HomeMy WebLinkAboutStaff Report 368-09TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: SEPTEMBER 14, 2009 CMR:368:09
REPORT TYPE: REPORTS OF OFFICIALS
SUBJECT: Update on Measure N Library Bond Measure Projects; Adoption of a
Budget Amendment Ordinance in the Amount of $109,041 for
Temporary Library Facilities; Approval of a Contract with Turner
Construction Company, Inc. in the Amount of $138,198 for
Construction Management Services for the Mitchell Park Library and
Community Center and the Downtown Library and Approval of
Amendment No.1 to Contract C09130744 with Group 4 Architecture
to add $92,034 for a Total Not to Exceed Amount of $3,919,324 for
Measure N Library Projects-Capital Improvement Program Projects
PE-009006 and PE-09005, PE-09010
EXCUTIVE SUMMARY
Design for the Downtown Library and the Mitchell Park Library and Community Center is
underway and being reviewed by City committees and user i groups as they proceed through the
design process. The Downtown Library is potentially scheduled to be advertised for construction
bids as early as the spring of2010 followed by the Mitchell Park Library and Community Center
in the summer of 2010. To provide library services during construction of these facilities, space
for the temporary library has been identified at Cubberley Community Center, and is under
design as well.
Staff also recommends approval of a contract with Turner Construction Company. This contract
will provide construction management services needed to supplement existing staff levels during
completion of the design and construction bidding process for the Mitchell Park and Downtown
facilities.
Approval of a contract amendment with Group 4 Architecture is needed to complete the design
of the temporary library facility. A Budget Amendment Ordinance in the amount of $109,041
will fund portions of the contracts with Turner Construction Company, Group 4 Architecture and
other miscellaneous small contracts (hazardous material testing and removal, modular
workstation design, moving, etc.) related to the temporary library facility at the Cubberley
Community Center.
RECOMMENDATION
Staff recommends that Council:
CMR:368:09 Page 1 of9
1. Adopt a Budget Amendment Ordinance (Attachment A) in the amount of $109,041 to
increase appropriation for CIP Project Community Center and Library -Temporary Facilities
(PE-090 1 0).
2. Authorize the City Manager or his designee to execute the attached (Attachment B) contract
with Turner Construction Company, Inc., in an amount not to exceed $138,198, for initial
construction management services for the Downtown Library and for the Mitchell Park
Library and Community Center, including a total of $13,361 for additional services.
3. Authorize the City Manager or his designee to execute the attached Contract Amendment
No. 1 (Attachment C) to add $92,034 for additional services with Group 4 Architecture for
design of the Temporary Library (PE-090 1 0) for a total not to exceed contract amount of
$3,919,314.
BACKGROUND
On July 7, 2008, Council directed staff to proceed with placing on the November 2008 ballot a
library/community center bond measure. Measure N, which passed on November 4, 2008,
includes funding for construction of a new and expanded Mitchell Park Library and Community
Center (MPLCC), renovation and expansion of the Main Library and renovation of the
Downtown Library. The joint MPLCC will be designed to the Leadership in Energy and
Environmental Design level of Gold (CMR:309:08). Detailed history of the design development
can be found in past City Manager's Reports to Council (CMR:286:02, CMR:119:06,
CMR343:06, CMR:434:06, CMR:225:07, CMR:321:08, CMR:473:08 and CMR:149:09,
http://www.cityofpaloalto.org/knowzone/reports/cmrs.asp).
The various site improvements are summarized as follows and site plans are shown in
Attachment D:
• Mitchell Park Library and Community Center
The existing Mitchell Park Library is approximately 10,000 square feet and will be
replaced with a new facility of 36,000 square feet. The new library will be two stories to
accommodate an enlarged collection, a children's area, an acoustically separated teen
area, group study rooms, staff areas and a program room. Increases in collection, seating,
computers, children's area and programming space are planned to serve the needs of the
projected population in 2030. Technical Services staff, currently located at the
Downtown Library, would be relocated to the Mitchell Park Library in order to facilitate
the increased intake of new materials for the entire library system.
The existing Community Center is approximately 10,000 square feet and will be replaced
with a new facility of 15,000 square feet. Similar to the existing community center, the
new building will be a one-story building attached to the new library. The new
community center will allow for additional programming space and rental availability.
By sharing activity space, the joint facility will be smaller in size than two independent
buildings and will create a more efficient use of the library/community center site.
CMR:368:09 Page 2 of9
-Downtown Library
The programmatic evaluation by Group 4 Architecture found that the existing services at
this library adequately serve its service population and significant capital improvements
are not recommended. By relocating technical services to the new Mitchell Park library,
much of the current technical staff area will become public space as a result of interior
reconfiguration. A small program room is planned. Systems upgrades, such as improved
lighting and mechanical systems will also be provided.
Prior to the passage of Measure N, some members of the public expressed concerns about
the approved schematic design for the Downtown Library. After the bond measure
passed and Group 4 Architecture began the detailed design development for Downtown
Library and the new Mitchell Park Library and Community Center, staff arranged to hold
a focus group meeting in April 2009 between the architects and those who had concerns
about the plans for Downtown Library. In response to the feedback at this focus group
and at a general community meeting in May, the plans for Downtown Library were
adjusted to add more collection shelving and to redesign a staff conference room so it
could be shared for public use. The revised plans were further reviewed by a
subcommittee of the Library Advisory Commission (LAC), and staff supported the
subcommittee's request to have Group 4 prepare additional information for the LAC's
consideration. The LAC recently voted to reaffirm the current design plans for this
project. The LAC Chair has prepared a companion report on this matter for inclusion in
the packet for the September 14 Council meeting.
-Main Library
The Main Library improvements include small group study rooms that are acoustically
separated from the rest of the existing building and a new program space that seats 100
people. To accommodate the new program space, the Main Library will expand by
approximately 4,000 square feet from the current 21,000 square feet on the ground floor
of the building (CMR:434:06). The interior of the existing library will also be
reconfigured to make better use of areas that are vacated by relocating certain materials
into the new building. Lighting and other building systems will also be upgraded. All of
the improvements will be made with consideration for the historic nature of the existing
building. Improvements to the Main Library will be the final phase of the Measure N
Library Bond, with design expected to begin in early 2011, so that its construction will
occur after the improvements to Mitchell Park and Downtown.
DISCUSSION
Project Update
Construction documents for the Downtown Library are approximately 60 percent complete and
the design development for the MPLCC is approximately 50 percent complete. The plans have
been reviewed by the Library Advisory Commission (LAC), the Parks & Recreation
Commission (P ARC), the Architectural Review Board (ARB), the Art Commission and also
presented to citizen focus groups, teen groups and to the community. Review by these
committees and groups will continue through January 2010. Similar review will occur during
the design development process for Main Library.
