HomeMy WebLinkAboutStaff Report 343-06City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:
SUBJECT:
SEPTEMBER 11, 2006 CMR:343:06
APPROVAL OF A CONTRACT WITH GROUP 4
ARCHITECTURE, RESEARCH + PLANNING, INC., IN THE
AMOUNT OF $257,325 FOR ARCHITECTURAL AND
ENGINEERING DESIGN SERVICES FOR THE MITCHELL PARK
LIBRARY SPACE STUDY -CAPITAL IMPROVEMENT
PROGRAM PROJECT PE-07011
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager to execute the attached contract with Group 4
Architecture, Research + Planning, Inc. (Attachment A) in the amount of $257,325 for
Architectural and Engineering design services for the Mitchell Park Library Space Study
PE-07011, including $233,932 for basic services and $23,393 for additional services.
BACKGROUND
In December 2004, the City Council directed the Library Advisory Commission (LAC) to
"recommend a strategy for creating a full-service library at the existing site or another site, a
strategy to include maintaining neighborhood facilities and distributed services; to maintain
collection services, and to direct the LAC to recommend a redefinition of branch services."
Council later directed staff and the LAC to "determine how big Mitchell Park Library needs to
be" and "prepare preliminary cost models/projections/estimates for capital needs."
On June 12, 2006, Council approved:
a recommended project timeline and methodology for determining the potential size and
costs of the new Mitchell Park Library;
¯deferring infrastructure upgrades on the College Terrace Library to give staff the
necessary time to work on the Mitchell Park Library study (CMR:260:06, Attachment B).
The contract contained herein for Council approval will meet the Council-directed study
completion date of no later than December 18, 2006 and will provide conceptual size, space and
cost information for use by the LAC and Council. The consultant will work with a team
CMR: 123:06 Page 1 of 4
comprised of members from Public Works, Library and Community Services (Recreation
Center) and with a Mitchell Park Library focus group from the LAC.
DISCUSSION
Scope of Services Description
The scope of work to be performed under the contract is to:
¯ evaluatefour scenarios related to the Mitchell Park Library site:
a) Demolish the existing library and construct a new library without adversely
impacting the Community Center.
b) Construct a new library on the surface parking lot south of the community center
and add surface parking where the library currently stands.
c) Demolish the existing Library and Community Center and construct a combined
facility on the site.
d) Expand the existing library and incorporate a new Community Center into an
expanded, remodeled library,
¯provide cost estimates for each of the above scenarios.
The draft scope of services was reviewed and approved by Council with CMR.:260:06
(Attachment B) on June 12, 2006. Refer to Exhibit A of the contract for the complete Scope of
Services. A consultant is needed to provide technical and architectural expertise for the new
technologies that City staff cannot provide.
Library staff and the LAC requested that the consultant look at what accommodations would
need to be made at the Main and Downtown libraries due to any services that might be relocated
from those sites into a new Mitchell Park Library. As part of the attached scope of work, Group
4 will study whether a remodel or a reconfiguration of the Main and/or Downtown libraries
would be the most beneficial, and the conceptual cost of that work.
Summary of Solicitation Process
Proposal Description
Proposed Length of Project
Number of Proposals Mailed
Total Days to Respond to Proposal
Pre-proposal Meeting Date
Number of Company Attendees at
Pre-proposal Meeting
Number of Proposals Received:
Company Name
1. Group 4 Architecture, Planning +
Design
2. BSA Architects
Name/Number of Proposal
Group 4 Architecture, Research + Planning, Inc.
4 months
31
29
June 29, 2006
14
8
Location (City, State)
South San Francisco, CA
San Francisco, CA
Selected
interview?.
Yes
for oral
Yes
CMR:343:06 Page 2 of 4
3.EHDD Architecture
4.Carrier-Johnson
5.The KPA Group
6.JCJ Blackman Architecture
7.Hamilton-Aitken
8.Mark Cavagnero Associates
San Francisco, CA
Oakland, CA
Oakland, CA
San Diego, CA
San Francisco, CA
San Francisco, CA
$61,100, to $199,500
Yes
No
No
No
No
No
The Request for Proposals (RFP) was posted at the Civic Center and on the City website. An
evaluation committee consisting of staff members from the Public Works Engineering, Library,
Community Services, LAC and Parks and Recreation Commission reviewed the proposals.
Three firms were invited to participate in oral interviews on August 3, 2006. The committee
carefully reviewed each firm’s qualifications and submittal in response to the criteria identified in
the RFP. The criteria used to select a firm were project management strengths and
qualifications, design aesthetics and technical expertise. Group 4 Architecture, Research +
Planning, Inc. was selected based on its extensive experience in library programming and design
as opposed to the other firms submitting proposals. In addition, Group 4 Architects prepared the
design and cost estimates for the previous 2002 library bond measure and as such has extensive
knowledge of the Mitchell Park Library site which will be important considering the compressed
timeline for this study. The firm is exempt from complying with the financial disclosure
provisions of the City’s conflict of interest code because the firm’s range of duties and services to
be provided under the contract are limited in scope or are primarily ministerial in nature.
The contract includes a provision to retain Group 4 Architecture for future Mitchell Park Library
studies or design, should it prove responsive to the City’s needs and the quality of its work is
acceptable.
RESOURCE IMPACT
Funding for this study is included Capital Improvement Program project PE-07011 Library
Service.
POLICY IMPLICATIONS
This recommendation is consistent with Council’s direction to the LAC and consistent with the
establishment of the Library as a Top 3 priority for 2006.
TIMELINE
The consultant will begin its work shortly after contract approval and findings will be presented
at the October and November LAC meetings as they are developed. The consukant will work
closely with staff and with an LAC subgroup so that the formal presentation at the LAC will be
clearly understood and contain the information that the LAC needs to make its recommendations
to Council. The LAC’s recommendations will be available for presentation to Council by no
later than December 18, 2006.
CMR:343:06 Page 3 of 4
closely with staff and with an LAC subgroup so that the formal presentation at the LAC will be
clearly understood and comain the information that the LAC needs to make its recommendations
to Council. The LAC’s recommendations will be available for presentation to Council by_ .no
later than December 18, 2006.
ENVIRONMENTAL REVIEW
This limited-scope project is categorically exempt from California Environmental Quality Act
(CEQA).
ATTACHMENTS
Attachment A: Contra~t (includes Scope of Services and Certification of Nondiscrimination)
Attachment B: CMR:260:06
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
I¢2AREN BENGARD
Senior Engineer
GLENN ROBERTS
Director of Public Works
Assistant City Manager
CMR:343:06 Page 4 of 4
ATTACHMENT A
CITY OF PALO ALTO CONTRACT NO. C07118134
AGREEMENT BETWEEN THE CITY OF PALO ALTO AND
GROUP 4.ARCHITECTURE, RESEARCH + PLANNING, INC.
FOR PROFESSIONAL SERVICES
MITCHELL PARK LIBRARY SPACE STUDY
This AGREEMENT is .entered into , by and
between the CITY OF PALO ALTO, a California Charter City ("CITY"),
and GROUP 4 ARCHITECTURE, RESEARCH + PLANNING, INC., a California
corporation located at 211 Linden Avenue, South San Francisco, CA
94080 ("CONSULTANT").
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to improve the Mitchell Park Library("Project")
and desires to engage a consultant to study options for improving
and/or expanding library space in connection with the Project
("Services").
B. CONSULTANT has represented that it and any subconsultants have
the necessary professional skill and expertise, qualifications, and
.capability, and all required licenses and/or certifications to
provide the Services.
