HomeMy WebLinkAboutStaff Report 304-07Rep r
TO:HONOR.~BLE CITY COUNCIL
FROM:CITY MANAGER DEP?~RTMENT: PUBLIC WORKS
DATE:JULY 30, 2007 CNIR:304:07
SUB3-ECT:APPROVAL OF CONTRACT WITH THE KPA GROUP IN THE
AMOUNT OF $98,690 FOR DESIGN SERVICES FOR THE FIRE
STATIONS 5 AND 8 IMPROVEMENTS PROJECT -CAPITAL
IMPROVEMENT PROGRAM PROJECT PF-01004
RECOM]V~NDATION
Staff recommends that Council:
Approve and authorize the Mayor or designee to execute the attached contract with The
KPA Group in the amount of $98,690 for design services related to the Fire Stations 5
and 8 Improvements Project.
Authorize the City Manager or designee to negotiate and execute one or more change
orders to the contact with The KPA Group for related, additional but unforeseen work
which may develop during the project, the total value of which shall not exceed $10,000.
DISCUSSION
Consultant Services Description
As part of the City Works Infrastructure Program, tbSs project will provide design services for
necessary repairs to Fire Stations 5 and 8. Repairs to Station 5 include structural reinforcement
to resist seismic loading, upgrade of electrical systems, renovation of restroom!shower facility
for accessibility, and re-roofing. Repairs to Station 8 include minor structural upgrades and
minor interior finishes replacement. The consultant’s services will include preliminary and final
design, preparation of construction documents, and construction administrations services.
Summary of Solicitation Process
Proposal Description/Number
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
Number of Proposals Received:
Name/Number of Proposal here
12 months
15
21
June 27, 2006
8
7
CMR:304:07 Page 1 of 3
Company Name Location (City, State)Selected for oral
interview?
1. Don Dommer Associates Oakland, CA Yes
2. M~ck!Wallace San Francisco, CA " Yes
3 The KPA Group Oakland, CA Yes
4. Gordon Prill, Inc.Mountain View, CA Yes
5. Gutierrez/Associates Oakland, CA No
6. Glass Architects ’Santa Ros~ CA No
7..bfg.9 Architecture San Jose, ....CA No
Range of Proposal Amounts $98,690 $273,880
Submitted
A Request for Proposal (RFP) for the Fire Station 5 and 8 Improvements project was posted on
the City website and sent to 15 consulting firms on June 9, 2006. Firms were given 21 days to
respond to the request. A pre-proposal meeting was held on June 27, 2006; eight firms attended
the meeting. A total of seven firms submitted proposals. Proposals ranged from $98,690 to
$273,880 for all phases of the consultants’ work.
A selection advisory- committee consisting of staff from the Public Works Department-Facilities
Management Division and the Fire Department reviewed the proposals and four fn-ms were
invited to participate in oral interviews on September 26, 2006. The committee reviewed each
firm’s qualifications and submittal in response to the RFP relative to the following criteria:
qualifications of principals and staff, experience on similar projects, cost effectiveness for
projects of this size, and understanding of the scope of work. The KPA Group was selected for
its experience with both architectural and seismic design of this project type.
RESOURCE I!ViPACT
Funds for this project are available in Capital Improvement Program Project PF-01004, Fire
Station Improvements.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from the California Environmental Quality Act under
Section 15301 as an alteration to an existing facility and no further environmental review is
necessary.
ATTACHMENTS
Attachmem A: Contract (includes
Discrimination)
Consultant Scope of Services and Certificate of Non-
PREPARED BY:
CMR:~04.07
KAREN SMITH
Manager of Facilities Maintenance and Projects
Page 2 of 3
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
GLENN ROBERTS
Director of Public Worl~
Assistant City Manager
CMR.~04.07 Page 3 of 3
CITY OF PALO ALTO CONTRACT NO. C08122012
AGREEMENT BETWEEN THE CITY OF PALO ALTO AND
KPA GROUP INC.
FOR PROFESSIONAL SERVICES
(Fire Stations 5 & 8 Improvement Project)
This AGREEMENT is entered into , by and
between the CITY OF PALO ALTO, a chartered city and a municipal
corporation of the State of California ("CITY"), and The KPA GROUP,
INC., a California Corporation located at 300 Frank Ogawa Plaza,
Suite 50, Oakland, CA 94612 ("CONSULTANT").