CMR:368:09 Page 3 of9
Design for the MPLCC is to the Leadership in Energy and Environmental Design (LEED) Gold
level, however, the building has four design elements that may put the project into the LEED
Platinum level. These design elements are expected to fall within the existing construction
budget, however additional design may be required. Group 4 Architecture is in the process of
researching design and construction costs related to reaching LEED Platinum standards.
Staff is planning to analyze whether there would be a cost advantage in combining the
construction contract for Downtown Library with the MPLCC by awarding one large
construction contract and to sell one set of bonds with an accurate price (i.e., by bidding together,
the cost of both libraries would be known). If staff finds no advantage to one large bid package,
the Downtown Library would be the first library advertised for construction bids, in the spring of
2010, followed shortly thereafter by the MPLCC. Design of the Main Library improvements
will be addressed beginning in fall of 2010 as that library is not scheduled to begin design until
early 2011.
Temporary Facilities
Temporary facilities for the Mitchell Park Library and Community Center have been identified at
the Cubberley Community Center (Cubberley). The auditorium is currently leased by
community groups whose leases will expire on December 31, 2009. Utilizing Cubberley versus
leasing other adequate space for the temporary library resulted in a net cost benefit to the City.
A temporary library with books, computer terminals and seating will be located in the main
auditorium area. The square footage of the temporary library is approximately 5,090 square feet
and will reuse furniture from the Mitchell Park and Downtown libraries. The Mitchell Park
Library currently has 83,000 volumes in the collection. The temporary library will accommodate
approximately 45,000 volumes, 28 reader table seats, 10 study carrel seats, 18 computers and
associated seats and 10 lounge seats. Library Administration staff currently located at the
Downtown Library will be moved to the Main Library for the duration of the Downtown Library
renovation and moved back to the Downtown Library when that work is completed. Technical
Services staff now located at the Downtown Library will be moved into what is currently the
kitchen area at the back of the auditorium.
Mitchell Park Community Center (MPCC) is currently home to a variety of recreation classes,
such as low impact aerobics, fencing, table tennis, and tap dance. MPCC is also home to the
Palo Alto Teen Center "The Drop" and is the meeting place for the Palo Alto Youth Council,
Teen Advisory Board and Junior Advisory Board. Recreation staff is working closely with
instructors and renters of MPCC to find suitable space alternatives while the new center is being
built. With the JCC vacating Cubberley Community Center in the fall of 2009, the City will be
able to move some classes and services from the MPCC to the Cubberley Community Center.
For a temporary Teen Center, Recreation staff is hoping to coordinate space at one or more of the
Middle School sites, although a suitable space has not yet been identified. Two studio spaces at
Cubberley Community Center will also be available if a middle school site cannot be located.
Once a suitable location is identified, it is anticipated that modifications will be designed by staff
utilizing small contracts with modular furniture designers and related contractors. Of the BAO
amount requested, $10,000 is reserved for the Teen Center relocation.
CMR:368:09 Page 4 of9
Design plans for the temporary library are 90 percent complete and will be advertised for
construction bids in October 2009 and awarded in December 2009. Construction will start in
early 2010. Once the temporary facility nears completion, the Downtown Library could be
advertised for construction bids with a construction start in the spring of 2010. Once the new
MPLCC is completed, Technical Services staff will be moved from the temporary spaces in the
next auditorium to the new temporary library.
Outreach
Staff was asked to develop an implementation strategy and structure for the projects that will
facilitate the flow of information between staff, the community and key stakeholders
(CMR:473:08). Three committees have been established for this effort: the Technical Team
(staff from multiple departments and Group 4 architecture), the Stakeholder's Committee (staff,
community stakeholders and representatives from the Architectural Review Board, Library
Advisory Commission, Parks and Recreation Commission and Art Commission) and an
independent Citizen Bond Oversight Committee established in July 2009 to provide financial
oversight of the project.
The Technical Team has recently completed their review of the 50 percent complete 'design
development' plans for the MPLCC, the 60 percent complete 'construction documents' for the
Downtown Library and the 90 percent complete construction documents for the temporary
library facilities. Plans that are in the design development stage are less detailed and less
complete than those in the construction document phase.
The Stakeholder's Committee has been meeting monthly since March 2009. The Stakeholder's
Committee oversaw the design of a new website for the library projects, which includes
information on the completed Children's Library and College Terrace Library which is currently
undergoing renovation. The website was designed by staff and is currently on-line at
http://www.cityofpaloalto.org/knowzone/city projects/city facilities/library projects/ ..
The site includes the most recent renderings of the libraries as well as a 'fly-through' three-
dimensional model of the MPLCC. It will be updated regularly and includes a feature that
allows viewers to sign up for monthly e-mail updates as well as ways to contact staff. The
Stakeholder's Committee has also developed a communications plan indentifying various
outreach measures (for example, signage at the construction site, cameras at the site that will
connect to the web, monthly e-newsletters, and other items).
In addition to the website, a model of the MPLCC was built and initially displayed in the Civic
Center lobby. It is currently on display at the MPCC and will be moved to various locations
throughout the City for the duration of the project.
The initial community meeting on the library projects in May of 2009 was well attended and
included involving teens in the design of the future Teen Center (photos of which are included on
the new library website). More board and commission meetings are scheduled through the end
of January 2010 and the schedule for these meetings has been posted on the library facilities
website. In addition to the board and commission meetings, a second public meeting has been
scheduled for October 29, 2009 at the MPCC (the Teen Center discussion will begin at 4 p.m.
and the general discussion at 7 p.m.).
CMR:368:09 Page 5 of9
Under Council direction the Bond Oversight Committee (BOC) was formed and held its initial
meeting on July 22, 2009. At this first meeting, the members were briefed on the current status
of the library design and on the purpose of the committee, which is to ensure that bond proceeds
are spent in a fashion that is consistent with the Measure N bond language. The BOC also
elected officers and requested speakers and information for the next meeting on October 27,
2009. Once approved by the BOC, meeting minutes will be forwarded to Council.
Construction Management Services
The contract for construction management services needed for the Downtown Library and
Mitchell Park Library & Community Center is attached to this report. The construction
management services described in the scope are needed as current staffing is not sufficient for a
project of this magnitude. The construction management firm will support and supplement the
work of Public Works staff. Public Works staff will oversee the design and construction of the
temporary facilities at the Cubberley Community Center.
Request for Proposals were sent to 15 firms on May 22,2009. The proposal period was 39 days.
A total of 18 firms submitted proposals ranging from $590,634 to $2,744,794.
Summary of Solicitation Process
Proposal DescriptionlNumber Downtown Library and Mitchell Park Library and
Community Center, Construction Management
Services
Proposed Length of Project 3 years
Number of Proposals Mailed 15
Total Days to Respond to Proposal 39
Pre-proposal Meeting Date June 23, 2009
Number of Company Attendees at Pre-16
proposal Meeting
Number of Proposals Received: 18
Company Name Location (City, State) Selected for
oral interview?