C. CITY in reliance on these representations desires to engage
CONSULTANT to provide the Services as more fully described in
Exhibit "A", attached to and made a part of this Agreement.
D. CONSULTANT has agreed to perform the Services on the terms and
conditions contained in this Agreement.
NOW, THEREFORE, in consideration of the recitals,
covenants, terms, and conditions, this Agreement, the parties
agree:
AGREEMENT
SECTION i. SCOPE OF SERVICES. CONSULTANT shall perform the Services
described in Exhibit "A" in accordance with the terms and
conditions contained in this Agreement. The performance of 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 the completion of the services
unless terminated earlier pursuant to Section 21 of this Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE.Time is of the essence in the
050310
1
CITY OF PALO ALTO CONTRACT NO. C07118134
performance of Services under this Agreement...CONSULTANT 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. Any Services for which times for
performance are not specified in this Agreement shall be commenced
and completed by CONSULTANT in a reasonably prompt and timely
manner based upon the circumstances and direction communicated to
the CONSULTANT. CITY’s agreement to extend the term or the
schedule for performance shall not preclude recovery of damages for
delay if the extension is required due to the fault of CONSULTANT.
SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid
to CONSULTANT for performance of the Services described in Exhibit
~A", including both payment for professional services (Basic
Services) and reimbursable expenses, shall not exceed two hundred
twenty-three thousand nine hundred thirty-two dollars
($223,932.00). In the event Additional Services are authorized, the
total compensation for services and reimbursable expenses shall not
exceed two hundred fifty-seven thousand three hundred twenty-five
dollars ($257,325.00). The applicable rates and schedule of
payment are set out in Exhibit ~C", entitled ~COMPENSATION," which
is attached to and made a part of this Agreement.
Additional Services, if any, shall be authorized in accordance with
and subject to the provisions of Exhibit ~C". CONSULTANT shall not
receive any compensation for Additional Services performed without
the prior written authorization of CITY. Additional Services shall
mean any work that is determined by CITX 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, and hourly
rates for additional services, and reimbursable expenses), based
upon the CONSULTANT’s billing rates (set forth in Exhibit "C") . If
applicable, the invoice shall also describe the percentage of
completion of each task. The information in CONSULTANT’s payment
requests shall be subject to verification by CITY. Send all
invoices to the CITY attention the Project Manager. The Project
Manager is: Karen Bengard, Dept.: Public Works, Engineering
Division, P.O. BOX 10250, Palo Alto, CA 94303, Telephone: 650-329-
2636.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services
shall be performed by CONSULTANT or under CONSULTANT’s supervision.
CONSULTANT represents that it possesses the professional and
technical personnel necessary to perform the Services required by
this Agreement and that the personnel have sufficient skill and
experience to perform the Services assigned to them. CONSULTANT
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
represents that it, its employees and subconsultants have and shal!._.
maintain during the term of this Agreement all licenses, permits,
qualifications, ~nsurance 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 itself
informed of and in compliance with all federal, state and local
laws, ordinances, regulations, and orders that may affect in any
manner the Project or the performance of the Services or those
engaged to perform Services under this Agreement. CONSULTANT shall
procure all permits and licenses, pay all charges and fees, and
give all notices required by law in the performance of the Services
CONSULTANT shall report immediately to the CITY’s project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and/or guidelines in
relation to the Project of the performance of the Services°
All documentation prepared by CONSULTANT shall provide for a
completed project that conforms to all applicable codes, rules,
regulations and guidelines that are in force at the time such
documentation is prepared.
SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost
to CITY, any and all errors, omissions, or ambiguities in the work
product submitted to CITY, provided CITY gives notice to
CONSULTANT. If CONSULTANT has prepared plans and specifications or
other design documents to construct the Project, CONSULTANT shall
be obligated to correct any and all errors, omissions or
ambiguities discovered prior to and during the course of
construction of the Project.This obligation shall survive
termination of the Agreement.
SECTION 9. COST ESTIMATES. CONSULTANT shall submit estimates of
probable construction costs at each phase of design submittal. If
the total estimated construction cost at any submittal exceeds ten
percent (10%) of the CITY’s stated construction budget, CONSULTANT
shall make recommendations to the CITY for aligning the PROJECT
design with the budget, incorporate CITY approved recommendations,
and revise the design to meet the Project budget, at no additional
cost to CITY.
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
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
labor and/or materials under this Agreement, shal! act as and be a~_.
independent contractor and not an agent or employee of the CITY.
The manner an~ means of conducting the Services are the
responsibility of and under the control of CONSULTANT, except to
the extent they are limited by applicable law and the express terms
of this Agreement.
CONSULTANT will be responsible for employing or engaging all
persons necessary to perform the Services. All contractors and
employees of CONSULTANT are deemed to be under CONSULTANT’S
exclusive direction and control. CONSULTANT shall be responsible
for their performance.
SECTION ii. ASSIGNMENT. The parties agree that the professional
skill, expertise and experience of CONSULTANT are material
considerations for this Agreement. CONSULTANT shall not assign or
transfer any interest in this Agreement nor the performance of any
of CONSULTANT’s obligations hereunder without the prior written
consent of the city manager. Consent to one assignment will not be
deemed to be consent to any subsequent assignment. Any assignment
made without the approval of the city manager will be void.
SECTION 12. SUBCONTRACTING.
Notwithstanding Section ii above, CITY agrees that subconsultants
may be used to complete the Services. The subconsultants
authorized by CITY to perform work on this Project are:
1
2
3
4
5
6
Gates & Associates - Landscape
Davis Langdon - Cost Consulting
Fehr Peers - Transportation/Traffic
Page + Moris - Library Consultant
O’Mahony & Myer - Electrical Lighting
Guttmann & Blaevoet - Mechanical
7 Rutherford & Chekene - Structural
8 Watry Design Group
9 Other subconsultants may be added during the course of the
project with approval of the project manager.
CONSULTANT shall be responsible for directing the work of any
subconsultants and for any compensation due to subconsultants.
CITY assumes no responsibility whatsoever concerning such
compensation. CONSULTANT shall be fully responsible to CITY for
all acts and omissions of a subconsultant. CONSULTANT shall change
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
or add subconsultants only with the prior approval of the city_.
manager or his designee.
SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Wayne
Gehrke as the project director to have supervisory responsibility
for the performance, progress, and execution Of the Services and
Dawn Merkes and David Schnee as the project coordinators to
represent CONSULTANT 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 approval of the CITY’s project manager. CONSULTANT, at
CITY’s request, shall promptly remove personnel who CITY finds do
not perform the Services in an acceptable manner, are
uncooperative, or present a threat to the adequate or timely
completion of the Project or a threat to the safety of persons or
property.
The city manager will represent CITY for all purposes under this
Agreement. Karen Bengard is designated as the project manager for
the CITY and will be assisted by Debra Jacobs, the Project
Engineer. The project manager will be CONSULTANT’s point of contact
with respect to performance, progress and execution of the
Services. The CITY may designate an alternate project manager from
time to time.
SECTION 14. DUTIES OF CITY. To assist CONSULTANT in the
performance of the Services, CITY will furnish or cause to be
furnished the specified services and/or documents described in
Exhibit ~A" and such other available information as may be
reasonably requested by CONSULTANT.
SECTION 15. OWNERSHIP OF MATERIALS.