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to upgrade Fire Station 5 and Fire Station 8 to
meet ADA and seismic requirements ("Project") and desires to engage
a consultant to provide architectural design 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. CONSULT.<NT 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 sha!l 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 PERFOR!KA!~CEo Time is of the essence in the
performance of Services under this Agreement. CONSULT~nb’T shal!
complete the Services within the term of this Agreement and in
accordance with the schedule set forth in Exhibit "B", attached to
and made a part of this Agreement. ~_ny Services for which times for
performance are not specified in this Agreement shal! be commenced
and com_m!eted 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 professiona! services and
reimbursable expenses, shall not exceed Ninety Eight Thousand Nine
Hundred Sixty Dollars ($98,960). In the event Additional Services
are authorized, the total compensation for services and
reimbursable expenses shall not exceed Nine Thousand Eight Hundred
Ninety Six Dollars ($9,896). 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". CONSULT~3~T 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.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. Al! of the Services
shal! be performed by CONSULT~_NT or under CONSULTaNT’s supervision.
CONSULT.~T represents that it possesses the professional and
technical personne! 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 emp!oyees and subconsultants have and shal!
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.
Al! of the services to be furnished by CONSULT~i~T 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 shal! keep itself
informed of and in compliance with all federal, state and local
laws, ordinances, regulations, and orders that maya:~ecu== ~ 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 shal! provide for a
completed project that conforms to al! 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, CONSULT~NT
shall be obligated to correct any and all errors, omissions or
ambiguities 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 shal! 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.
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 CONSULT~’T, 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. Al! contractors and
emp!oyees of CONSULTANT are deemed to be under CONSULTanT’S
exclusive direction and control. CONSULTanT shal! be responsible
for their performance.
SECTION Ii. ASSIGNMENT. The parties agree that the expertise and
experience of CONSU~TA_NT are material considerations for this
Agreement. CONSULT~_NT shall not assign or transfer any interest in
this Agreement nor the performance of any of CONSULT~-T’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.
CONSULTANT shal! not subcontract any portion of the work to be
performed under this Agreement without the prior written
authorization of the city manager or designee.
CONSULTANT shal! 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 Mathew
Inadomi as the project dlrecuo_ to have supervisory responsibility
for the performance, progress, and execution of the Services to
represent CONSULT~zNT during the day-to-day work on the Project° If
circumstances or 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 approva! 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 th_eau to the adecuate 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. Richard Zolezzi 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 14. DUTIES OF CITY. To assist CONSULTanT 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 15. OWNERSHIP OF MATERIALS.
15.1. Al! drawings, plans, reports, specifications,
calculations, documents, other materials and copyright interests
(including al! copyrightable interests arising under the 1990
Architectura! Works Copyright Protection Act) deve!oped or
discovered by CONSULTANT or any other person engaged directly or
indirectly by CONSULTANT to perform the se._~-vices required hereunder
shall be and remain the property of CITY without restriction or
limitation upon their use. Neither CONSULTanT nor its contractors,
if any, shal! 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 !5.!.,
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.
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 PL~S 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. CONSULTAA~T 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 earlier termination of this Agreement.
SECTION 17. INDE~fNiTY. To the fullest extent permitted by !aw,
CONSULTANT shal! protect, inde~_ify, defend and hold harmless CITY,
its Council members, officers, emp!oyees and agents (each an
"Indem~nified 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 !oss, 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 willfu!
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 17 shal! 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.
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, shal! obtain a policy
endorsement naming the City of Palo Alto as an additional insured
under any genera! liability or automobile policy or policies.
19.2.Al! 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 ful! 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 wil! 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 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, CONSULT.<NT shal! 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 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 ful! and tota!
amount of any damage, injury, or !oss 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. CONSLrLTANT, 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 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,
CONSULT_<NT 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
shal! deliver to the City Manager immediately any and al! 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 by the City on the
Project for a period of 120 days or more then the Project wil! be
considered terminated.