1. Swinerton Management & San Francisco, CA Yes
Consulting
2. Consolidated CM, Inc. Oakland, CA Yes
3. Critical Solutions, Inc. Walnut Creek, CA Yes
4. Turner Construction Company San Jose, CA Yes
5. Bovis Lend Lease, Inc. San Francisco, CA No
6. Kitchell CEM San Jose, CA No
7. Heel)' International, Inc. Folsom, CA No
8. Shore Associates San Jose, CA No
9. Gilbane Building Company San Jose, CA No
10. O'Connor Construction Pleasanton, CA No
Management, Inc.
11. BTl Build Trust, Inc. George Town, Grand Cayman No
12. Douglas Ross Construction, Inc. Palo Alto, CA No
13. JLK Construction Services, Inc. Oakland, CA No
CMR:368:09 Page 60f9
14. Nova Partners, Inc. Palo Alto, CA No
15. Cambridge CM, Inc. Palo Alto, CA No
16. Conversion Management San Francisco, CA No
Associates, Inc.
17. Van Pelt Construction Services Fairfield, CA No
18. Harris & Associates Gilroy, CA No
Range of Proposal Amounts Submitted $590,634 to $2,744,794
The proposals were judged by the following criteria:
• qualifications and experience of the staff assigned to the project,
• staff experience on similar type of projects,
• response time and ability to perform the work,
• field experience with Leadership in Energy and Environmental Design (LEED) buildings,
fee.
An evaluation committee consisting of Public Works staff and an architect from the library
design firm, Group 4 Architecture, carefully reviewed each firm's qualifications and submittals
in response to the criteria identified in the request for proposals (RFP). Four firms were invited
to participate in oral interviews. Turner Construction Company, Inc., was selected because their
staff demonstrated superior knowledge of construction management, have extensive experience
with library construction and have worked on other Leadership in Energy and Environmental
Design (LEED) projects.
The contract with Turner Construction Company, Inc., includes 15% for additional services that
may be needed for the Downtown Library since remodeling an existing building may have many
unforeseen conditions. The contract includes funding through the end of the design phase for
both libraries. At the time of the award of the first library construction contract in 2010, staff
will return with a contract amendment that will include construction management fees for the
construction phase and a more detailed scope for the duration of construction for the Downtown
Library and the Mitchell Park Library and Community Center.
Temporary Library Design
Group 4 Architecture was initially contracted to study alternative locations and design options
for a temporary MPLCC. Working with staff from the Public Works, Library and Community
Services Departments, the Cubberley Community Center Auditorium was identified as the best
location for a temporary library while a new Mitchell Park Library was being constructed.
Approval of Contract Amendment No. 1 with Group 4 Architecture (Attachment C) will provide
for the completion of the initial temporary library design and for construction administration
services during the construction of the temporary library, which is expected to begin in early
2010.
TIMELINE
Improvements to the auditorium at the Cubberley Community Center will begin in early 2010 so
that Technical Services staff can be relocated shortly before work begins on the Downtown
Library. Before the demolition of the existing Mitchell Park Library, books, computers and
furnishings will be moved into the auditorium to serve as a temporary library for the duration of
construction. If Cubberley is selected as the Teen Center site, reconfiguration of the existing
CMR:368:09 Page 7 of9
classrooms at the Cubberley Community Center will be completed shortly before the demolition
of the Community Center so that Teen Center services can be relocated.
Improvements to the Downtown Library could begin in the spring of 2010. However., staff will
analyze whether there would be a cost or coordination advantage in combining construction on
the Downtown Library with the MPLCC to begin in the summer of 2010. In addition to lower
costs, a larger project may attract a more skilled, financially stable construction company and
result in better coordination from communicating with one contractor instead of two. Combining
construction contracting for the two libraries may also create efficiencies in the bond issuance
process, which staff will review during the construction contracting analysis. Under either
construction scenario, the Downtown Library will be closed for the duration of construction,
approximately one year. Library Administration staff in the Downtown Library will be relocated
to the Main Library and Technical Services staff will be relocated to the temporary library space
at the auditorium of the Cubberley Community Center.
Construction on the Mitchell Park Library and Community Center is expected to begin in the
summer of2010. The temporary library and Teen Center will operate at the temporary facilities
at the Cubberley Community Center for the duration of construction, approximately two years.
A contract amendment with Group 4 Architecture for design of the Main Library will not be
developed until the fall of2010 as that library is not scheduled to begin design until early 2011.
RESOURCE IMPACT
To continue work on the library project, a BAO in the amount of $109,041 is needed for CIP
Project PE-0901O., Community Center and Library -Temporary Facilities. The distribution of
these funds is shown in the table below:
Bond
Funding General Fund
Bondable
Downtown Temporary General &
Library MPLCC Bondable Facility Fund General Fund
PE-09005 PE-09006 Subtotal PE-0901O Subtotal Total
Turner Construction $20,177 $118,021 $138,198 $171,245 $309,443
Group 4 Architecture $92,034
West Coast Code
Consultants $7,700
Protech -Hazardous
Material Report $1,931
Hazardous Material
Abatement &
Inspection $42,000
Pivot Interiors $6,980
Plan-check fees $3,600
Building Permit fees $7,000
Mise costs & contracts $10,000
Available Budget $138,198 $62,204
Additional Appropriation Needed (BAO) 0 $109,041 $109,041
CMR:368:09 Page 8 of9
Funding for Turner Construction's construction management services is included in Capital
Improvement Program (CIP) project PE-09006, Mitchell Park Library and Community Center
and PE-09005, Downtown Library and will be reimbursed after the sale of bonds. The sale of
bonds to cover expenses related to both the Downtown Library and the MPLCC will occur in the
spring or summer of 20 1 0, near the time of construction award. In addition to current and future
costs, the bond sale will also reimburse the General Fund for project costs incurred since the
Measure N bond was approved in November of2008.
Expenses related to temporary facilities (CIP PE-090 1 0) are non-bondable and will come from
the Infrastructure Reserve. In addition to Contract Amendment No.1 with Group 4 Architecture,
the BAO amount includes $10,000 to be administered by the Public Works Department for
miscellaneous small contracts and costs such as security alarms, plan set printing, minor
electrical work, small Teen Center remodeling contracts, etc.
POLICY IMPLICATIONS
This recommendation is consistent with Council's previous direction on the library projects and
will further the projects identified in Measure N. It does not represent a change in City policy.