15.1. All drawings, plans, reports, specifications,
calculations, documents, other materials and copyright interests
(including all copyrightable interests arising under the 1990
Architectural Works Copyright Protection Act) developed or
discovered by CONSULTANT or any other person engaged directly or
indirectly by CONSULTANT to perform the services required hereunder
shall be and remain the property of CITY without restriction or
limitation upon their use. Neither CONSULTANT nor its contractors,
if any, shall make any of. such materials available to any
individual or organization without the prior written approval of
the city manager or designee.
15.2. In addition to the provisions of Subsection 15olo,
above, the following shall apply to all plans, drawings,
specifications, and related reports and documents, and electronic
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
equivalents (collectively "Plans") developed pursuant to this
Agreement:
15.2.1. 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 PLANS for
reuse other than as needed for the Project that is the subject of
this AGREEMENT.
15.2.3. The right of the CITY to modify and reuse
the PLANS pursuant to this Subsection 15.2. is subject to the
provisions of California Business and Professions Code Sections
5536.25, 6735, 6735.3 or 6735.4, whichever is applicable.
SECTION 16. AUDITS. CONSULTANT will permit CITY to audit, at any
reasonable time during the term of this Agreement and for three (3)
years thereafter, CONSULTANT’s records pertaining to matters
covered by this Agreement. CONSULTANT further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Agreement.
SECTION 17. INDEMNITY. To the fullest extent permitted by law,
CONSULTANT shall protect, indemnify, defend and hold harmless CITY,
its Council members, officers, employees and agents (each an
~Indemnified Party") from and against any and all demands, claims,
or liability of any nature, including death or injury to any
person, property damage or any other loss, including all costs and
expenses of whatever nature including attorneys fees, experts fees,
court costs and disbursements (~Claims") resulting from, arising
out of or in any manner related to, in whole or in part, any
negligent acts, errors or omissions of 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 shall survive the expiration or early
termination of this Agreement.
6
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
SECTION 18. WAIVERS. The waiver by either party of any breach__.
or violation of ~ny 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 ~nd expense, shall
obtain and maintain, ±n full force and effect during the term of
this Agreement, the insurance coverage described in Exhibit "D".
CONSULTANT and its contractors, if any, shall obtain a policy
endorsement naming the City of Palo Alto as an additional insured
under any general liability or automobile policy or policies.
19.2.All insurance coverage required hereunder shall
be provided through carriers with Best’s Key Rating Guide ratings
of A-:VII or higher which are admitted to transact insurance
business in the State of California. Any and all contractors of
CONSULTANT retained to perform Services under this Agreement will
obtain and maintain, in full force and effect during the term of
this Agreement, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
19.3.Certificates evidencing such insurance shall be
filed with CITY concurrently with the execution of this Agreement.
The certificates will be subject to the approval of CITY’s Risk
Manager and will contain an endorsement stating that the insurance
is primary coverage and will not be canceled by the insurer except
after filing with the Purchasing Manager thirty (30) days’ prior
written notice of the cancellation, CONSULTANT shall be responsible
for ensuring that current certificates evidencing the insurance are
provided to CITY’s Purchasing Manager during the entire term of
this Agreement.
19.4.The procuring of such required policy or
policies of insurance will not be construed to limit CONSULTANT’s
liability hereunder nor to fulfill the indemnification provisions
of this Agreement. Notwithstanding the policy or policies of
insurance, CONSULTANT will be obligated for the full and total
amount of any damage, injury, or loss caused by or directly arising
as a result of the Services performed under this Agreement,
including such damage, injury, or loss arising after the Agreement
is terminated or the term has expired.
SECTION 20. WORKERS’ COMPENSATION. CONSULTANT, by executing .this
Agreement, certifies that it is aware of the provisions of the
Labor Code of the State of California which require every employer
to be insured against l~ability for workers’ compensation or to
undertake self-insurance in accordance with the provisions of that
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
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,
CONSULTANT will immediately discontinue its performance of the
Services.
21.2.CONSULTANT may terminate this Agreement or
suspend its performance of the Services by giving ten (I0) days
prior written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY.
21.3.Upon such suspension or termination, CONSULTANT
shall deliver to the City Manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONSULTANT or its contractors, if
any, or given to CONSULTANT or its contractors, if any, in
connection with this Agreement° Such materials will become the
property of CITY.
21.4.Upon such suspension or termination by CITY,
CONSULTANT will be paid for~ the Services rendered or materials
delivered to CITY in accordance with the scope of serviceson or
before the effective date (i.e., I0 days after giving notice) of
suspension or termination; provided, however, if this Agreement is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY as such determination may be made by the City Manager acting
in the reasonable exercise of his/her discretion
21.5. No payment, partial payment, acceptance, or
partial acceptance by CITY will operate as a waiver on the part of
CITY of any of its rights under this Agreement.
21.6.FORCE MAJEURE. Neither party shall be liable
for damages caused by any failure or delay in performance under
this Agreement to the extent that such damage, failure, or delay is
caused by conditions beyond its reasonable control including, but
not limited to, strikes or other labor disputes, catastrophes,
riots, fires, Government restrictions (including the denial or
cancellation of any export or other necessary license), wars,
insurrections, or other Acts of God, or for other similar causes
beyond that party’s reasonable control and occurring without its
fault or negligence, including, without limitation, failure of
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
suppliers, subcontractors, and carriers, or party to substantially~_.
meet its performance obligations under this Agreement, provided
that, as a condition to the claim of nonliability, the party
experiencing the difficulty shall give the other prompt written
notice, with full details following the occurrence of the cause
relied upon. Dates by which performance obligations are scheduled
to be met will be extended for a period of time equal to the time
lost due to. any delay so caused.
SECTION 22. NOTICES.
All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
With a copy to the Purchasing Manager.
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 23. CONFLICT OF INTEREST.
23.1.In accepting this Agreement, CONSULTANT
covenants that it presently has no interest, and will not acquire
any interest, direct or indirect, financial or otherwise, which
would conflict in any manner or degree with the performance of the
Services.
23.2.CONSULTANT further covenants that, in the
performance of this Agreement, it will not employ subconsultants,
contractors or persons having such an interest. CONSULTANT
certifies that no person who has or will have any financial
interest under this Agreement is an officer or employee of CITY;
this provision will be interpreted in accordance with the
applicable provisions of the Palo Alto Municipal Code and the
Government Code of the State of California.
23.3. If the Project Manager determines that CONSULTANT
is a ~Consultant" as that term is deffned by the Regulations of the
Fair Political Practices Commission, CONSULTANT shall be required
and agrees to file the appropriate financial disclosure documents
required by the Palo Alto Municipal Code and the Political Reform
Act.
SECTION 24. NONDISCRIMINATION. As set forth in Palo Alto Municipal
Code section 2.30.510, CONSULTANT agrees that in the performance of
this Agreement, it shall not discriminate in the employment of any
person because of the race, skin color, gender, age, religion,
disability, national origin, ancestry, sexual orientation, housing
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
status, marital status, familial status, weights.or height of such
person. CONSULTANT acknowledges that it has read and understands
the provisions of Chapter 2.28 of the Palo Alto Municipal Code
relating to Nondiscrimination Requirements and the penalties for
violation thereof, and agrees to meet all requirements of Chapter
2.28 pertaining to nondiscrimination in employment, including
completing the form furnished by CITY and set forth in Exhibit "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
oral. This document may be amended only by a written instrument,
which is signed by the parties.