21.4.Upon such suspension or termination by CITY,
CONSULTANT wil! 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., !0 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 CONSU~T.<NT 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 wil! operate as a waiver on the part of
CITY of any of its rights under this Agreement.
SECTION 22. NOTICES.
Al! notices hereunder wil! be given in writing and
mailed, postage prepaid, by certified mail, 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 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 financia!
interest under this Agreement is an officer or employee of CITY;
this provision wil! 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 Politica! Practices Commission, CONSULTAATT shal! 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 emplo}~ent of any
person because of the race, skin co!or, gender, age, religion,
disability, national origin, ancestry, sexua! orientation, housing
status, marital status, familia! status, weight or height of such
person. CONSULTANT acknowledges that it has read and understands
the provisions of Chapter 2.28 of the Pa!o Alto Municipal Code
relating to Nondiscrimination Requirements and the penalties for
violation thereof, and agrees to meet al! requirements of Chapter
2.28 pertaining to nondiscrimination in emp!oyment, including
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.
25.4.This document represents the entire and
integrated agreement between the parties and supersedes all prior
negotiations, representations, and contracts, either written or
ora!. 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 wil! 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 wil! remain in ful! 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 an?" 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 Municipa! 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 fol!owing 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
penalty (a) at the end of any fiscal year in the event that funds
are not appropriated for the fol!owing fisca! year, or (b) at an?"
time within a fiscal year !n the event that funds are only
appropriated for a mortion of the fiscal year and funds for this
Agreement are no longer available. The CITY will give CONSULT~IqT
written notice within !0 days of this occurrence. This Section
28.8 shal! take precedence in the event of a conflict with any
other covenant, term, condition, or provision of this Agreement.
IN WITNESS ~YHEREOF, the parties hereto have by their duly
authorized representatives executed this Agreement on the date
first above written.
APPROVED AS TO FOR~<,:KPA GROUP, INC.
Senior Asst. City Attorney
APPROVED:
CiTY OF PALO ALTO
Assistant City Manager
Director of Administrative
Se~¢ices (~f corporation: Secretary mr Treasurer)"
Attachments:
EXHIBIT
EXHIBIT
EXHIBIT
EXHIBIT ......
EXHIBIT ~’-
Taxpayer identification No.
{Compliance with Ccrp. Code § 313 is
~mu{ ~=d if the entity om w’~.o== behalf
this contract is si~ned is a corporation.
In the alternative, a certifi~=d corporate
resolution attesting to the s,_gnatory
authority of the individuals si~nan~ in
zheir resoeczive capacizies is accep~_ab!e)
SCOPE OF WORK
SCHEDULE OF PER~ORI,’L~!qCE
COMPENSAT i ON
INSUR_"-iNCE
NONDISCRIMINATION COMPLI.’~-_NCE FORM
EXIHIBIT A: SCOPE OF PROJECT & TIME SCHEDULE
FIRE STATIONS 5 A]>,K) 8 IMPROVEMENTS- DESIGN PHASE
CIP PF-01004
I.SCOPE OF SERVICES
The Fire Station Improvement project will upgrade Cib; of Palo Alto Fire Station #5 located at
600 Arastradero Road and Fire Station #8 located 3300 Page Mill Road. The scope of work
includes seismic upgrades; limited toilet and shower area renovations; interior finishes such as
painting, new flooring, and new roofing systems; and path of travel to meet accessibilib,
requirements. Specifically excluded from the scope of work at this time are any building
additions, HVAC upgrades or increase in electrical service to the buildings(s). Geotec!~ical
services, if required, will be provided by the City of Palo Alto. The buildings shall be designed
to essential services facilities requirements. Consultant shall work with the Public Works
Department, Facilities Management Division, and the Fire Department for development and
coordination of the project.
The scope of work for Fire Station #5 and equipment bracing includes toilet room upgrades to
trleet accessibilib~ requirements; evaluation and upgrade of electrical distribution within the Fire
Station; seismic upgrade to essential facility requirements; path of travel from entrance to
accessible facilities; interior improvements including interior paint, new flooring, and ceilings;
partial re-roof; and repair of dry" rot.
The scope of work for Fire Station #8 includes seismic upgrade to essential services facilib,;
equipment bracing to meet essential facility requirements; interior improvements to provide
dormitory separation for female and male fire fighters, and new carpet.