ENVIRONMENTAL REVIEW
On July 21, 2008, the Council confirmed the Director of Planning and Community
Environment's approvals of a Mitigated Negative Declaration for the Mitchell Park Library and
Community Center project and a 2007 Addendum to the 2002 final Environmental Impact
Report for the Main Library. The Downtown Library was determined to be exempt from the
California Environmental Quality Act review pursuant to Section 15301, "existing facilities."
ATTACHMENTS
Attachment A: Budget Amendment Ordinance
Attachment B: Contract with Turner Construction Company, Inc., (includes Scope of Service
and Certificate of Nondiscrimination)
Attachment C: Contract Amendment No.1 with Group 4 Architecture
Attachment D: Floor and site plans
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
CMR:368:09 Page 9 of9
ORDINANCE OF THE COUNCIL OF THE CITY OF
AMENDING THE BUDGET FOR THE FISCAL YEAR 2010
AN ADDITIONAL APPROPRIATION OF $109,041
IMPROVEMENT PROGRAM (CIP) PROJECT PE-09010,
COMMUNITY CENTER -TEMPORARY FACILITIES
PALO ALTO
TO PROVIDE
TO CAPITAL
LIBRARY AND
The Council of the City of Palo Alto does ordain as follows:
SECTION 1. The Council of the City of Palo Alto finds
and determines as follows:
A. Pursuant to the provisions of Section 12 of Article III of
the Charter of the City of Palo Alto, th€ Council on June 15, 2009
did adopt a budget for Fiscal Year 2010; and
B. In Fiscal Year 2009 f the Council did adopt a budget for
CIP Project PE-09010, Library and Community Center -Temporary
Facilities (Project) with an initial appropriation of $79,525; and
C. In Fiscal Year 2010, Council increased the appropriation by
$79,000, bringing total appropriation to $154,525 for Project; and
D. From Fiscal Year 2009 to date, expenses related to design
elements of the Project were incurred leaving available balance of
$62,204; and
E. As work progresses, additional necessary costs were
identified to complete Project. The total cost of additional work
elements is $171,245 while the remaining available budget is
$62,204; requiring additional appropriation of $109,041. The
details are summarized below; and
Descri.pti.on
Group 4 Architecture (Contract Amendment #1)
West Coast Code Consultants
Protech -Hazardous Materials
Pivot Interiors
Plan-check fees
Building Permit fees
Hazardous Material Abatement Work and Abatement
Inspection
Misc costs & contracts
Tota.1 Addi tiona1 Cos ts
Available Appropriation
Additional Appropriation Needed
l-\JO.ount
$92,034
$7,700
$1,931
$6,980
$3,600
$7,000
$42,000
$10,000
$171,245
$62,204
$109,041
Fo The Infrastructure Reserve of the Capital Project Fund will
provide the necessary funds since the costs of this project can
not be reimbursed by Measure N Library Bonds; and
Go City Council authorization is needed to amend the Fiscal
Year 2010 budget to make available the funds required for Projecto
SECTION 20 The sum of One Hundred Nine Thousand Forty One
Dollars ($109,041) is hereby appropriated to CIP Project PE-
09010, Library and Community Center -Temporary Facilitieso
SECTION 3. The Infrastructure Reserve is hereby decreased by
One Hundred Nine Thousand Forty One Dollars ($109,041) with a
remaining balance of Five Million Fifty Thousand Nine Hundred
Fifty Nine Dollars ($5,050,959)
SECTION 40 As specified in Section 20280080 (a) of the Palo
Al to Municipal Code, a two-thirds vote of the City Council is
required to adopt this ordinance 0
SECTION 50 As provided in Section 20040330 of the Palo Alto
Municipal Coder this ordinance shall become effective upon
adoption o
SECTION 60 On July 21, 2008, the Council confirmed the
Director of Planning and Community Environment's approvals of a
Mitigated Negative Declaration for the Mitchell Park Library and
Community Center project and a 2007 Addendum to the 2002 final
Environmental Impact Report for the Main Libraryo The Downtown
Library was determined to be exempt from the California
Environmental Quality Act review pursuant to Section 15301,
"existing facilities"o
INTRODOCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:
City Clerk
APPROVED AS TO FORM:
Senior Assto City Attorney
APPROVED:
Mayor
City Manager
Director of Public Works
Director of Administrative
Services
AGREEMENT BETWEEN THE CITY OF JP ALO ALTO AN1I)
TURNER CONSTRUCTION COMPANY
FOR PROFESSIONAL SERV1ICES
(DOWNTOWN lLIBRARY9 M1!TCHELL PARK LJIBRARY AND COMMUNITY
CENTER CONSTRUCTION MANAGEMENT SERVICES)
This AGREEMENT is entered into on this __ day of .20-, by
and between the CITY OF PALO ALTO. a California chartered municipal corporation ("CITY"),
and TURNER CONSTRUCTION COMPANY, a corporation in the State of New York, located at
60 South Market Street, Suite 1100, San Jose, CA 95113 ("CONSULTANT").
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to construct a new Mitchell Park Library and Community Center and renovate
the existing Downtown Library ("Project") and desires to engage a consultant to construction
management services in connection with the Project ("Services").
B. CONSULT ANT has represented that it has the necessary professional expertise,
qualifications, and capability, and all required licenses andlor 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 ofthis Agreement.
NOW, THEREFORE. inconsideration ofthe recitals. covenants, terms, and conditions, this
Agreement, the parties agree:
AGREEMENT
SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in
Exhibit "A" in accordance with the tenus and conditions contained in this Agreement. The
perfonnance of all 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 June 1, 2013 unless
terminated earlier pursuant to Section 19 of this Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE. Time is ofthe essence in the performance of
the services specified in exhibit A. CONSULTANT shall 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. Any Services for which times for performance are not specified in this
I
Professional Services
Rev. January 2009
\\CC-TERRA \jalTeol\PURCHDOC\SAP Bids and Proposals\RFP\RFP13163 I DT Lib and MP Ub and Community Center C M Services\Contract
CI0131631·1lJRNER.doo
Agreement shall be commepced and completed by CONSULTANT in a reasonably prompt and
timely manner based upon the circumstances and direction communicated to the CONSULT ANT.
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 one hundred twenty-four
thousand eight hundred thirty-seven Dollars ($124,837.00). In the event Additional Services are
authorized, the total compensation for services and reimbursable expenses shall not exceed one
hundred thirty-eight thousand one hundred ninety-eight Dollars ($138,198.00). 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, shan be authorized in accordance with and subject to the provisions of
Exhibit "C". CONSlJLT ANT 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 CONSULT ANT'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. CONSULTANT shall
send all invoices to the City's project manager at the address specified in Section 13 below. The City
will generally process and pay invoices within thirty (30) days of receipt.
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, ifpennitted,
. 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.
