings, plans, reports,
specifications, calculations, documents, other materials and
copyright interests deve!oped 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.
SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any
reasonable time during the term of this Agreement and for three (3)
years thereafter, CONSULT.ANT’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
050310
expiration or earlier termination of this Agreement.
SECTION 16. INDEMNITY. To the fullest extent permitted by law,
CONSLVmTANT shal! 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 al! 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.
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 16 shall survive the expiration or early
termination of this Agreement.
SECTION 17o 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.
SECTION 18o INSURANCE.
18.1.CONSULTAh~, at its sole cost and expense, shal!
obtain and maintain, in full force and effect during the term of
this Agreement, the insurance coverage described in Exhibit "C".
CONSULTANT and its contractors, if any, shall obtain a policy
endorsement naming the City of Pa!o Alto as an additiona! insured
under any general liability or automobile policy or policies.
18.2.All insurance coverage required hereunder shall
be provided through carriers with Best’s Key Ratinq 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, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
Certificates evidencing such insurance shall be
050310
filed with CITY concurrently with the execution of this Agreement.
The certificates will be subject to the approva! of CITY’s Risk
Manager and will contain an endorsement stating that the insurance
is primary coverage and will not be canceled, or materia!ly 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.
18.4.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 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 19o 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.
SECTION 20. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
20.1.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.
20.2.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.
20.3.Upon such suspension or te~-mination, 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 wil! become the
property of CITY.
050310
20.4.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
20.5. 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 21. NOTICES.
All notices hereunder will be given in writing and mailed, postage
prepaid, by certified mai!, addressed as fol!ows:
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
SECTION 22.CONFLICT OF INTEREST
22.1.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.
22.2.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 emp!oyee of CITY;
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.
22.3.If the Project Manager determines that
CONSULTANT is a "Consultant" as that term is defined by the
Regulations of the Fair Politica! Practices Commission, CONSULTANT
shall be required and agrees to file the appropriate financial
disclosure documents required by the Palo Alto Municipal Code and
7 050310
the Political Reform Act.
SECTION 23° NO.NDiSCRIMINATIONo As set forth in Pa!o Alto
Municipal Code section 2.30.510, CONSULTANT agrees that in the
performance of this Agreement, it shall not discriminate in the
emp!oy~ent of any person because of the race, skin color, gender,
age, religion, disability, national origin, ancestry, sexual
orientation, housing status, marita! 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, including completing the form furnished by CITY and set
forth in Exhibit "D".
SECTION 24.MISCELLANEOUS PROVISIONS.
24.1. This Agreement will be governed by the laws of
the State of California.
24.2.In the event that an action is brought, the
parties agree that tria! 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.
24.3.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.
24.4.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.
24.5.The covenants, terms, conditions and provisions
of this Agreement will apply to, and wil! bind, the heirs,
successors, executors, administrators, assignees, and CONSULTANTs,
as the case may be, of the parties.
24.6.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.
24.7.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
8 050310
this Agreement and will be deemed to be a part of this Agreement.
24.8.This Agreement is subject to the fiscal
provisions of the Charter of the City of Palo Alto and the Palo
Alto Municipa! Code. This Agreement will te_~minate 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 !onger available. This Section 24.8 shall take
precedence in the event of a conflict with any other covenant,
term, condition, or provision of this Agreement.
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:Kitche!l
Senior Asst. City Attorney
APPROVED:
CITY OF PALO ALTO
Assistant City Manager
Director of Administrative
Services
By:
Name:
Title :
(If or Vice-Presid~ ~t)
By
.
(If corporation: Secretary or T~easurer)
Taxpayer Identification No.
(Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified col-p, orate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is acceptable)
Attachments:
Exhibit A - Scope of Services/Tasks/Schedule
Exhibit B - Compensation
Exhibit C - Certificate of Insurance
Exhibit D - Nondiscrimination Form
050310
EXHIBIT A: SCOPE OF SERVICES A~,N~D TERM_
I.INTRODUCTION
The City contracted for development of an infrastructure management plan (5M2) in 1995-96.
