Loading...
HomeMy WebLinkAboutStaff Report 439-10TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: DECEMBER 6, 2010 CMR:439:10 REPORT TYPE: CONSENT SUBJECT: Approval of Contract with KP A Group, Inc., in the amount of $125,888 for Design Services for the Municipal Services Center Improvements Project -Capital ImprovementProject PF-05002 RECOMMENDATION~" Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with KP A Group, Inc., (Attachment A) in the amount of $112,400 for design services fees and $13,488 for additional services for a total not to exceed amount of $125,888. . BACKGROUND The Municipal Services Center (MSC), constructed in 1965, functions as the operational headquarters for the Public Works and Utilities departments. The MSC houses all in-house construction crews and equipment, the maintenance facility for the City's fleet, a fueling station, and the City'S supply warehouse. The original lighting, mechanical, and electrical equipment at the Municipal Service Center is outdated and inefficient. Various remodels have occurred in the &dministrative and shop areas resulting in added 108.d to the mechanical and electrical systems in the buildings. Business use of many areas has changed over the years without adequate upgrades to the building systems and the systems no longer adequately support the current operation at this site. The alternatives to such upgrade/replacement would be the continued use of such equipment, leading to further wear and tear, and eventual breakdown and shutoff of multiple areas in each building. Since the proposed work is quite extensive the use of a general contractor, rather than City employees, would prove to be beneficial both in costs and labor. DISCUSSION The work to be performed under the contract is for design of the upgrade and/or replacement of rapidly degrading mechanical, electrical, and lighting equipment at all three (3) Municipal Service Center buildings A, B, and C, resulting in the highest efficiency and to meet current Green Building requirements. The Consultant will complete all Design Phase Services within 60 calendar days after issuance of the Notice to Proceed. CMR:439:10 Page 1 of2 The Request for Proposal was competitively solicited. Five (5) local ArchitecturallEngineering firms responded and submitted bids. Each proposal was independently evaluated. Consultant selection was based on performance qualifications. The buildings will remain occupied during construction of the project and work will be -scheduled to keep systems operational during working hours and to minimize the impacts of construction on staff and the public. RESOURCE IMPACT Funds for this contract are available in Capital Improvements PrograIil Project PF -05002, Municipal Service Center Improvements Project. POLICY IMPLICATIONS There are no policy implications. ENVIRONMENTAL REVIEW The project is categorically exempt from review under the California Environmental Quality Act under Guidelines Section 15301, maintenance, repair or minor alteration of existing public faeilities. -~.--~~-.:.~. ·CC.-·~-.-. ~- ATTACHMENTS Attachment A: Contract PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: CMR:439:10 MICHAEL WONG Acting Manager, Facilities Maintenance and Projects ~~ J. _ _ LSARTOR Acting Director of Public Works Ctl{/JAMES KEENE -"'l'Y City Manager Page 2 of2 ATTACHMENT A CITY OF PALO ALTO CONTRACT NO. Cll135389 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND THE KPA GROUP FOR PROFESSIONAL SERVICES This Agreement is entered into on this 6th day of December, 2010, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and THE KP A GROUP, a California corporation, located at One Kaiser Plaza, Suite 445, Oakland, CA 94612 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to improve the mechanical and electrical system of the Municipal Service Center (''Proj ect") and desires to engage a consultant to design, provide construction documents, and -cunstruction administ:l"ation in connection with the Project ("Services~'). -------.-- B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration 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 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 completion of the services in accordance with the Schedule of Performance attached as Exhibit "B" unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULT ANT 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 Agreement shall be commenced and completed by CONSULT ANT 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 Professional Services Rev. June 2,2010 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 CONSULT ANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed One Hundred Twelve Thousand Four Hundred Dollars ($112,400). ill the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Thirteen Thousand Four Hundred Eighty Eight Dollars ($13,488). The applicable rates and schedule of payment are set out in Exhibit "C-I ", entitled "HOURLY RATE SCHEDULE," 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 perfonned 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. INYOICES .. In order to~request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable . expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-I "). 