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 itselfinformed of and
in compliance with all federal, state and local laws, ordinances, regulations, and orders that may
2
Professional Services
Rev. January 2009
\\CC-TERRA\jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFPI31631 DT Lib and MP Lib and Community Center C M Services\Contrac\
C10131631 WRNER.doc
affect in any manner the Project or the perfonnance of the Services or those engaged to perfonn
Services under this Agreement. CONSULT ANT shall procure all permits and licenses, pay all
charges and fees, and give all notices required by law in the performance of the Services.
SECTION 8. ERRORS/OMISSIONS. CONSULT ANT 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 CONSUL T ANT 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 discovered prior to and during the course of construction of the Project.
This obligation shall survive termination of the Agreement.
SECTION 9. COST ESTIMATES. Not applicable to this phase ofthe contract.
SECTION 10. 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.
SECTION H. 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 ofthe 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 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.
CONSULTANT shall be responsible for directing the work of any subconsultants and for any
compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning
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.
SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Tom Tripp as the
project director to have supervisory responsibility for the performance, progress, and execution of the
Services and Greg Smith as the project coordinator to represent CONSULTANT during the day-to-
day work on the Project. If circumstances 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 ofthe CITY's proj ect 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
3
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PU RCHDOC\SAP Bids and Proposals\RFP\RFPI 31631 DT Lib and MP Lib and Community Center C M Services\Contract
C10131631 TURNER.doc
the safety of persons or property_
The City's project manager isKaren Bengard, Public Department,Engineering Division, at 250
Hamilton Avenue, Palo Alto, CA 94301, Telephone: 650-329-2636. 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 141. OWNERSHIP OF MA l'EIDALS. Upon delivery, all work product, including
without limitation, all writings, drawings, plans, reports, specifications, calculations, documents,
other materials and copyright interests developed under this Agreement shall be and remain the
exclusive property of CITY without restriction or limitation upon their use. CONSULT ANT agrees
iliat all copyrights which arise from creation ofthe work pursuant to this Agreement shall be vested
in CITY, and CONSULT ANT waives and relinquishes all claims to copyright or other intellectual
property rights in favor of the CITY. N either CONSULT ANT 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. CONSULTANT makes no representation of the suitability of the
work product for use in or application to circumstances not contemplated by the scope of work.
SECTION 15. AUJl)lI:TS. 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 earlier termination of this Agreement.
SECTION 116. INDEMNiTY.
O[Option A applies to the following design pll"ofessionais pursuant to CliviD Code SectiOllll
2782.8: architects; Dandscape architects; registered professional engineers and licensed
professional land sUJl"Veyors.] 16.1. To the fullest extent permitted by law, CONSULTANT shall
protect, indemnify, defend and hold hannless 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 ofthe CONSULTANT, its officers, employees, agents or contractors under this
Agreement, regardless of whether or not it is caused in part by an Indemnified Party.
[gI[Option B applies to any consultant who does not qualify as a design professional as defined
in Civil Code Section 2782.8.] 16.1. 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
disburs~ments ("Claims") resulting from, arising out of or in any manner related to performance or
nonperfonnance by CONSULTANT, its officers, employees, agents or contractors under this
Agreement, regardless of whether or not it is caused in part by an Indemnified Party.
4
Professional Services
Rev, January 2009
\\CC-TERRA \jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFP131631 DT Lib and MP Jjb and Community Center C M Services\Contract
C10131631 lURNERdoc
16.2. Notwithstanding the above, nothing in this Section 16 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.
16.3. 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 ofthis Agreement.
SECTION 117. W MYERS. The waiver by either party of any breach or violation of any covenant,
tenn, condition or provision oftms Agreement, or ofthe 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 ofthe same or of any other term, covenant, condition, provision,
ordinance or law.
SECTlION 18. lINSlURANCE.
18.1. CONSULTANT) at its sole cost and expense, shall obtain and maintain, in full
force and effect during the term ofthis Agreement, the insurance coverage described in Exhibit tiD".
CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an
additional insured under any generalliabilityor automobile policy or policies.
18.2. All insurance coverage required hereunder shall be provided through carriers
with AM Best's Key Rating Guide ratings of A-:vrr or higher which are licensed or authorized to
transact insurance business in the State ofCalifomia. 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.
18.3. 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 tenn 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 tenn has expired.
SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
5
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PURCJ-{DOC\sAP Bids and Proposals\RFP\RFP 13 1631 DT Lib and MP lib and Community Center C M Services\Contracl
CI0131631 TURNERdoc
19.1. 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 (10) days prior written notice
thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately
discontinue its performance of the Services.
19.2. CONSULTANT may tenninate this Agreement or suspend its performance of
the Services by giving thirty (30) days prior written notice thereofto CITY. but only in the event of a
substantial failure of performance by CITY.
19.3. 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.
19.4. 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., 10 days after giving notice) of suspension or termination; provided,
however, if this Agreement is suspended or terminated on account of a default by CONSULT ANT,
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 ofhislher discretion
19.5. 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 20. 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 CONSULT ANT recited above
6
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFP 131631 DT Lib and MP Lib and Community Center C M Services\Contract
CI01316311URNER.doc
SECTION :H. CONFlLICT OF lINTEIREST.
21.1. In accepting this Agreement, CONSllL T ANT covenants that it presently has
no interest, and will not acquire any interest, direct or indirect, financial or otheIWise, which would
conflict in any manner or degree with the perfOJ:"mance of the Services.
21.2. 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 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 ofCalifomia.
21.3. If the Project Manager detennines that CONSULTANT is a "Consultant" as
that term is defined by the Regulations of the Fair Political Practices Commission, CONSULT ANT
shall be required and agrees to file the appropriate financial disclosure documents required by the
Palo Alto Municipal Code and the Political Refonn Act.
SECTION 22. NONDiSCRIMINATION. As set forth in Palo Alto Municipal Code section
2.30.510, CONSULTANT certifies that in the perfonnance 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 Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section
2.30.510 pertaining to nondiscrimination in employment.
SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING. The City of Palo Alto
is a green business and works to purchase and provide products in an environmentally sustainable
manner. CONSULT ANT will use production methods that reduce waste and environmentally toxic
products, as well as have less packaging. CONSULTANT will adhere to the standard that printed
materials will be, at a minimum, printed on 30% post consumer recycled paper with vegetable based
ink. The designer will check with the project manager to discuss the maximum recycled content
paper available for each project. FS~ (Forest Stewardship Council) certified paper that is "process
free" is preferred. CONSULTANT will use methods that reduce energy use and thus the carbon
footprint for the development, production and delivery of products. CONSULT ANT shall adhere to
the City's Environmentally Preferred Purchasing policies as may be amended from time to time.
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 trial of such action
will be vested exclusively in the state courts of California in the County of Santa Clara, State of
California.