The IMP provides information to proactively plan for and finance the replacement and repair of
critical infrastructure components. It is used to prepare the 5 year Capital Improvement Pro~am
(CIP) and to provide a long term financial projection of capita! need associated with
infrastructure components. Consultant shall work with the Public Works Department, Facilities
Management Division, and Administrative Services Department, Budget Division to update the
Building Module of the existing Infrastructure Management Plan.
12. SCOPE OF WORK
A. General
Consultant shall review all available information provided for the building and building systems
and shall perform a thorough evaluation of their condition, remaining life of all components, and
costs to repair or replace. Consultant shall provide a report for City’s use in long term capital
plarming and financial forecasting. Consultant shall also develop benchmark information
regarding maintenmn_ce effort and cost to maintain the number and type of facilities listed for long
term planning of the operating budget.
A list identifying the City’s buildings and their locations is attached. Consultant shall inventory
all infrastructure components for all buildings identified. The existing condition and remaining
useful life will be determined for each item. A report will be provided identifying the condition
assessment for each facility.
The inventory results wit1 be entered into the computerized data base that will be the basis for an
analytical study. A database analysis will be performed to determine the existing replacement
and maintenance backlog based on the condition assessment, industry replacement standards and
industry maintenance standards. A report will be prepared identifying a recommended prioritized
list of backlog infrastructure replacement and maintenance items with costs. The report shall
include an executive SUlIm~ary.
B.Tasks
The Consultant’s scope of work shall include the following:
Review all available plans and documentation provided by the City. Perform a field
investigation of existing facilities and a condition assessment. Provide condition
assessment report.
3.Attend meetings with the City’s Project Manager and other City representatives
Page 1 of 4
t~hroughout the project as required.
Estkmate the remaining useful life of each component with an aggregate value over
$25,000 for each facility. Identify replacement schedules for each infrastructure
component. Determine a method for setting priorities and identifying the costs related to
the maintenance and replacement of each infrastructure component identified in the study.
Determine an annual expenditure to accommodate future capital replacement.
o Consultant shall consider the impact of all applicable codes, laws and regulations
including, but not limited to, the Uniform Buirding, Mechanical, Plumbing, Electrical,
Fire Codes and Title 24 upon the cost and scope of work. Consultant shall address this
issue in the report.
Using indush-’y standard benchmark data, consultant shall provide maintenance guidelines
for number of staff, type of staff, projected operating budget for maintenance of listed
facilities. This shall include all non-capital costs.
o First Preliminary Report - Submit draft report including data for approximately five
buildings to City for review and comment. Provide preliminary report to staff for review
of the document content and form. This report will be submitted to the CIP Screening
Committee for review and comment.
o Second Preliminary Report - Each building report shall include a building summary,
condition assessment sheets, cost summary, planning page with costs shown in 1-2 year,
2-5 year, 5-10 year, and 10-20 year format. Costs in the 10-20 year columns will address
major building components only. An executive summary report, which shall be presented
to Council, shall also be provided.
9.Meet with City staff as required throughout the project.
t0.The consultant may be required to present report to Executive Staff, Council, or the
Finance Committee. Provide exhibits to aid in communication of the project concepts at
public meetings. Note: Krequired, this item will be additional services work.
11.Final Report: Provide a final report to the City indicating concurrence and/or exceptions
to the comments received during City review of the preliminary reports.
12.Provide the City with the final IMP report in electronic format including any
documentation (such as reference materials, etc). Train City staff on use of the software
including the ability to access/change the report format, escalation figures, etc.
KI. II~rFORMATION TO BE PROVIDED BY THE CITY
The City of Palo Alto shall provide all available information as requested including the-
Page 2 of 4
following:
B.
C.
D.
E.
F.
G.
Preventative Maintenance Procedures for City Buildings.
Facilities Space Inventory.
Roof Replacement Schedule.
Painting Schedule.
Building History Files.
List of City Facilities to be included in the study.
Electronic version of existing IMP report.
The following items are identified as deliverables to the CITY:
1.Report documenting the findings and recommendations resulting from Task 2.
Preliminary reports as described in Tasks 7 and 8 (Provide one soft copy and two hard
copies). For second preliminary report, also provide 15 hard copies of executive
summary.
3.~ software and documentation.
Final report (Provide one soft copy, two sets of hard copy reports, and five executive
summaries.