Fire Station #5 will remain occupied during construction. Fire Station #8 is only occupied three
(3) months out of the year. The project areas provide critical support for the staff and the public.
For these reasons, the project must be accomplished with minimum downtime and minimum
disruption to the occupants. Consultant shall provide, with their design, a sequence of work for
the contractor to follow so that minimal downtime of all areas and systems is accomplished.
Consultant shall propose energy efficient equipment and shall provide life cycle costing for major
pieces of equipment to be replaced, and wherever possible, Consultant shall speci~ ’)sustainable"
an&!or high efficiency products.
Consultant shall prepare design and construction documents (drawings and specifications), cost
estimate, and prelimina17 construction schedule or sequence of work. Services shall include
assistance during the bid period and construction administration services.
Consuitant’s scope of work shall include the following:
A.General
Page 1 of 4
EXIHIBITA: SCOPE OF PROJECT & TIME SCHEDULE
Field investigaion of the project site and all existing conditions that may affect
the scope of v,:ork. Review of all available plans and documentation.
Work closely with Project Manager to assure the total project cost does not exceed
the project budget. Provide cost estimates at 30% 90% and 100% completion in a
format Consultant deems appropriate and as acceptable to the City of Palo Alto.
Preparation of construction specifications and permit drawings
Construction administration during construction phase. (Fee to be negotiated
upon 90% completion of design phase.)
Preliminary Design
Consultant shall review all existing conditions relevant to this project and evaluate
the existing structural, electrical, and architectural features of the facilities
described above. Consultant shall perform field investigation of the project site
and shall review all available plans and documentation. Consultant shall review
the Biggs Cardosa seismic report. Seismic upgrade design in this project may
implement recommendations contained in the Biggs Cardosa report. Consultant
shall provide alternative seismic concept design developed to the level of the
Biggs Cardosa Report. Seismic design shall bring facilities up to essential facili~;
requirement and shall include bracing of existing equipment to meet essential
facili~ criteria.
Consultant shall provide conceptual (30%) drawings for Project Manager and Fire
Department review and approval, and attend a meeting with Project Manager at
the 30% design completion stage. Consultant shall provide a preliminary
engineer’s estimate of the construction contact cost for Project Manager’s review
and approval at the 30% design stage.
Consultant shal! design improvements to conform to all applicable codes, laws
and regulations including the Unifo~Tn Building, Mechanical, Plumbing, Electrica!
and Fire Codes.
Final Design
Consultant shall provide progress drawings for Project Manager and Fire
Department review and approval, and attend meetings with the Ci~~ at 30%, 90%,
and 100% design completion stage, and refine cost estimate based on 90% design
drawing.
Consultant shall furnish drawings and technical specifications to staff for review
Page 2 of 4
EXIHIBIT A: SCOPE OF PROJECT & TIME SCHEDULE
and approval at the final design completion stage, and for final review and signing
at the bid set design stage. City of Palo Alto shall provide Division 0 and
Consultant shall provide Division 1 of the specifications. Final drawings shall be
suitable for review by the Building Inspection Division and for signing by the City
of Palo Alto.
Consultant shall work with the Project Manager to develop a preliminary schedule
for the work that minimizes downtime and disruption of occupants and will be
signed off by the Project Manager.
Consultant shall assist Project Manager to obtain a building permit by furnishing
all the necessary drawings and calculations and working with the Planning
Department, Building Inspection Division, as required. An a!lowance for two
architectural review board meeting is included in the basic scope of services, to
review exterior seismic brace design.
Biddin~ Period
1.Consultant shall attend a pre-bid conference for interested contractor personnel.
Consultant shall assist Project Manager in responding to technical questions from
prospective bidders during the bid period. Consultant shall assist Project Manager
in responding to technical questions from prospective bidders during the bid
period and preparing addenda.
Construction Administration
Construction Administration services shall be provided by Consultant.
Construction Administration Fees shall be based on the final project scope and
cost and shall be determined upon completion of the design phase. Fees for this
portion of the work shall be awarded at a later date and are not part of the basic
services fee listed in Exhibit "B".