7
Professional Services
Rev. January 2009
\\CC·TERRA\jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFPI31631 DT Lib and M P IJb and Community Center C M Services\Contr"act
CI0131631 nJRNER.doc
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. The prevailing party shall be entitled to recover an amount equal to the fair market value of
legal services provided by attorneys employed by it as well as any attorneys' fees paid to third
parties.
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 will bind, the heirs, successors, executors, administrators, assignees, and consultants ofthe
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 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 Municipal Code. This Agreement will terminate without anypenalty{ 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. This Section 24.8 shall take
precedence in the event of a conflict with any other covenant, tenn, condition, or provision of this
Agreement.
24.9. The individuals executing this Agreement represent and warrant that they have
the legal capacity and authority to do so on behalf of their respective legal entities.
24.10 All unchecked boxes do not apply to this agreement.
8
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFP 13 I 63 I DT Lib and M P Lib and Community Center C M Services\Contract
C I 0131631 -ruRNEKdoc
CllTl{ OF PAlLO AlLTO OOJN'fJRAC1f NO.; (:1013>1631
IN \VITNESS \V1HEREOF, the parties hereto have by their duly authorized
representatives executed this Agreement on the date first above written.
CITY OF PALO ALTO: CONSULTANT:
TURNER CONSTRUCTION COMPANY
_City Manager (Required for contracts over By: t'. (i'.\.! 1 rf: /,( II, 'Ii:;'. r c, f
$85,000) --''-''It----',(''-'--''--''--'----'--/:------A).----'-'-. j'-"'--'--; /J:'-'---'-~~-"--
_Purchasing Manager Name:~(~-I:.::t.::..V..4'-)'---"U'-j,~-Vb--.J...:f._l~..:::1_"1j)L..::>,_""-~ ___ _
APPROVED AS TO FORM:
City Attorney
Attaclmlents:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "e":
EXHIBIT "C-l"
EXHIBIT "D":
SCOPE OF SERVICES
SCHEDULE OF PERFORMANCE
COMPENSATION
HOURLY RATE SCHEDULE
INSURANCE REQUIREMENTS
9
Professional Services
Rev, January 2009 -
\\CC-TERR"\jarr~ol\PURCHOOC\SAP Aids anu Projlosals\RFP\RFPI3163 I DT Lib and MI' lib Dnd CommunilY Cenler C M Scrvices\Conlract
CI013163I'I1IRNER,doc
SCOPE «))JF SERVJICJES
. 1. INTRODUCTION
In November 2008, voters approved Measure N, which provided for the upgrade, replacement
and/or expansion of three libraries in Palo Alto. These libraries are the Downtown Library, the
Mitchell Park Library and Community Center (MPLCC) and the Main Library. Environmental
clearance has been completed and approved for the three sites. The design plans, which are
currently approximately 50 percent complete, have been re",iewed by City boards and
commissions and have been presented to the community, although additional public meetings are
scheduled.
Downtown Librarv
Improvements to the Downtown Library, located at 270 Forest Ave, consist primarily of
accessibility improvements, code required upgrades, electrIcal and mechanical systems upgrades,
and interior space remodeling. The estimated 2008 construction cost was $2.4 million which was
based upon 35% completed plans. The construction cost estimate excludes design costs,
contingency, inflation escalation, permits, testing, fixtures and furnishing. Environmental
clearance has been completed and approved for the project.
The Downtown Library will not be a certified LEED building but will follow the City'S Green
Building Policy and submittal requirements.
Mitchell Park Library and Community Center
The existing Mitchell Park Library building is located at 3700 Middlefield Road and the adjacent
Community Center building is located at 3800 Middlefield Road. The existing library building is
less than 10,000 square feet. The existing community center building is approximately 10,000
square feet.
Construction will entail demolition and removal of the existing buildings and parking lots,
construction of a combined library and community center building and associated site amenities
including parking. The new building's total area will be approximately 51,000 square feet, of
which 36,000 square feet will be a two-story library and 15,000 square feet will be a single-story
community center around a heritage oak tree. The 2008 estimated construction cost was $28.1
million which was based upon the 35% plan design. The construction cost estimate excludes
design costs, contingency, inflation escalation, permits, testing, fixtures and furnishing. The
MPLCC will be designed to U.S. Green Building Council's Leadership in Energy Efficiency and
Design (LEED ®) Gold standard.
During construction, the library services and the community center will be relocated to a
temporary facility or facilities. Design of the temporary facility is underway and construction
management services for that facility will be performed by Public Works staff.
Main Librarv (Potential Future Phase)
10
Professional Services
Rev. January 2009
\\CC-TERRA\jarreol\PURCIIDOC\SAP Bids and Proposals\RFP\RFP 131631 DT Lib and MP Lb and Community Center C M Services\Contract
C10131631 TIJRNER.doc
Construction management services for the Main Library are not included at this time, as design of
improvements to the Main Library will not begin until approximately early 2011. The City reserves
the right to negotiate a fee for and enter into a contract (amendment) with Turner Construction
Company (hereinafter "Consultant") for these services, or to issue a new Request for Proposa]s for
the services.
The Main Library, located on Newell Road, will have both an interior renovation and an
expansion. The renovation to the existing historic structure will consist of seismic, accessibility,
and systems upgrades as well as minor expansions and reconfigurations. In addition, a detached
bui]ding of approximately 4,500 square feet will be constructed. The 2008 estimated
construction cost was $9 million which was based upon the 35% plan design. The construction
cost estimate excludes design costs, contingency, inflation escalation, pennits, testing, fixtures
and furnishing.
2. SCOPE OF SERVICES
AU work described below will be done in conjunction with the City's ongoing review and
approval process for the projects described above. The Consultant's services shall include full
Construction Management Services as required to assist staff in the management of the design
and construction of the above projects.
If at any time, the City is not satisfied with the performance of Consultant's staff, the City
reserves the right to request the services of a different individual. If for any reason the
Consultant proposes a change of staffing during the course of the project, the City reserves the
right to approve any new staff. Additional Services must be approved in advance of services, in
writing, by the City Project Manager.
Office space, computers, cell phones, furnishings and other equipment needed for Consultant's
staff shall be provided by the Consultant. These costs shall be included in the Consultant fee
proposal.
Downtown Library
Phase I -Design Phase
Staff support for this library will be primarily by City staff. During the design phase, Consultant
services are primarily required for specialty (mechanical, electrical) and for pre-qualifiction of
contractors and key subcontractors.
A. Preconstruction
Document and Constructability review
Consultant shall:
• become familiar with the project history, plans, and specifications.
" review plans, specifications and cost estimates submitted for City review. Review by Consultant
11
Professional Services
Rev. January 2009
\\CC-TERRA \jarrcol\PURCHDOC\SAP Bids and Proposals\RFP\RFP 13163 I DT Lib and MP Ub and Community Center C M Services\Conlract
CI0131631lURNERdoc
shall be performed by engineers or contractors who have experience in relevant fields. Review of
documents shall be done at the current and 100% completion stage of Design Development and at
60%, 95% and 100% of Construction Development.