Consultant shall provide report using MS Excel. The City shall have the ability to manipulate
the IMP database to provide management reports in a variety of formats, especially for scenario
building. In addition, City staff shall have the ability to change assumptions on the software
such as the Consumer Price Index, applicable interest rate and anticipated useful life. The system
should accommodate both the capital financial requirements and the maintenance history
requirements of the IMP. Documentation for the IMP software shal! be provided.
V. PROJECT ADMINISTRATION
Karen Smith, Manager of Facilities Maintenance and Projects, will act as Proj ect Manager, and
will be the point of contact throughout the project. Padam Chaobal will act as Project Engineer,
(650) 496-6939. All questions, correspondence and invoices will be addressed to the Project
Manager at City of Palo Alto, Facilities Management Division, P.O. Box 10250, Palo Alto, CA,
94303, phone (650) 496-6973, fax (650) 496-5938.
VI. TERM
The selected Consultant shall complete all services within 180 calendar days after issuance of the
Notice to Proceed. This time frame shall include all City reviews. The approximate schedule for
Page 3 of 4
performance of~e services on the identified project is as follows:
90 calendar days Obtain all basic data. Perform study, submit condition report, and
first and second preliminary report for review by City staff and CK~
Screening Commi~ee.
14 calendar days Revise preliminary reports to reflect City staff input and submit final
report.
14 calendar days Amend the final report if necessary as a result of City Council and
Finance Committee input. Provide software and completed database
and assist in setup.
Page 4 of 4
EXHIBIT B - COMPENSATION
Basic Services
The basic services fee for the Infrastructure Management Plan Update shal! include all
ConsuItant costs necessary for providing the desired services including sub-consultant costs,
reimbursables, meetings, and documents. Reimbursables shal! include all expenses such as
travel, mileage, hotels, meals, insurance, document reproduction/printing costs, mail and courier
serv-ices.
Consultant shall provide all basic services for a not-to-exceed fee of one hundred forty seven
thousand six hundred eighty four dollars ($147,684).
Additiona! Ser~,ices
Consultant shal] be paid on a time and material basis according to the standard fee schedule rates
below should any work be requested by the City which falls outside the basic services of this
project. All additional services work must be authorized in advance in writing by the City’s
Project Manager prior to accomplishment of the work.
Hourly Rates for calendar year 2007
EAS Manager $165
Scheduling Manager $135
Estimating Manager $130
Senior Architect $130
Senior Civic Engineer $130
Senior Structural Engineer $130
Senior Mechanical Engineer $130
Senior Electrical Engineer $130
MechanicalfEtectrical Engineer $115
Registered Architect $115
Planner $100
Senior Estimator $130
Estimator $84
Scheduler $84
Clerical Support $65
Page 1 of 1
Exhibit C
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CI-FY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT
OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY
COMPANIES WITH A BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE
BUSINESS IN THE STATE OF CALIFORNIA.
~)~ARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
MINIMUM LIMITS
REQUIRED TYPE OF COVERAGE REQUIREMENT EACH
OCCURRENCE AGGREGATE
YES WORKER’S COMPENSATION
YES AUTOMOBILE LIABILITY
YES
YES
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGEBLANKETCONTRACTUAL,
AND FIRE LEGALLIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
NO
STATUTORY
STATUTORY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY DAMAGE
COMBINED.
BODILY INJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
ALL OAMAGES
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000.000
$1,000,000
$1,000,000
S1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE,
SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT
AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS
SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY
AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS,
AND EMPLOYEES.
II.
INSURANCE COVERAGE MUST INCLUDE:
A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF
COVERAGE CANCELLATION; AND
B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY -
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV THROUGH V, BELOW.
A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
C.POLICY NUMBER(S):
City of Palo Alto -Page 1 of 2
Exhibit C
~NSURANCE REQUIREMENTS
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
!V.
Vo
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED
HEREIN.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING QF MORE THAN ONE PERSON, FIRM, QR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING QF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY
(30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2.IF THE POLICY tS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME
SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM.