25.5. The covenants, terms, conditions and provisions
of this Agreement will apply to, and will bind, the heirs,
successors, executors, administrators, assignees, and CONSULTANTs,
as the case may be, of the parties.
25.6.If a court of competent jurisdiction finds or
rules that any provision of this Agreement or any amendment thereto
is void or unenforceable, the unaffected provisions of this
Agreement and any amendments thereto will remain in full force and
effect.
25.7.All exhibits referred to in this Agreement and
any addenda, appendices, attachments, and schedules to this
Agreement which, from time to time, may be referred to in any duly
executed amendment hereto are by such reference incorporated in
this Agreement and will be deemed to be a part of this Agreement.
25.8.This Agreement is subject to the fiscal
provisions of the Charter of the City of Palo Alto and the Palo
Alto Municipal Code. This Agreement will terminate without any
penalty (a) at the end of any fiscal year in the event that funds
are not appropriated for the following fiscal year, or (b) at any
time within a fiscal year in the event that funds are only
050310
i0
CITY OF PALO ALTO CONTRACT NO. C07118134
appropriated for a portion of th~ fiscal year and funds fo~ this_.
Agreement are no longer available. This Section 25.8 shall take
precedence in the event of a conflict with any other covenant,
term, condition, or provision of this Agreement.
Ii
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
IN WITNESS ~EREOF, the parties hereto have by their duly
authorized representatives executed this Agreement on the date
first above written.
APPROVED AS TO FORM:CITY OF PALO ALTO
Senior Asst. City Attorney Assistant City Manager
APPROVED:
Director of Administrative
Services
GROUP 4 ARCHITECTURE, RESEARCH
+ PLAIqN~?, INC.
Name : Dawn Merkes
Title : President
B~
Name.: David Schnee
Title : Secretary,
(~f ~orpo~atlon: Secretal~ or Treasurer)
Attachments:
EXHIBIT "A"
EXHIBIT "B"
EXHIBIT "C":
EXHIBIT "C- l"
EXHIBIT ~D"
EXHIBIT "E":
Taxpayer Identification No.
(Compliance With "’~orp, Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attestins to the signatory
authority of the individuals signlns in
their respective capacities is acceptable)
SCOPE OF WORK
SCHEDULE OF PERFORMANCE
COMPENSATION
HOURLY RATES
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
12
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBT A
SCOPE OF WORK
MITCHELL PARK LIBRARY SPACE STUDY
I.General Infoz-mation
Mitchell Park is a community park serving the entire city
of Palo Alto. The park is located in a residential area
with surrounding land uses that include several schools,
churches, a senior complex and other educational
facilities. The approximately 22 acre Mitchell Park is
comprised of an 18 acre outdoor recreational park with
surface parking and an adjoining 3.2 acre area that
contains the library, community center and surface
parking area. The library and community center are not
on dedicated park land. The site is shown on Enclosure
A.
Palo Alto’s public library system is comprised of five
libraries. The City has a high library item per capita
circulation rate, and recent studies by the Library
Advisory Commission (LAC) have shown the Mitchell Park
Library to be the most space-constrained. The LAC is now
working on a report, Library Service Model Analysis and
Recommendations (LSMAR), scheduled to go to the City
Council no later than December ii, 2006. This report
will make a number of recommendations for improvements
across the library system in the areas of facilities,
collections, programs, technology, and staffing.
Following review of a May draft of the LSMAR, the City
Council directed staff to determine the cost of upgrading
Mitchell Park Library.
2. Project Description
The principle goal of this project is completion of a
study to determine the potential size and costs of a new
or expanded Mitchell Park Library. While the LAC has
developed proposed priorities for improvements at the
Mitchell Park Library, no building program has been
developed to identify spatial or adjacency requirements
for desired improvements. Therefore, the scope of this
project includes the preparation of a programmatic study
sufficiently detailed to inform and support the
completion of the Mitchell Park site study.
CITY OF PALO ALTO CONTRACT NO. C07118134
The Mitchell Park Library was designed by Edward Durell
Stone and built in July of 1958. It has been used
exclusively as a library since construction and is not
considered as historically significant. The Library was
expanded in 1974 to its current size of 10,984 square
feet. The City wishes to determine the cost and compare
the benefits of, building a new library on the existing
site or renovating and expanding the existing library.
The project site, which is shared by the Library and
Community Center, includes two surface parking lots
immediately adjacent to the Library and Community Center
buildings. The parking lots have a total of 264 parking
stalls.
The draft LSMAR report also recommends new services and
spaces at the Main Library which can be accommodated only
through a reconfiguration of existing floor space and/or
significant remodeling of other underutilized areas, such
as the basement and outside patios. One objective of the
Mitchell Park site study is the determination of whether
library administration and technical services staff and
operations, now located at the Downtown Library, can be
relocated to the Mitchell Park Library. If the latter is
recommended, this would enable these areas in the
Downtown Library to be converted to public space. In
order to provide information to the LAC to evaluate
options of where to locate improved services and
collections in the library system, space analyses and
estimated construction costs are also needed for the Main
and Downtown Libraries.
3. Scope of Work
Scenarios: The four scenarios for the Mitchell Park site
to be evaluated are as follows:
a) Demolish the existing library and construct a new
library without adversely impacting the Community
Center.
b) Construct a new library on the surface parking
lot south of the~ community center and add surface
parking where the library Currently stands.
c) Demolish the existing Library and Community
Center and construct a combined facility on the
site.
CITY OF PALO ALTO CONTRACT NO. C07118134
d) Expand the existing library and incorporate a_new
Community Center into an expanded,remodeled
library.
Mitchell Park Site Constraints and Assumptions
a) No parkland will be considered in the
expansion.
b) All work, whether remodel or rebuild scenario,
must fit onto the existing site.
c) In the ~demolish and rebuild" scenario, it is
possible, and may even be desirable, to
relocate the existing parking onto the other
side of the site. This may allow removal of an~
existing signal and allow better access to both
Library and Community Center parking and to
Mitchell Park.
d) structured or underground parking may be an
option in one or more scenarios
Reference Materials: The following studies were
prepared for the Mitchell Park site and will be provided by
the City for reference:
i) Draft ~Mitchell Park Library and Community Center,
Design Development Study Report", December 2005.
2) ~Mitchell Park Library and Community Center, Initial
Study", April 2002.
3) Excerpt from the ~Mitchell Park South Resource
Library and Community Center, Conceptual Design
Report, July 2002"
4) "Library Service Model Analysis Recommendations",
draft version dated July 27, 2006, prepared by the
Library Advisory Commission.
Task A Site Assessment
The Consultant shall meet with City staff to review the
existing Mitchell Library and Community Center site. The
Consultant shall interview Library staff to identify what
technology and programs are currently used in the program
and what upgrades would be desirable. These needs may need
to be scaled back as needed to fit into any new Library.
The Consultant shall review existing reports listed above
under ~Reference Material" and review existing site plans.
Task B Conceptual Space Availability
For scenarios a), b) c) and d) above:
CITY OF PALO ALTO CONTRACT NO. C07118134
Evaluate the existing site and identify opportunities
for, and cost of, expansion. Include any related code
upgrades that might be required. Prepare massing diagram
and pertinent report for: expandability of the existing
building; human, vehicular and material flow patterns;
analysis of operating functions;adjacency and parking
demand and adequacy.