.. provide a constructability review for the project documents and make appropriate cost and/or time-
savings recommendations to the City.
<> provide an independent opinion of probable cost.
E> analyze and document the costs and benefits associated with combining construction of the
Downtown Library with the MPLCC.
<> coordinate as-needed and directed with the ArchitectlEngineers (AE) firm, City staff, City boards
and connnission members, and connnunity members.
'" assist the City's Contracts Manager with the preparation of the "Instructions to Bidders" which will
define the scope of work that must be included in the bid packages and other related bid documents
needed to ensure a complete bid package. The AE will prepare technical specifications.
o become familiar with the various City department functions and requirements for project
coordination.
Contractor and Key Subcontractor Prequalification
Prior to the construction bid phase, the Consultant shall prepare, and obtain approval from the City of
Palo Alto, to advertise forms required for Contractor and key subcontractor Prequalification.
Consultant shall administer the feedback from same, including but not limited to: answering
questions from contractors and subcontractors, coordinating responses with the City'S Purchasing
Division, preparing spreadsheets or other documentation necessary to compile and compare
contractor responses, preparing a recommended bidder's list with a brief report summarizing
findings, assisting in representing the City in any subsequent hearings challenging the validity of the
results and any follow-up documentation reSUlting from said hearings. The City Purchasing Division
will verify Consultant's recommendation in order to finalize the decision.
Additional Services
Additional Services include. but are not limited to, attendence at meetings, value engineering.
calculations and reimbursable expenses not included in the base fee.
Mitchell Park Library and. Community Center
Phase I -Design Phase
A. Preconstruction
Document and Constructability review
Consultant shall:
CD become familiar with the project history, plans and specifications
.. review plans, specifications and prepare cost estimates submitted for City review. Review by
Consultant shall be performed by engineers or contractors who have experience in relevant fields.
Review of documents shall be done at the current and 100% completion stage of Design
Development and at 60%, 95% and 100% of Construction Development.
e provide a constructability review for the proj ect documents and make appropriate cost and/or time-
savings recommendations to the City.
12
Professional Services
Rev. January 2009
\\CC-TERRA\jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFPI31631 DTLib and MP Jjb and Community Center C M Services\Contract
CI 0 131631 TURNER.doc
o provide an independent opinion of probable construction cost.
o coordinate as-needed and directed with the ArchitectiEngineers (AE) finn, City staff, City boards
and commission members and community members.
" assist the City's Contracts Manager with the preparation of the "Instructions to Bidders" which will
define the scope of work that must be included in the bid packages and other related bid documents
needed to ensure a complete bid package. The AE will prepare technical specifications.
" become familiar with the various City department functions and requirements for project
coordination.
Communi tv Outreach
The Consultant shall collect infonnation and prepare community, City Manager, oversight
committee, boards and commission and any other needed updates, presentations or reports not
provided by the AB.
The Consultant shall attend community meetings to update various civic orginazations (Kiwanas,
school groups, etc.) or community meetings on the project progress. Fee for this service shall be
included in 'Meetings'. Seven public meetings are currently scheduled from Sept 22,2009
through January 26,2010, however, Consultant shall budget for up to five (5) additional public
meetings.
Contractor and Key Subcontractor Prequalification
Prior to the construction bid phase, the City shall prepare, with City of Palo Alto approval, and
advertise fonns required for Contractor and key subcontractor Prequalification. Consultant shall
administer the feedback from same, including but not limited to: answering questions from
contractors and subcontractors, coordinating responses with the City's Purchasing Division,
preparing spreadsheets or other documentation necessary to compile and compare contractor
responses, prepare a recommended bidder's list with a brief report summarizing findings, assist
in representing the City in any subsequent hearings challenging the validity of the results, and
any follow-up documentation resulting from said hearings.
Bidding: Consultant shall organize and manage contractor participation. Consultant shall review the
contractor bids for compliance with the technical portions of the bid requirements as set forth in the
specifications and make a recommendation for award or rejection. Consultant shall assist with the
bid period work items including clarifications, and bid evaluation relative to the contract documents.
Consultant shall review the subcontractor list for completeness and compliance with the bid
documents. The City Purchasing Division will verify Consultant's recommendation in order to
finalize the decision.
Pre-bid Conference and Pre-construction Meeting: Consultant shall coordinate and facilitate the Pre-
bid Conference and Pre-construction Meeting including preparation of the agendas and meeting
minutes
Addenda: If changes to the construction documents are required during the bidding period,
Consultant shall prepare the addenda items with the assistance from the AE. The City will issue the
addenda.
13
Professional Services
Rev. January 2009
\\CC·TERRA\jarreo]\PURCHDOC\SAP Bids and Proposa]s\RFP\RFPI31631 DT Lib and MP Ub and Community Center C M Services\Contract
C] 0] 3163] lURNER.doc
Budget: Consultant shall work with the City to develop a construction budget format and tracking
system.
Hazardous Material Abatement: Hazardous materials may be removed from the existing structures
prior to their demolition (under City contract) or may be included as part of the construction bid
package. Consultant shall assume that the abatement will be done by City contract and Consultant
shall prepare, assist in the bidding of and coordinate the remediation contract. A third party
consultant shall be employed by the City to survey, test, develop and implement removal procedures,
monitor abatement and report.
Relocation of Existing Library Services
The Consultant shall provide CM Services to support the City of Palo Alto in relocating library
services to a temporary facility. It is estimated the move-coordination for the Consultant will last
approximately 3 weeks.
Meetings: Throughout the design process, Consultant shall be prepared to address comments and
concerns of the contractors interested in bidding on the project, AB, City Staff, boards and
commissions and the general public on an as-needed basis.
Consultant shall schedule and conduct weekly progress meetings and any other meetings necessary to
facilitate the project work. City will provide the administrative support to provide a meeting room
and invite attendees. Consultant shall write and distribute the meeting agendas, and meeting
minutes, including: City-Consultant meetings, regular site meetings, and meetings with the City staff,
contractors, various City departments and also the public. The meeting minutes will explicitly track
who has the responsibility for each action item with expected completion dates.
Additional Services
Additional Services include, but are not limited to, attendence at meetings, value engineering,
calculations and reimbursable expenses not included in the base fee.
Future Phase -Construction Management. Downtown Library and MPLCC
Prior to construction the City shall, upon successful completion of Phase 1-Design Services,
negotiate a scope and fee for construction management, testing and inspection services for the
Downtown Library and the Mitchell Park Library and Community Center.