Firm:
Signature:
Name:(Print or type name)
Signature:
Name:(Print or type name)
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
City of Palo Alto -Page 2 of 2
EXHiBiT D
Certification of Nondiscrirnin~tion
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 of any person because of race, skin color,
gender, age, religion, disability, national odgin, ancestry, sexual orientation, housing status,
marital status, familial status, weight or height of such person; that they are in compliance with all
Federal, State and local directives and executive orders regarding nondiscrimination in
employrnent.
1.If Proposer is INDIVIDUAL, sign here:
Date:
Proposers 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
Member of the Partnership or Joint Venture signature
Date:
3.If Proposer is a CORPOP, AT~ON, the duly authorized officer(s) shall sign as follows:
The undersigned certify that they are respectively:
Engineering and Architectural Services Manager and
Title Title
n/a
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
CORPORATIC~N, and that they are authorized to execute same for and on behalf of said
CORPORA~IC/N.,Kit~h~tll CEM
By:April 23, 2007
By:
Date:
ering and Architectural Services Manager
Date:
Title:
City of Palo Alto - RFP
1
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
291
~8
~9
40~
4]
42
4~
44
45
46
48
Attachment B
,,Bui,,!ding/Facili~ Name
iAnimal Serv. Kitchen / Kennels/Storage
Animal Serv. Euthanasia Bldg.
Animal Serv. Office / clinic
!Ba, ylands Athletic Center Grandstand
Baylands Athletic Center Restroom
Baylands Interpretive ,Center
I Children’s,,,Library
Children’s Theatre/Boy Scouts ......
Civic Center Office Building
Civic Center Office Building Public Parking
College Terrace Li,brary/Childcare
Community Theatre and Scene Shop
Cubberley Community Center Bldgs.
MULTIPURPOSE WING
S-WING
T-WING
V-WING
U-WING
MUSIC/THEATRE WING
A-WING
B-WING
C-WING
D -W I N G
E-WING
F-WING
FH-WING
H-WING
PAVILION
BOYS & GYRLS GYM
I-WING
J-WING
K-WING
L-WING
P-WING
Art Center
Downtown, Lib’rary ...... , ....
El Camino Park Rest Room
Fire Stat!,o.n ~,~, (University Park)
Fire Station #2 (Mayfield)
Fire Station #3 (Ri,.nc0,nada)
Fire Station #4 (Mitchell Park)
Fire Station #5 (A[astradero)
Fire Station #8 (E0othitls)
Footh!,lls Park Interpretive Center
Foothills Park Lake Restroom
Foothills Park"Orchard Glen Restrooms
Foothills Park Equipment’& Storage Building Garage
Foothills Park Shop/Maintenance Building,,,
5~
5~
54
55
57
58
5g
~0
~7
~8
7O
74
76
78
7g
80
81
82
84
8~
Golf Course - P~o Shop/Hofbrau
G0[f Course" Maintenance Shop ......
Golf Course offic#/E, mp,,. Facil’ity/Equip. F~’C.
Golf Course Storage .....
Greet Park Restroom
,Baylands""Ranger Station .....
Jr. Museum
Jr. Museum Zo’~ Structures
Lucie Stern Comm#ni,~y Center ....... , .......
Main Library ................
Mitchell Park Library
Mitchell Park Community,.,,Center .....
Mitchell Park Tennis Center Restroom
Mitchell Park Clubhouse Restroom
Mitchell Park Storage - Pool and Pool Fi,,!ter Facility
Muni~i’pal Sep~ice Center- Building A
Municipal Service Center - Building B
Munic!pa!,,,,Service Center- Building C
MSC Scada Bui!ding ....
.... Parking Lot J
Parking Lot Q ........
Parking Lot R
Parking Lot S/L .....
Ted Thompson Parking Garag~
Cambridge Parking Facility
Peers Park Clubhouse and Restroom
Rinconada Park Restroom
Rinconacla Park Snack Bar/Swim Club Facility ........
Rinconada Po0i" Shower/Office~Equip Facility
Ventura Childcare Unit #1 Office
Ventura Childcare Unit #2
Ventura Childcare Unit #3
Ventura Childcare Mu,,!,tipurP0se Unit
’Lawn Bowl Clubhouse
"Senior Center
!Senior C~nt~r Garden room ..........
!Stanford Playing Fields Snacks/RR Bldg.
IArastr~dero Gateway Facility ....