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 CONSULT ANT 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.liiufficient skill and experience to perform the Services assigned to them. CONSULT ANT represents that it, its employees and subconsultants, if permitted, 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 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. CONSULT ANT shall submit drawings and calculations to the City for Plan Check and shall respond to Plan Check comments from the City. Professional Services Rev. June 2,2010 \\Cc-terra\Shared\ASD\PURCH\SOUCITA TIONS\CURRENT BUYER-CM FOLDERS\UTIUTIES -CAROL YNN\RFPs\135389 MSC Improvements\FINALCONTRACT\Cl 1 135389.KPA Group.doc 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 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 ofthe Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. Ifthe total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY's stated construction budget, CONSULT ANT 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 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 contractoLandnot an agent or employee of the CITY. 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 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULT ANT 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 sub consultants 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 sub consultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. Any communications with sub consultants shall be through CONSULTANT. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Mathew Inadomi as the Proj ect Manager to have supervisory responsibility for the performance, progress, and execution of the Services 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 Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cl 1 135389.KPA Group.doc personnel for any reason, the appointment of a substitute project director and the assignment of any keynew or replacement personnel will be subject to the prior written approval ofthe 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's project manager is Richard Zolezzi, Public Works Department, Facilities Division, 3201 East Bayshore Road, Palo Alto, CA 94303, Telephone (650)496-6920. 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. OWNERSHIP OF MATERIALS. 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. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual .~ lllJ>perty rights in favor of the CITY.N either CONSUL T 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. 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 16. INDEMNITY . . ' 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 disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 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 of this Agreement. Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC IrnprovernentsIFINAL.CONTRACT\CII135389.KPA Group.doc SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this 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 of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required h~reunder shall be provided through carriers with AM Best's Key Rating Guide ratings of A-:Vll or higher which are licensed or authorized to transact insurance business in the State of California. Any and.all contractors of CONSULTANT _re1.ained_ to perf.orm.B_ervices under this Agreement will obtain and maintain,_in full force_and".effect during the term of this Agreement, similar insurance coverage, naming CITY as an additional insured under such policies as required above. 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 term of this Agreement. ,18.4. The procuring of such required policy or polici~.s of insurance will not be construed to limit CONSULT ANT'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, mc1uding such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 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, CONSULT ANT 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 Professional Services .f" Rev. June 2,2010 \\Cc-terra\Shared\ASD\PURcmsOLICITA TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvernents\FINAL.CONTRACT\CI1135389.KPA Group.doc r substantial failure ofperfonnance by CITY. 19.3. Upon such suspension or tennination, 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 tennination; 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 detennination may be made by the City Manager acting in the reasonable exercise ofhislher discretion. The following Sections will survive any expiration or tennination of this Agreement: 14, 15, 16, 19.4,20, and 25. _____ _ ... _-)95. __ No llayment, partiaLpayment,acceptance, or partiaLacceptance_by CITYwill 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 CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. 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 perfonnance of the Services. 21.2. CONSULTANT further covenants that, in the perfonnance 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. Professional Services Rev. June 2,2010 \\Cc-terra\Shared\ASD\PURCH\sOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cl 1 135389.KPA Group.doc 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate fmancial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 230.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because ofthe 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 230.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 230.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REOIDREMENTS. CONSULTANT shall comply with the City's Environmentally Preferred ~-Ur-Ghasing-,policies~which are available -at the City' s-PurchasingDepartment, ,incorporated hy reference and may be amended from time to time. CONSULT ANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or compo sting waste. In particular, Consultant shall comply with the following zero waste requirements: • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of30% or greater post-consumer material and printed with vegetable, based inks. .' • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subj ect to the fiscal provisions of the Charter ofthe City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence Professional Services Rev. June 2, 2010 \\Cc-terra\Shared\ASD\PURCH\sOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cl 1 135389.KPA Group.doc in the event of a conflict with any other covenant, term, condition, or provision ofthis Agreement. 