B. Potential Future Phase -Main Library Construction Management Services
Design of the Main Library expansion and rennovation is anticipated to begin in late 2010 or
early 2011, therefore Construction Management services for the rennovation and expansion of
the Main Library are not included in this Scope of Work. The City may, at its sole discretion,
negotiate a fee and execute a contract amendment with Consultant for this work at a future date,
or may elect to instead issue a new RFP for the services. The services would be similar to those
needed for the Mitchell Park Library and Community Center.
14
Professional Services
Rev. January 2009
"CC· TERRA \jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFPI31631 DT Lib and MP Lib and Community Center C M Services\Conlract
CI0131631 lURNERdoc
SCHEDULE OF lPERFOJR.MA,.N<CE
CONSULT ANT shall perfonn the Services so as to complete each milestone within the number
of time specified below. The time to complete each milestone may be increased or decreased by
mutual written agreement ofthe project managers for CONSULTANT and CITY so long as all
work is completed within the tenn 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
1. Downtown Library Phase I, Pr.e-colllsttuctiolll Phase:
Review Construction Documents
Contractor Prequalification
Construction Contract Award
Completion
fromNTP
Oct 2009
Oct 2009
March 2010
2. Mitchell Park Libraxy &. Community CenteJr~ Phase li: Pre-construction
Phase:
Review Construction Documents
Contracto.r pte qualification
Construction Contract Award
IS
Feb. 2010
Feb. 2010
June 2010
Professional Services
Rev. January 2009
\\CC-TERRA\jarreol\PURCI1DOC\sAP Dids and Proposals\RFP\RFP131631 DTLib and MP Lib and Community Center C M Services\Contract
C I 0 [31631 lURNER.doc
COMPENSATION
The CITY agrees to compensate the CONSULTANT for professional services perfonned in
accordance with the tenns and conditions of this Agreement, and as set forth in the budget
schedule below. Compensation shall be calculated based ort the hourly rate schedule attached
as exhibit C-1 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
$124,837.00. CONSULT ANT agrees to complete an Basic Services, including reimbursable
expenses, within this amount. In the event CITY authorizes any Additional Services. the
maximum compensation shall not exceed $138,198.00. 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
below. 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 $124,837.00 and the total
compensation for Additional Services does not exceed $13,361.00.
BUlDlGETSCJH[EDUlLE NOT TO EXCEED AMOUNT
Task 1
(Downtown Library Phase I,
Pre-construction Phase)
Task 2
(Mitchell Park Library & Community Center,
Phase I: Pre-construction Phase)
Sub-total Basic Services
Reimbursable Expenses
Total Basic Services and Reimbursable expenses
$17,545
$107,292
$124,837
$0.00
$124,837
Additional Services -DT Library (Not to Exceed) $2,632
Additional Services -MP Library and CC (Not to Exceed) $10,729
Maximum Total Compensation $138,198
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PURCHDOC\SAP Bids and Proposals\RFP\RFP 131631 DT Lib and M P Ub and Community Center C M Services\Contract
C10131631 lURNER.doc
REJIMlBlURSAlBLE EXPENSES
The administrative, overhead, secretarial time or secretarial overtime, word processing,
photocopying, in-house printing, insurance and other ordinary business expenses are included
within the scope of payment for services and are not reimbursable expenses.
AJl)J]})ITIONAL SERVICES
The CONSULT ANT shall provide additional services only by advanced, written authorization
from the CITY. The CONSULT ANT, 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 CONs"ULTANT's proposed maximum compensation, including reimbursable
expense, for such services based on the rates set forth in Exhibit C-l. 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.
2
Professional SeIVices
Rev. January 2009
\\CC-TERRA\jarreo]\PURCHDOC\SAP Bids and ,Proposa]s\RFP\RFP 131631 DT Lib and MP Jjb and Community Center C M SeIViees\Contraet
ClO13163IWRNER.doc
POSITION
Project Executive
Project Manager
EXHIBKT 66(:=1 ~~
HOUn Y RATE SCHEDULE
HOURLY RATE 20091
$232
$164
Project Engineer/Cost Engineer $105
MEP Engineer $155
Scheduler $126
Estimator $168
Administrative $63
Accounting $101
POSIT][ON IHIOURlLYRATE 20B
Project Executive $246
Project Manager $174
Project Engineer/Cost Engineer $111
MEP Engineer $164
Scheduler $134
Estimator $178
Administrative $66
Accounting $107
1
=
~
2010
$239
$169
$108
$159
$130
$173
$65
$104
2012
$253
$180
$115
$169
$138
$173
$68
$110
Professional Services
Rev. January 2009
\\CC-TERRA \jarreol\PURCHDOC\sAP Bids and Proposals\RFP\RFP 131631 DT Lib and MP lib and Community Center C M Services\Contract
C 1 0 13 I 631 TURNER.doc
p" J.L 11 p~ ILlrlll\'!1l1M'\i II ill)
MIDDLEFIELD ROAIl
\,
lit lit 111\\ IIII 1118
~
1 I:: 1IlillllBlfjlfilI
ITIl!lgltd~ I" I
lijlWllwJI¥IMI
Ll
G
1~11IiIIfH
A It J1 A 1J,';11:1l1V1111~A\! 11 ill)
'[<;y---""U-----
~~: --!DfI--
.~~~.
~ ~ ;:XF'~E$S (HEC;(
~
o
N~\'V BOOI($ fi /II .. '.,' f[j iT. i, \~ n:
' iJ] L~ W, ';-I
""~ I" I
~ :1 I.", ,lJj
, W.
: i tH
.: ~l;
00
, , ,
~, ~ '-I lL, """ "EDIA 'I::;g
o Ci "jl,)
Ii I: ~+ n
1:,
L..
0:-
i~_ ~J
'J .... '
.. :
f -r I
q-.
..l.i.~,
~.""r:',.;;
OJ
.;,.,'"., ~ii~i :~. 1
I '" ~ _c,'.J..., J
:" •. ~ 4,r::.'o:; .. :.:;:-;f!5~.n
-,--,
. -... o;--~ (c:;'", .. .' 0
r-~(l\.W.~ 1;,OOl<:'.$ :
r
I,' ". \.'.\') ', .... 'OP" "'''L !",t': : I i,' ~~.~~; , I.' -•. 1 ""
. ! ,,(.j)
.' Ii 5(.~~
::1.£", R:; II ~·K~.r.;·
1i::~·H,~('J
~~ ffi \J
~
)::::
)::::
~ F ~ ~ )::::
f::i:
d
~
"·,L:,:.'.:.:._J....L .j
;.:::E=o:'::-~::,·:X: ;
~
ILWi.l i i
· o~ ~ · ~
• !=i ::) o , <
· !.:.. D
I I
t
\,' [ I. < \ \ " \ \ '\ L~~J
,
, .