Consultant shall provide construction administration phase services commencing
from the award of the construction contract. Consultant shall provide drawing set
for contactor to mark up as record documents. At project completion, contractor
will provide record document information for the Consultant to prepare final
record drawing. Consultant shall veri~~ the data provided before preparing the
record drawing. Record drawing shall be provided in AutoCAD format on a CD,
as well as one set of reproducible drawings.
Consultant shall attend a pre-construction meeting. Consultant shall attend bi-
weekly construction meetings and shall keep meeting minutes.
Page 3 of 4
EXIHIBIT A: SCOPE OF PROJECT & TIME SCHEDULE
4.Consultant shall review proposed contractor’s construction schedule.
Consultant shall keep an RFI log; submittal log, and respond to clarification
requests as required. Submit copies of the information to the Project Manager.
Request for Information (RFI) are to be responded to by the Consultant within
five working days and sent to the Contractor and Project Manager.
At project completion, contractor will provide "as-built" information for the
Consultant to prepare final record drawings.
II.FINAL Dt~&WINGS AND SPECIFICATIONS
A.Proiect Drawings and Specifications
Consultant shall prepare one drawing set for each location. Consultant shall submit four (4) sets
of project development drawings and specifications during the conceptual and construction
documents phase. Upon completion of the final design the Consultant wi!l submit two (2) hard
copies of specifications, one (1) set of specifications in electronic version using MS Word
format, two (2) sets of drawings for Facilities’ use, complete set of drawings on CD in AutoCAD
version R14 or R2000, and five (5) wet stamped drawings per location to the City Building
Division. Specifications will include Division 1 provided by the Consultant. No AIA documents
will be accepted. Only applicable information shall be included in the Specifications. Drawings
shall be on a 24" x 36" sheet size with a scale of 1/4" = 1’.
B.Record Drawings
Upon completion of the project, and after acceptance by the CiD~, Consultant shall submit to the
City one (1) complete set of reproducible record drawings reflecting all as-built conditions as
provided by the General Contractor. A complete set of record drawings shall also be submitted
to the Project Manager on CD in AutoCAD Version R14 or R2000.
III.PROJECT ADMINISTI~&TION
Richard Zolezzi, Project Manager, will be the point of contact throughout the project. 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-
6920, fax (650) 496-5938.
IV.TIME OF COMPLETION
Consultant shall complete all design stage services, inclusive of City of Pa!o Alto review periods,
within 100 calendar days after issuance of the Notice to Proceed. Construction Administration
services will be scheduled upon award of the construction phase of the project.
END OF SECTION
Page 4 of 4
EXHIBIT B -FEE SCHEDULE
Basic Services
The fee for Fire Stations 5 & 8 Improvement Project shall include all Consultant costs necessary
for providing the desired services including sub-consultant costs, reimbursables, and meetings.
Reimbursables shall include travel, document reproduction costs, mailing and courier services.
Construction Administration Fees shall be negotiated at 90% design completion. Travel shall be
reimbursed at the City’s current standard rate.
Consultant shall provide all basic services for a not-to-exceed fee of ninety-eight thousand six
hundred ninety dollars ($98,690). Construction Administration fees shall be determined at 90%
design completion.
Preliminary Design
Final Design
Bid!Award
Total Not-to-Exceed
$30,940
$65,600
$2,150
$98,690
Additional Services
Consultant shall be paid on a time mad material basis according to the standard fee schedule rates
below should any work be requested by the City which fails 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 accomplisbanent of the work.
Hourly Rates for calendar year 2007
Principal
Sr. Architect!Engineer
Jr. Architect/Engineer
CAD
Admin
$160-$185/hr
$125-$155/hr
$90-$125/hr
$60-$80/N"
TBD
Page 1 of 1
penalty (a) at the end of any fiscal year in the event that funds
are not appropriated for the following fiscal year,
time within a fiscal year in the. evenh that funds are only
-ap~ropriated for a portion of .th~ ~fiscal vear and funds for. this
prec@dence in m~th- anv
term, cdnditi0n.i or ~p~ov~sg~on Of t-his Agreement.