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 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. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by att~rneys employed by it as well as any attorneys' fees paid to third parties. . 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 of the parties. 25.6. If a court of competent jurisdiction fmds 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 ~corporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5( d) about a California resident ("Personal Information"), CONsuLTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULT ANT shall not use Personal Information for direct marketing purposes without City's express written consent. 25. 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. II II Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cl I 135389.KPA Group.doc Il /I II IN WlINJES$ WFreREQF, the .~~$hereto mtvel)y their d~yaAthQtized rep¢selttatiVes executedtl'lis Agreement:ortthedatenrstabovewtiiten. . City: Manager APPJ1;()VED AS to FORM: Attachinetrts: .g::~~:~ ExmBlt'~C": ExaIBIT ~'C~l": EXHIBtr~~D;~: PmfeSsional Services Rev_ Juo\\2,2010 \\Co;terra\sbared\ASD\PURCffiSOLlCITATIONS\CURRENT BUYER..cMFOLDERS\UTILInES -CAROL YNN\JU:Ps\l353 89 MSC IlllProVemenls\FINAL;CONTRACT\CIH35389J<PA<1roUf>;doc . EXHIBIT "A" SCOPE OF SERVICES The Consultant's services shall include the following: 1. SCOPE A. General 1. Field investigation of the project site and all existing conditions that may affect the scope of work. Review of Utility Audit, Facility Assessment Report, all available plans and documentation, and the City's Green Building Ordinance requirements. 2. Attend meetings with the City's Project Manager throughout the project as required. 3. --c~,Work~eJ€)selywith~J>1'0je€t-ManageI to-assure the total-project cost does not exceed the project budget. Provide cost estimate at 60% and 100% completion in a fonnat the Consultant deems appropriate. 4. Preparation of construction specifications and pennit drawings. 5. Bid Phase and Construction Administration services. B. Preliminary Design Consultant will review all existing conditions relevant to this project and evaluate the existing mechanical, electrical, and architectural features of the facilities described above. Consultant will develop a list of circuits, transfonners, and panel boxes that require modification to support mechanical and electrical upgrades and reasonable future growth limited to the confines of the existing building.' Consultant will furnish drawings and discuss technical requirements with staff for review and approval at 30% design completion stage. Consultant will design improvements to confonn to all applicable codes, laws and regulations including the Unifonn Building, Mechanical, Electrical and Fire Codes. C. Final Design Consultant will furnish drawings and technical specifications to staff for review and approval at 60% and 100% design completion stage. Final drawings will be suitable for review by the Building Division. Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cll135389.KPA Group.doc Consultant will work with the Project Manager to develop a preliminary schedule for the Final Design Scope of Work continued: work that minimizes downtime and disruption of occupants and will be signed off by the Project Manager. Consultant will assist Project Manager to obtain a building permit by furnishing all the necessary drawings and calculations and working with the Planning Department, Building Division, as required. D. Bid Period Consultant will attend a pre-bid conference for interested contractor personnel. Consultant will assist Project Manager in responding to technical questions from prospective bidders during the bid period. E. Construction Administration The Consultant will provide construction administration phase services commencing from the award of the construction contract. Consultant will attend a pre-construction meeting. Consultant will attend bi-weekly construction meetings and will keep meeting minutes. Consultant will review contractor's working schedule and note any slippage in schedule dates or long lead items that will affect the project. Consultant will keep RFI and submittal logs and respond to clarification requests as required ... RFI's are to be responded to by the Consultant within fiv~ .working days to the Contractor and Project Manager. Submittals will be reviewed and returned within five (5) working days. At project completion, contractor will provide "as-built" information for the Consultant to prepare final record drawings. Consultant will verify the data provided before preparing the record drawings. Record drawing will be provided in AutoCAD format on a CD, as well as two (2) sets of hard copy drawings. The services andlor materials furnished under this Agreement shall commence on the date of its execution by CITY, and shall be completed in accordance with Exhibit "B". Consultant will commence bid and construction phase work in accordance with the time schedule set forth in Exhibit "B". In the event that the Project is not completed within the time required through any fault of CONSULTANT, City's City Manager will have the option of extending the time schedule for any period of time. The provision will not preclude the recovery of damages for delay cause by CONSULTANT." Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICITA TIONS\CURRENT BU\, .t'..--\.