Task B-I
Assess the space needs of the Mitchell Library based upon
recommendations made in the LSMAR report for scenarios a),
b), c) and d) above. Include a programmatic study that
includes square feet associated with the recommended
program.Provide conceptual sketches of how Main and
Downtown libraries could be rearranged or remodel if needed
to provide better operational and service efficiency and
achieve the goals of the draft LSMAR report. Refer to the
latest draft of the ~Library Service Model Analysis
Recommendations" prepared by the Library Advisory
Commission. Prepare cost estimates per Task C-I below.
Task B-2
Evaluate the existing space against the current and future
needs of the Mitchell Park Community Center and discuss how
needs would be met in Scenarios a) through d) above.
Task B-3
Design renderings, elevations or other drawings may be
needed in order to better understand the proposed changes.
This Task B-3 provides an allowance for any additional
renderings that may be necessary. No work on this Task B-3
shall be done without written pre-approval from the Project
Manager.
Task B-4
The Consultant shall prepare a report summarizing the
findings and costs for scenarios a) through d) listed
above. The report shall include massing diagrams showing
adjacency, circulation and parking. The~ design and
construction costs shall be presented in a table format so
that each Scenario can be easily compared to the other.
Consultant shall submit.a preliminary and final copy of
the report for review and revise as needed based on staff
or advisory board comments. Consultant shall provide 2
unbound copies of each report and 2 reproducible copies of
Bchematic plans associated with the report.
4
CITY OF PALO ALTO CONTRACT NO. C07118134
Task C Cost Estimate
For scenarios a), b) c) and d) above:
Prepare cost estimates for the expansion and any
needed relocation of existing services to include the
possible relocation of all or. parts of the Mitchell Park
Community Center (MPCC), in the event the site could not
accommodate both the MPCC and the library. Cost estimates
shall be prepared by a firm specializing in construction
cost estimating. Costs shall be presented in current-year
dollars, but inflation projections shall be given for the
anticipated construction year, which will be provided by
City. The estimate should include the cost to design,
construct and commission a LEED-certified building.~
For financing purposes, costs shall be broken into two
categories: I) ’hard costs’, to include design,
construction, testing, construction management and
hazardous material testing and removal and 2) ’soft costs’
such as furniture, equipment and moving costs. Furniture
and equipment will be re-used as much as possible. Include
increased (or decreased) operating costs such as
electricity, .water, etc.
Due to the schematic nature of the workscope, a
detailed cost estimate is not required and per-square foot
costs may be used. The numbers used should be conservative
in order to reflect the conceptual nature of the design.
Task C-I Cost of Remodeling other Libraries
Prepare cost estimates related to Task B-I, the cost
to remodel Main and Downtown libraries to achieve the
recommendations in the draft LSMAR report. Include the
cost of furniture (Consultant to discuss with City staff.
which furniture can be re-used, if any), computers and
other support items. Include increased (or decreased)
operating costs such as electricity, water, etc.
Task D Meetings
- Meet as needed with City staff
Consultant shall prepare presentation materials for 4
meetings with the Library .Advisory Commission. Consultant
shall budget each meeting at up to two hours (this includes
the ’waiting time’ as well as presentation time) and shall
include travel time and the cost of any presentation
materials.
CITY OF PALO ALTO CONTRACT NO. C07118134
Consultant shall prepare presentation materials for 2
additional, pptential meetings with the Library Advisory
Commission, Parks and Recreation and/or community meetings.
Consultant shall budget each meeting at up to two hours
(this includes the ’waiting time’ as well as presentation
time) and shall include travel time and the cost of any
presentation materials
¯ " Consultant shall prepare presentation materials for 1
meeting with the Parks and Recreation Commission°
Consultant shall budget each meeting at up to two hours
(this includes the ’waiting time’ as well as presentation
time) and shall include travel time and the cost of any
presentation materials.
¯Consultant shall prepare presentation materials for, and
attend 1 meeting with the City Council.Consultant shall
budget each meeting at up to four hours this includes the
’waiting time’ as well as presentation time) and shall
include travel time and the cost of any presentation-
materials.
Task E Additional Services
If approved by the City Project Manager in advance and in
writing, additional services may include but are not
limited to:additional meetings, study scenarios or cost
estimates.
4. Reimbursables
Reimbursable expenses include, but not limited to travel,
printing, and phone calls. The cost of travel and meals
related to Task C shall be included in Task C Meetings.
The mark-up on subconsultants, printing and related tasks
shall not exceed I0 percent.
5. Phase II
Upon successful completion of the above Scope of Work, the
selected Consultant may be asked to negotiate a fee for
continued design of the Mitchell Park Library° This work
might include, but not be limited to, continued design to
such detail that an accurate construction cost estimate
could be prepared for a June 2008 election° The work may
also include design related to remodeling or
reconfiguration of the Main and/or Downtown libraries.
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT "B"
SCHEDULE OF PERFORMANCE
CONSULTANT shall perform the services described in project tasks
so as to complete each milestone within the month specified° The
time to complete each milestone may be increased or decreased by
mutual written agreement of the project managers for CONSULTANT
and the CITY. CONSULTANT shall provide a detailed schedule of
work consistent with the schedule below within 14 days of receipt
of the Notice to Proceed.
TASK Completion from NTP
Study Phase:
i.Consultant award of contract - Notice
to Proceed and Kick-off meeting
2.Site Assessment & Conceptual
Space Availability
3.Attend Library Advisory
Commission meetings (4)
4. Attend Parks & Rec
Commission meeting (i)
5. Cost Estimates
6. Present final findings to
Library Advisory Commission
7. Revise report per Library
Advisory Commission comments
8. Present finding to City Council
September 12, 2006
September - October
Sept 14 & 28;
Oct 26; Nov 16
Oct-Nov
Nov 2006
Nov 16 2006
Oct-Nov 2006
No later than
Dec. ii, 2006
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT ~C"
COMPENSATION
The CITY agrees to compensate the CONSULTANT for professional
services performed in accordance with the terms and conditions
of this Agreement, and as set forth in the budget schedule
below. Compensation shall be calculated based on the hourly
rate schedule attached as Exhibit C-I up to the not to exceed
budget amount for each task set forth below.
The compensation to be paid to CONSULTANT under this Agreement
for all services described in Exhibit ~A" (~Basic Services") ~
and reimbursable expenses shall not exceed $223,932.00.
CONSULTANT agrees to complete all Basic Services, including
reimbursable expenses, within this amount. In the event CITY
authorizes any Additional Services, the maximum compensation
shall not exceed $257,325.00. 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 $223,932.00 and the total
compensation for Additional Services does not exceed
$23,393.00.
BUDGET SCHEDULE
Task A
(Site Assessment)
NOT TO EXCEED AMOUNT
$27,858
Task B
(Space Availability)
$60,395
Task B-I
(Operational Assessment)
$24,700
Task B-2
(Community Center Assessment)
Task B-3
(Design Exhibits)
$10,380
$12,500
Task B-4 $21,304
(Reports)
Task C
(Conceptual Costs)
$30,615
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
Task C-I
(Cost Modeling Main and Downtown)
$11,880
Task D $24,300
(Meetings)
Sub-total Basic Services
Reimbursable Expenses
Total Basic Services and Reimbursable expenses
Additional Services (Not to Exceed)
$223,932.00
$i0,000.00
$233,932.00
$23,393:00
Maximum Total Compensation $257,325.00
REIMBURSABLE EXPENSES
Reimbursable expenses related to the project, whether for
CONSULTANT, subconsultant, or CLIENT use, are billable at ioi0
times direct cost or at the rates indicated below. Such costs
include, but are not necessarily limited to:
Outside service printing/copying of drawings and documents of
any size.
