HomeMy WebLinkAbout2004-07-12 City Council (3)TO:
FROM:
City of Palo Alto
City Manager’s Report
ttONONABLE CI’l~ COUNCIL ~
CITY MANAGER DEPARTMENT: PUBLIC WORKS 8
DATE:
SUBJECT:
JULY 12, 2004 CMR:348:04
APPROVAL OF A CONTRACT WITH RRM DESIGN GROUP IN
THE AMOUNT OF $99,000 FOR FIRE STATION 3 AND 4
REPLACEMENT FEASIBILITY STUDY - CAPITAL
IMPROVEMENT PROJECT PE-04013
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
consultant agreement (Attachment A) with RRM Design Group in the amount of $99,000
for the Fire Stations 3 and 4 Replacement Feasibility Study (PE-04013).
BACKGROUND
In February 2002, the City contracted with Biggs Cardosa Associates, Inc. to conduct
seismic and general structural evaluations of six Palo Alto Fire Stations, 1, 2, 3, 4, 5, and
8. Biggs Cardosa used the 1997 Uniform Building Code (UBC) for essential facilities to
evaluate these fire stations and to identify any structural deficiencies. The performance
objective for the structural evaluation of fire station buildings is to limit damage in a
code-level earthquake so that the buildings can remain occupied and continue to provide
life-safety services after a maximum credible seismic event.
The December 2002 Biggs Cardosa Associates Seismic Evaluation and Final Report,
recommended seismic upgrades be undertaken at Fire Stations 1, 2, 5 and 8. Stations 1
and 2 will receive seismic upgrades in FY 2004-05, and Station 5 and Station 8 in FY
2005-06 as part of Capital Improvement Program Project PE-04013, Fire Station
Improvements.
In the case of Fire Stations 3 and 4, the Biggs Cardosa report noted significant seismic
deficiencies and a potential for instability of soils due to liquefaction at both sites. The
report concludes that replacement of the existing buildings may be necessary to meet
essential service standards for fire station buildings. Staff concluded that retrofitting and
renovating Fire Stations 3 and 4 would not be feasible or cost effective based on the
Biggs Cardosa seismic evaluation, and the need to upgrade the structures to comply with
current building code and accessibility requirements. As part of the FY 2003-04 Capital
C1VIR:348:04 Page 1 of 4
Budget, Council approved $100,000 for the Fire Stations 3 and 4 Replacement Feasibility
Study (project PE-04013).
DISCUSSION
The feasibility study will evaluate the design and construction of new Fire Stations 3 and
4; the study is limited to the current station sites. Both fire station sites will be reviewed
and Fire personnel at the two stations will be interviewed to determine current
operational needs as part of a needs assessment. The study will include an evaluation of
current and future building codes and regulatory issues as they pertain to
structural!seismic performance, building code classification and Title 24/accessability.
The feasibility study will also include an analysis of potential options to incorporate
green building elements into the new buildings in accordance with the City’s Green
Building Policy. The potential replacement facilities will be programmed to optimize fire
operations and budgeted to allow for a balance of initial construction costs versus long-
term maintenance. In addition, an analysis of parking, site work, landscaping,
environmental impacts, visual appearance, and other impacts that new construction may
cause will be conducted as part of the scope of work.
An Initial Study Checklist in accordance with the California Environmental Quality Act
(CEQA) will be completed to identify the potential environmental impacts of
demolishing the existing fire stations and constructing new fire stations at each site.
The final feasibility study report, including conceptual design, cost estimates and Initial
Study Checklist will be presented to the Architectural Review Board (ARB) and the City
Council in 2005. Following is a summary of the selection process used leading to staff
recommendation for selecting RRM Design Group.
Consultant Selection
On January 14, 2004 staff posted at City Hall and sent Requests for Proposals to 16
consultants for the .Fire Station 3 and 4 Replacement Feasibility Study. After reviewing
proposals and conducting interviews, RRM Design Group was selected as the consultant
for the project.
Summary_ of Bid Process
Proposal Description/Number
Proposed Length of Project
Number of Proposals Mailed
Total Days to Respond
Proposal
Pre-Proposal Meeting?
Fire Station 3 and 4 Replacement Feasibility Study
(RFP #104471)
5 months
16
28to
CMR:348:04 Page 2 of 4
INumber of Companies at Pre-
Proposal Meeting
Number of Proposals Received:
N/A
11
Company Name
1. BSA Architects
2.