~sSi~t~0&" "a~ae~a~g to the signato~
~%t~r!ty. 6Z:i:ghe individuals .Sig~ng Mn
" .their~ ;eg~D!~e c<DaC~ties is acceptable)
Attachments:
EYd4_!B!T "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT & TIME SCHEDULE
FEE SCHEDULE
CERTiFICiATE OF LiabILITY INSURANCE
CERTIFICATION OF NONDISCRIMINATION
Client#: 467
CERTiFiCATE
PRODUCER
Dealey, Renton & Associates
P. O. Box 12675
Oakland, CA 94604-2675
510 465-3O90
INSURED
The KPA Group
300 Frank H Ogawa Plaza #50
Oakland, CA 94612
KPAGROUP
OF LIABILITY INSURANCE {8126/05DATE{MM’DDn~’)
THIS CERTIFICATE IS ISSUED AS A MATTER 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.
I INSURERS AFFORDING COVERAGE
t ~NSURER A:United States Fidelity & Guaranty
I ~NSURER B:American Automobile Ins. Co.
INSURER C:XL Specialty Insurance Co.
INSURER D:
! INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERtOD~NDICATED~ NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W~TH 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.
INSR i TYPE OF INSURANCE i
LTR ~
A GENERAL LIABILITY
I GEN’L AGGREGATE LIM iTAPPLIES PER:
---~ POLICY ~ X~,PRO" ~’---~ LOCJEOT .
, A~OMOBILE LIABILITYANY AUTO
HIRED AUTOS
NON-OWNED AUTOS
i GARAGE LIABILITY~ANY AUTO
EX.~C ES S LIABILITY
~ OCCUR ~ CLAit,.,S MAOE
~DEDUCTIBLE
RETENTION
A
POLICY NUMBER
BK01715427
8K01715427
WORKERS COMPENSATION AND WZP80931852
EMPLOYERS’ LIABILITY
OTHER Professional DPR9406940
Liability
POLICY EFFECTIVE POLICY EXPIFLATION
DATE {MM/DDfYY)DATE (MM!DD~rf
01118/05 01/18106
01118105 01/18106
07/01/05 07/01/06
02/25/05 02/25/06
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
General Liability policy excludes claims arising out of the performance of professional
services.
ACTUAL CERTIFICATE WILL BE ISSUED AT THE REQUEST OF NAMED INSURED.
LIMITS
EACH OCCURRENCE I 51,000,000
FIRE DAMAGE (Any one fire)[ 5500,000
MED EXP (Any one person)i $10~000
PERSONAL & ADV iNJURY 151,000,000
GENERAL AGGREGATE 1521000~000
PRODUCTS -COMPIOP AGG 152,000,000
COMB)NED SINGLE LIMIT 151,000,000(Ea accideni)
BODILY INJURY(Per person)$
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
(Per acc~deni)$
AUTO ONLY - EA ACCIDENT
OTHER THAN EA ACC
AUTO ONLY:AGG
EACH OCCURRENCE I $
AGGREGATE
X wc STATU. i IOTH-ITORY L MITS
{E.L. EACH ACCIDENT I $1,000,000’E%. DISEASE - EA EMPL OYEE151,000,000
E.L DISEASE - POLICY LIMIT ! 51,000,000
$2,000,000 per claim
$2,000,000 annl aggr.
CERTIFICATE HOLDER I I AD DITIONAL INSURED ;INSURER LETTER:
===SAMPLE CERTIFICATE===
ACORD 25-S (7/97)1 of 1 #M132164
CANCELLATION
SHOULD ANYOF TH E ABOVE D ESCRIBEDPOLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3J].--- DAYSWRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAJLURE TODOSOSHALL
IMPOSE NO OBLIGATION OR LtABILITYOF ANY KINDUPON THE INSURER,ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
MNN @ ACORD CORPORATION 1988
EXHIBIT D
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 compliance 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.
~’Date: 06/14/06
B
Title:
Date: 06/14/06
Ci~ Of Palo Alto - RFP
State of CalifomiaCeunty of Alameda
~u. bsc.fibed and sworn, to (%affirme~ before meis ~L~ davof .:_j U~-20o>.b
personal{y Known to me or proved to me on’
basis of satisfactory, evidence to be the person(s)who appeared before me.
Signature
/