In-house printing of CAD check sets and presentation drawings
larger than ll"x 17": $2.00 per square foot.
In-house black & white photocopying for draft and final reports
and specifications: $.20 per page.
In-house color and grayscale printing and photocopying up to
ll"x 17" for in-house, consultant or client use: $i~25 per
page.
Software purchase and licensure on behalf of the client.
Postage, delivery and messenger service.
Photographic and digital imaging.
Architectural renderings and scale models.
Travel expenses
Subconsultant costs not part of Basic Services.
Presentation boards.
Facilitation tools.
Workshop accessories.
Workshop facilitation materials.
All requests for payment of expenses shall be accompanied by
appropriate backup information. Any expense anticipated to be
more than $I,000.00 shall be approved in advance by the CITY’s
project manager.
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
ADDITIONAL SERVICES
The CONSULTANT shall provide Additional Services only by
advanced, written authorization from the CITY. The
CONSULTANT, at the CITY’s project manager’s request, shall
submit a detailed written proposal including a description of
the scope of services, schedule, level of effort, and
CONSULTANT’s proposed maximum compensation, including
reimbursable expense, for such services based on the rates set
forth in Exhibit C-I. The additional services scope,
schedule and maximum compensation shall be negotiated and
agreed to in writing by the CITY’s Project Manager and
CONSULTANT prior to commencement of the services. Payment for
additional services is subject to all requirements and
restrictions in this Agreement
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT ~C-I" .,
HOURLY RATE SCHEDULE - GROUP 4
AND MEETING RATES FOR ADDITIONAL SERVICES
Position
Principal-in-charge
Principal
Project Manager
Project Designer
Professional I
Professional II
Professional III
Technical I
Technical II
Technical III
Project Support
Meeting Type
Focus Group Meeting
Hourly
Rate
$165
140
140
140
115
105
95
105
95
85
7O
Fee
$1,500
Library Advisory Commission
~ Group 4 $2,500
~ Page & Moris $600
City Council Presentation
~ Group 4 $3,000
¯Page & Moris $600
Town Hall/Community Meeting
~ Group 4 $5,000
~ Page & Moris $600
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT "C-I" .,
HOURLY RATE SCHEDULE -GATES & ASSOCIATES
POSITION
President
Principal
Senior Associate
Irrigation Designer
Associate
Draftsperson/Landscape Designer
Clerical Staff
HOURLY RATE
$z75.oo
$12o.oo - $155.oo
$io5.oo - $12o.oo
$IlO.OO
$90.00 - $10s.00
$75.oo - $90.00
$65.00 - $75.00
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT ~’C-I" ¯
HOURLY RATE SCHEDULE - DAVIS LANGDON
POSITION
Principals
Associate Principals
Senior Associates
Associate
Estimators
Clerical
Deposition and Trial
HOURLY RATE
$215.00 - $240.00
$175.00 - $205.00
$155.00
$145.00
$85.00 - $14o.oo
$60.00
Additional 50%
050310
3
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT ~C-I" .~
HOURLY RATE SCHEDULE -FEHR & PEERS
POSITION
Principal
Senior Associates
Associate
Senior Engineer/Planner
Engineer/Planner
Senior Technical Support
Administrative Support
Technician
Intern
HOURLY RATE
$170.00 $230.00
$160.00 - $195.00
$140.00 - $18o.oo
$11o.oo - $17o.oo
$90.00 - $135.00
$95.00 - $145.oo
$85.00 $115.00
$80.00 $11o.oo
$60.00 - $90.00
4
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT "C-I"
HOURLY RATE SCHEDULE - PAGE + MORIS LLC
POSITION/PERSON
Kathryn Page
Beverly Moris
Peg McGowan
HOURLY RATE
$150.o0
$15o.oo
$75.00
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT "C-I" ~
HOURLY RATE SCHEDULE -O’MAHONY & MYER
POSITION
Founding Principal
Principal
Project Electrical Engineer
Project Lighting Designer
Electrical Lighting Designer
CAD Supervisor
CAD Technician
Administrative
HOURLY RATE
$225.00
$19o.oo
$125.00
$125.00
$ZlO.OO
$95.00
$85.00
$65.00
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT ~C-I"
HOURLY RATE SCHEDULE -GUTTMANN & BLAEVOET
POSITION
Principal
Associate Principal
Senior Associate
Associate
Senior Engineer
Engineer
CAD Manager
Designer
Drafter
Administrative
HOURLY RATE
$19o.oo
$175.00
$155.oo
$145.00
$135.00
$1~s.oo
$105.00
$1oo.oo
$90.00
$55.00
7
050310
CITY OF PALO ALTO CONTRACT NO. C07118134
EXHIBIT "C-I"
HOURLY RATE SCHEDULE - RUTHERFORD & CHEKENE
POSITION HOURLY RATE
Executive Principals
Principals
Senior Engineers
Engineers
Designers
Field Technicians
CADD Specialists
$19o.oo - $2oo.oo
$165.00 - $185.00
$120.00 - $165.00
$95.00 - $120.00
$85.00 - $95,.00
$85.00 - $95.00
$90.00 - $1o5.oo
050310
TO BE REPLACED BY EXHIBIT "D" ON FINAL CONTRACT
INSURANCE REQUIREMENTS FOR REFERENCE
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE- CONTRACT
OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY
COMPANIES WITH A BEST’S KEY RATING OF A-: VII, OR HIGHER, LICENSED TO TRANSACT INSURANCE BUSINESS IN THE
STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
MINIMUM LIMITSREQUIREDTYPE OF COVERAGE REQUIREMENT EACH
OCCURRENCE AGGREGATE
YES WORKER’S COMPENSATION STATUTORY
YES AUTOMOBILE LIABILITY STATUTORY
BODILY INJURY
YES
YES
YES
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGE BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
YES
PROPERTY DAMAGE
BODILYINJURY&PROPERTYDAMAGE
COMBINED.
BODILYINJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILYINJURYANDPROPERTY
DAMAGE, COMBINED
ALLDAMAGES
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT
THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED,
INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’
COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE,.THE CITY OF PALO ALTO IS TO BE NAMED
AS AN ADDITIONAL INSURED; NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS,
AND EMPLOYEES.
I1.
INSURANCE COVERAGE MUST INCLUDE:
Ao A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF
COVERAGE CANCELLATION; AND
A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY - SEE SECTION 19, SAMPLE AGREEMENT FOR SERVICES.
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV THROUGH V, BELOW.
A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
C.POLICY NUMBER(S):
City of PaloAIto Contract C07118134 Page 1 of 2
TO BE REPLACED BY EXHIBIT "D" ON FINAL CONTRACT
INSURANCE REQUIREMENTS FOR REFERENCE
DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
I11.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED
HEREIN.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
A.PRI MARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY
(30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRI’FI-EN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME
SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM.
Firm:
Signature:
Name:
(Print or type name)
(Print or type name)
Signature:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
Name:
NOTICES SHALL BE MAILED TO:
City of Palo Alto Contract C07118134 Page 2 of 2
EXHIBIT "E"
Certification of Nondiscrimination ..
As suppliers of goods or services to the City of Pa!o Alto, the firm and individuals listed below
certify that they do not discriminate in employment of any person because of race, skin color,
gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status,
marilal status, familial status, weight or heighl of such person; that they are in compliance with all
Federal, State and local direclives and executive orders regarding nondiscrimination in
employment.