-M FOLDERS\UTILITIES -CAROL YNN\RFPs\J35389 MSC Improvements\FINAL.CONTRACT\CI1135389.KPA Group.doc 2. FINAL DRAWINGS AND SPECIFICATIONS A. Project Drawings and Specifications Consultant will submit two (2) sets ofproject development drawings and specifications during preliminary and final design phases. Upon completion of the final design the Consultant will submit two (2) hard copies of specifications, one (1) set of specifications Project Drawings and Specifications continued: in electronic version using MS Word format, two (2) sets of drawings for Facilities use, complete set of drawing on CD in AutoCAD version R14 or R2000, and five (5) wet stamped drawings per location to the City Building Division. Specifications will include Division 1. Drawing shall be on a 24" x 36" sheet size with'a scale of 114" = 1'. 3. INFORMATION TO BE PROVIDED BY THE CITY The City will provide the consultant with copies of all applicable record drawings available for --~--'MgC-BuilQing~A,B,-& C:;Gonceptualdesign, and documentation for accessibility ------ improvements completed to date. Professional Services Rev. Iune2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\CII135389.KPA Group.doc EXIDBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. The Consultant will complete all Design Phase Services within 60 calendar days after issuance of the Notice to Proceed. Consultant shall provide all necessary design services, including architectural design, mechanical, electrical, and structural engineering. Consultant shall also provide conceptual design, final design, construction documents, and cost estimating. This time frame will exclude City review. Construction Administration Services will be scheduled upon award of the construction phase of ~~,Jhe_.project~'I'heduration of this -.period may -take severalmonths to a year or so, and-is dependent on the successful collaboration between the Consultant and the selected general contractor in achieving the best possible results, while still fulfilling the goals of vastly improved buildings with the highest efficiencies. Professional Services Rev. June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\l35389 MSC Improvements\FINAL.CONTRACT\CI1135389.KPA Group.doc 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-l 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 $112,400. 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 $13,488. 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 belo",. ,The CITY's Proj¥~LMMJ.ager 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 $100 and the total compensation for Additional Services does not exceed $13,488. Basic'Services: The fee for Consultant services for this work will include all Consultant costs necessary for providing the desired services, including sub-consultant costs, reimbursables, meetings, and report generation. Reimbursables will include travel, document reproduction costs, mailing, and courier services. The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "C-l", on a time and materials basis, up to the maximum amount set forth in this Section. The fee for work shall include all consultant costs necessary for providing the services incluCiing sub-consultant costs and reimbursables. The fees of any consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT." Consultant will provide all basic services for a time and materials Not-To-Exceed (NTE) fee of One Hundred Twelve Thousand Four Hundred Dollars ($112,400) including reimbursables: Preliminary Design Final Design Bidding Period Construction Administration Total $27,000 $47,600 $2,800 $35,000 $112,400 Professional Services Rev. June 2, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\CII135389.KPA Group.doc Sub-total Basic Services $112,400 Total Basic Services and Reimbursable expenses $112,400 Additional Services (Not to Exceed) $13,488 Maximum Total Compensation $125,888 REIMBURSABLE 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. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's projectmana.ger's request, shaUsubmifa 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-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 Professional Services Rev. June 2, 2010 \\Cc-lerra\shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROLYNN\RFPs\135389 MSC Improvemenls\FINAL.CONTRACT\Cl I 135389.KPA Group.doc Principal Associate Sr. Engineer/Architect Engineer/Architect/Designer CAD Administration EXHffiIT "C-l" HOURLY RATE SCHEDULE $175-$2051hr $145-$1801hr $ 135-$ 1651hr $95-$1351hr $70-$901hr $60-$801hr Professional Services Rev June 2, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cl 1 135389.KPA Group.doc EXHIBIT "D" INSURANCE REQUIREMENTS 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 WITHAM BEST'S KEY RATING OF A-:VII,ORmGHER,UCENSEDORAUTHORIZEDTOTRANSACTINSURANCEBUSINESSIN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED BELOW: MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAOE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000 LIABILITY COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 -EACH OCCURRENCE $1,000,000 $1,000,000 -------AUTOMOBILE LIABILITY"INCLlIDING - -"_.". ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000 BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE); AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, 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 ONL Y CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE <;:OVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. ll. CONT ACTOR MUST SUBMIT CERTIFICA TES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. Ill. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONtRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY Professional Services Rev JW1e 2,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\UTILITIES -CAROL YNN\RFPs\135389 MSC Improvements\FINAL.CONTRACT\Cll135389.KPA Group.doc