1.If Proposer is INDIVIDUAL, sign here:
Date:
Proposer’s Signature
Proposer’s typed name and Iitle
If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Parthers or ’each of
the Joint Venturers shall sign here:
Partnership or Joint Venture Name (type or print)
Date:
Date:
Member of ~he Partnership 6r Joint Venture signature
The undersigned certify that they are respectively:
Title
Member of the Partnership or Joint Venture signature
If Proposer is a CORPORATION , the duly authorized officer(s) shall sign as follows:
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.
Group 4 Architecture, Research + Planning,
Corporation Name (type or print)
By:Date:
Title:
By:.Date:
ID.G.
Title:
City of Palo Alto - RFP l l 8134
ATTACHMENT B City of Palo Alto
City Manager’s Report
TO:HONORABLE. CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JUNE 12, 2006 CMR:260:06
SUBJECT:REQUEST FOR COUNCIL DIRECTION ON PROPOSED MITCHELL
PARK LIBRARY EXPANSION, SPACE REQUIREMENTS AND
PROJECTED COSTS
RECOMMENDATION
Staff recommends that the City Council a) approve the recommended project timeline and
methodology for determining the potential size and costs of the new Mitchell Park Library; and
b) approve deferring work on the Roth Building or the College Terrace infrastructure upgrades to
give staffthe necessary time to work on this project.
BACKGROUND
In December 2004, the City Council directed the Library Advisory Commission (LAC) t-0
"recommend a strategy for creating a.full-service library at the existing site or another site, a
strategy to include maintaining neighborhood facilities and distributed services; to maintain
collection services, and to direct the LAC to recommend a redefinition of branch services."
The Library Advisory Commission returned to the Council on May 15, 2006 to present an
interim report on its work-in-progress, the Library_ Service Model Analysis and
Recommendations (LSMAR), and to ask for Council feedback and direction. The Council gave
conceptual approval to several key concepts in the draft report, including maintaining all current
library locations; expanding and/or improving access to services; seeking further efficiencies;
and upgrading Mitchell Park library services from branch library resource levels without
downgrading the Main Library.
Among other points, the Council directed the LAC and staff to "Determine how big Mitchell
Park Library would need to be," and "prepare preliminary cost models/projections/estimates for
capital needs." Staff was directed to return to Council with this information for inclusion in the
LAC’s final report by September 11, 2006 (Schedule A).
The Council made it clear that existing General Fund revenues would not be used to cover the
added costs associated ~rth the Library plan, and that additional funding would need to come
from a tax measure or other new source.
CMR:260:06 Page 1 of 5
DISCUSSION
A three-part study is needed to determine a) the potential maximum size of the new Mitc~heil
Park Library building; b) the estimated square footage requirements, for the propose_d building_ as
envisioned by the LAC;. and c) cost estimates for building and operating the new library. An
architectural consultant with expertise in public library facilities will be required.to make these
determinations.
Given that the new library facility must not encroach on park land, available sites are very
limited. There seem to be three potentia! sites: a) the footprint of the existing library building; b)
the footprint of the existing library and community center (in which case the proposed new
building would need to provide sufficient space for the community center, unless the community
center operations could be relocated el.sewhere, such as to Cubberley; or c) the parking area to
the South of the community center, meaning the access road and parking would be shifted to
where the existing buildings are located. The consultant might identify other feasible sites.
Because potential sites for the new library seem few in number, the amount of space to
adequately provide for library services for the next twenty to forty years is limited as well.
Moreover, a larger building will trigger the need for more parking, If resistance to an
underground structure dictates, a large amount of the limited available space will need to be
allocated to surface parking, the space availability for the library building, and its capacity for
meeting identified needs such as expanded collections, adequate public spaces for different uses,
and flexibility for as-yet-unforeseen services and programs will be severely limited.
It i_s. advisable to secure a consulting team that has familiarity with trends and best_practices in
public library constm~ion, so that it can accurately ~"~ *proj,,c~ space requirements for optimal
application of new technologies, self-service options, automated materials handling, ergonomic
work areas, and other critical program elements. Attachment A is a scope of work for consultant
services that will be needed for this project. This scope of work differs from that included in the
contracts exceeding $85,000 during the 2006-07 budget process (CMR:228:06) in that it does not
include environmental assessment work.
At least two important issues will need to be considered as the Council moves forward with this
project:
Staffing for this project
The impact of this project on already scheduled work at the Mitchell Park Library and
Community Center.
It is important to note that despite Council guidance to focus on maintaining existing
infrastructure, this project and others such as the Public Safety building and the Roth Building
require staffing resources originally designated for projects to rehabilitate existing infrastructure
to be redirected to planning for and design.of new facilities. Staff is over ful! capacity wffh the
combination of FY05/07 budgeted projects and additional priorities which have been added by
Council during the past 12 months. Those new projects include the Police Building BRTF, the
advanced schedule for Charleston-Arastradero, the MSC - auto dealers study, Roth Building
renovations, and the CAADA California Avenue streetscape master plan project. Staff has
CMR:260:06 Page 2 of 5
literally worked on evenings, weekends, and holidays to ensure that the schedules for Othose
additional priorities would be met. No further capacity to take on additional work remains.
This additional work cannot be taken on without deferring something else. It is recommended
that the Roth Building or the College Terrace Library improvements be deferred for six months
to allow for this project to take priority. Delaying one of these two projects will free up enough
stafftime to apply to the successf~ol completion of this project.
The Mitchell Park Library and Community Center have been slated for important infrastructure
improvements since 1998. These improvements include electrical, mechanical, seismic and
accessibility upgrades at both buildings. The work was deferred pending the Library bond issue
of 2002, and when that measure failed, it was rescheduled for design in 2005. An assessment of
necessary upgrades, including a projected budget, was conducted prior to design, and the
assessment revealed that the cost of doing the necessary upgrades on both buildings would be in
excess of $2.4 million. Further work on infrastructure has been put on hold pending completion
of the Children’s Library and outcomes from the Library Advisory Commission’s planning
process. Public Works recommends prompt attention to the critical infrastructure upgrades,
particularly at the !ibrm~j despite the possibility of. constru~ion of a new library building or a
new combined community center/library. Realistically, a new building is at least six years away,
and the existing systems are long past their functional life. Once some key parameters for the
new Mitchell Park Library have been established, staff will need to return to the Council for
further direction on the implementation of some or all of the infrastructure upgrades to the
existing buildings.
RESOURCE IMPACT
Effective July 1, 2006 pending Council’s approval of the 2006-07 proposed budget there will be
$400:000 in the Capital Improvement Program (CIP) (PE-07011) for design and other initial
costs associated with the Library Advisory Commission’s recommendations. Work can begin
prior to July 1 to secure the consultant and finalize the contract. It should be noted that there is
some cormnunity and perhaps Council interest in a bifurcated library project, consisting of a new
Mitchell Park Library building and a possible expansion renovation of the Main Library, rather
than focusing exclusively at Mitchell Park. This may become even more necessary if space
limitations at Mitchell Park preclude the construction of a building of adequate size. If so, this
budget would need to cover initial costs at both locations.
Costs for the scope of work as described in the first paragraph under "Discussion", above, will
likely be between $150,000 and $250,000.
POLICY IMPLICATIONS
This recommendation is consistent with Council’s direction to the LAC in May, and consistent
with the establishment of the Library as a Top 3 priority for 2006.
TIMELINE
Two possible timelines are presented for the Council’s Consideration. The first, Schedule & is
extremely aggressive, and may not provide the information desired by Council by Council’s
deadline of September 1 i, 2006. The second allows for all the required steps in the procurement
CMR:260:06 Page 3 of 5
process and is more realistic given current workloads in Purchasing, Public Works, the
Attorney’s Office and the Library. Staff will make .every effort to fulfill the Coundil’s
expectations and complete this project as swiftly as possible.
i i Meet~dline Based~actice
i (numerals represent number (numerals represent number
i i of weeks per task)of weeks per task)
i Prepare request for proposals i ,
i (RFP)i 1 2
i Pursue sole source contract }1 i sk!p_
} Response period for RFP ]Skip i 4.......................................................................... ~ ............................
i Evaluate responses i Skip i 2
Finalize contract I 3 6
Council award contract i ................................1 i-7 ...................i ..................................................................................... ~ .....................................................: ................4 ..............................................................._ _~ro~ e_e_t_fu_ ~! Lm_ ~ _~_t. ......................1 ......................._.4_L 11.......................... ........................
LAC develop report’to Council ~. 1 i -~ 2
Total week~i (September 11)_(December 22)
It should be noted that Schedule B still complies with the recently approved Top-3 Priority
milestones for the Library as the consultant selected for this effort would likely be considered for
the follow-on design work needed to get a potential library measure on the ballot by June 2008.
ENVIRON~MENTAL REVIEW
This limited-scope project is statutorily exempt from CEQA.
ATTACItMENTS
Attachment A: Outline Scope of Work for consultant services
PREPARED BY: ~.TO~R~.~ {--~
Assistant Director
DEPARTMENT HEAD:
GLENN S. ROBERTS
Director of Public Works
CMR:260:06 Page 4 of 5
CITY MANAGER APPROVAL:
PAULASIM~SON
Library Director
EM~y HARRISON
Assistant City Manager
C_MR:260:06 Page 5 of 5
ATTACHMENT A
Scope of Work
Mitchell Park Library Space Study
1.General Information
The City of Palo Alto is requesting proposals from Consultants to prepare a study to
evaluate the space available to renovate or replace the existing Mitchell Park Library
located at 3700 Middlefield Road, Palo Alto. Design and construction cost estimates
should also be prepared for the proposed improvements.
Mitchell Park is a community parking serving the entire city of Palo Alto. The park
is located in a residential area with surrounding land uses that include several schools,
churches a senior complex and other educational facilities. The approximately 22
acre Mitchell Park is comprised of an 18 acre outdoor recreational park with surface
parking and an adjoining 3.2 acre area that contains the library, community center and
surface pm-king area. The library and community center are not on dedicated park
land. The site is shown on Attachment A.
Palo Alto’s public library system is comprised of five libraries. The City has a high
library item per capita circulation rate and recent studies by the Library Commission
have shown the Mitchell Park Library, to be the most space-constrained.
2. Proiect Description
The Library was designed by Edward Durell Stone and built in July of 1958. It has
been used exclusively as a library since construction. The Library was expanded in
1974 to its current size of 10,984 square feet. The City wishes to determine the cost
and compare the benefits of, building a new library on the existing site or renovating
and expanding the existing library.
The project site, which is shared by the Library and Community Center, includes two
surface parking lots immediately adjacent to the Library and Community Center
buildings. The parking lots have a total of 264 parking stalls.
3. Sco_£.qp_~f Work
Scenarios:
a)
b)
The three scenarios to be evaluated are as follows:
Demolish the existing library and construct a new library without
adversely impacting the Community Center.
Construct a new library on the surface parking lot south of the community
center and add surface parking where the Community Center currently
stands.
c)Demolish the existing Library and Community Center and construct a corn
combined facility on the site, -
Site Constraints and Assumptions
a)
b)
NO parkland will be considered in the expansion
All work, whether remodel or rebuild scenario, must fit onto the
existing site.
In the "demolish and rebuild" scenario, it is possible, and may even be
desirable, to relocate the existing parking onto the other side of the
site. This may allow removal of an existing signal and allow better
access to both Library- and Community Center parking and to Mitchell
Park.
Reference Materials: The following studies were prepared for this site and will be
available for review:
1) Draft "Mitchell Park Library and Community Center, Design Development
Study Report", December 2005
2) "Mitchell Park Library and Community Center, Initial Study", April 2002
Task A Site Assessment
The Consultant shalt meet with City staff to review the existing Library and Community
Center site. The Consultant shall interview Library staffto identify what technology and
programs are currently used in theprogram and what upgrades wouid be desirabie.
These needs may need to be scaled back as needed to fit into any new Library.
The Consukant shall review existing reports listed above under "Reference Material" and
review existing site plans.
Task B Conceptual Space Availability
For scenarios a), b) and c) above:
Evaluate the existing site and identify opportunities for, and cost of, expansion.
Include any related code upgrades that might be required. Prepare massing diagram and
pertinent report for: expandability of the existing building; human, vehicular and material
flow patterns; analysis of operating functions; adjacency and parking demand and
adequacy.
No design renderings or elevations will be needed for this Task. The purpose is to
identify how much space could be made available and which functions could occupy that
space.
Task C Cost Estimate
For scenarios a), b) and c) above:
Prepare cost estimates for the expansion and any needed relocation of existing
services. Cost estimates shall be prepared by a firm specializingin construction cost
estimating. Costs shall be presented in current-year dollars, but ir~flation projectigns shall
be given for the antic!pated construction year, which will be provided by City. The
estimate should include the cost to design, construct and commission a LEED-certified
building.
For financing purposes, costs shall be broken into two categories: 1) ’hard costs’
to include design, construction, testing, construction management and hazardous material
testing and removal and 2) ’soft costs’ such as furniture, equipment and moving costs.
Furniture and equipment will be re-used as much as possible.
Due to the schematic nature of the workscope, a detailed cost estimate is not
required and per-square foot costs may be used. The numbers used should be
conservative in order to reflect the conceptual nature of the design.
Task C Meetings
¯ Meet as needed with City staff
¯ Consultant shall prepare presentation materials for 1 meeting with the Library Advisory
Commission. Consultant shall budget each meeting at up to two hours (this includes the
’@aiting time’ as well as presentation time) and shall include travel time and the cost of
any presentation materials.
¯ Consultant shall prepare presentation materials for 1 meeting with the Parks and
Recreation Commission. Consultant shall budget each meeting at up to two hours (this
includes the ’waiting time’ as well as presentation time) and shall include travel time and
the cost of any presentation materials. . ..... "
¯ Consultant shall prepare presentation materials for, and attend 1 meeting with the City
Council. Consultant shall budget each meeting at up to four hours (,this includes the
’waiting time’ as well as presentation time) and shall include travel time and the cost of
any presentation materials.
Task D Reimbursables
. The Consultant shall prepare a report summarizing the findings and costs for the 3
scenarios listed above. The report shall include massing diagrams showing adjacency,
circulation and parking. The design and construction costs shall be presented in a table
format so that each Scenario can be easily compared to the other.
¯ Consultant shall submit a preliminary and final copy of the report for review and revise
as needed based on staff or advisory board comments. Consultant shall provide 2
unbound copies of each report and 2 reproducible copies of schematic plans associated
with the report.
The cost of travel and meals shall be included in Task C, Meetings.
The mark-up on subconsultants, printing and related tasks shall not exceed 10 percent.
Task E Additional Services
If approved by the City Project Manager in advance and in writing, additional services
may includebut are not limited to: additional meetings, study scenarios or cost estimates.