3.
5,
6.
7.
8.
WLC Architects
Marcy Wong & Dolm Logan
Architects
~ Design Group
CJW Architecture
ZG Planning and Design
Leach Mounce Architects
Keller and Daseking
Architects
9. C3 Design Alliance
10. Noll & Tam.Architects.
11. Group 4
Range of Proposal Amotmts
Submitted
Location (City, State)
San Francisco, CA
Rancho Cucamooga, CA
Berkeley, CA
San Luis Obispo, CA
Portola Valley, CA
San Jose, CA
Ventura, CA
Menlo Park
San Francisco, .CA
Berkeley, CA
South San Francisco, CA
$38K to $118K
Selected for IntelMew
Yes
No
No
Yes
NO
No
Yes
No
Yes
No
Yes
A consultant selection interview panel consisting of staff members from the Fire
Department, Purchasing Division and Public Works Engineering reviewed the 11
proposals received from interested design fLrms and five firms were selected for
interviews on March 24 and 25, 2004. The interview panel carefully reviewed each
firm’s qualifications and submittal in response to the RFP relative to the following
criteria:
¯approach and methodology,
o proposal quality,
¯scope of services,
o relevant experience
~personnel qualifications.
Although all five firms have some experience with fire station projects, staff recommends
RRM Design Group since its primary specialty is fire station design, and it has completed
numerous successful fire station projects throughout California. Staff checked references
from previous clients of RRM Group Design, and it was highly recommended.
The fee of $90,900 will include needs assessment; site and building analysis;
environmental assessment, including Initial Study Checklist, site, geotechnical and
hazardous material studies; sustainability design options; cost estimation; and presenting
the final feasibility study to the ARB and the City Council. A total of $8,100 has been
CMR:348:04 Page 3 of 4
budgeted for additional services that may become necessary during the project;, these
most likely would be additional public meetings, based on staff’s experience with other,
similar contracts. Refer to Attachment A for consultant agreement and scope of services.
At the end ~of the ~feasibility study phase, the consultant’s contract may be amended to
complete .the next design phase depending upon the consultant’s performance, funding
availability .and City Council direction.
RESOURCE IMPACT
Funds for this project are included in the FY 2003-04 Capital Improvement Program
(CIP) project budget PE-04013. ~
POLICY IMPLICATIONS
Approval of the contract is consistent with existing City policies.
ENVIRONMENTAL REVIEW
Approval of the consultant contract to prepare the Fire Stations 3 and 4 feasibility study
is exempt from the provisions of CEQA pursuant to CEQA Guideline § 15306. The
feasibility study will include preparation of an Initial Study to assess the environmental
impacts resulting from the demolition and reconstruction of Fire Station 3 and 4. Prior to
any discretionary action regarding the fire station projects, environmental review will be
completed.
ATTACHMENTS
Attachment A: Consultant Agreement
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
GLENN ROBERTS
Director of Public Works
EMIL~~ON
Assistant City Manager
CMR:348:04 Page 4 of 4
City of Palo Alto
City Manager’s Report
TO:
FROM:
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT: PUBLIC WORKS 8
DATE:
SUBJECT:
JULY 12, 2004 CMR:348:04
APPROVAL OF A CONTRACT WITH RRM DESIGN GROUP IN
THE AMOUNT OF $99,000 FOR FIRE STATION 3 AND 4
REPLACEMENT FEASIBILITY STUDY - CAPITAL
IMPROVEMENT PROJECT PE-04013
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
consultant agreement (Attachment A) with RRM Design Group in the amount of $99,000
for the Fire Stations 3 and 4 Replacement Feasibility Study (PE-04013).
BACKGROUND
In February 2002, the City contracted with Biggs Cardosa Associates, Inc. to conduct
seismic and general structural evaluations of six Palo Alto Fire Stations, 1, 2, 3, 4, 5, and
8. Biggs Cardosa used the 1997 Uniform Building Code (UBC) for essential facilities to
evaluate these fire stations and to identify any structural deficiencies. The performance
objective for the structural evaluation of fire station buildings is to limit damage in a
code-level earthquake so that the buildings can remain occupied and continue to provide
life-safety services after a maximum credible seismic event.
The December 2002 Biggs Cardosa Associates Seismic Evaluation and Final Report,
recommended seismic upgrades be undertaken at Fire Stations 1, 2, 5 and 8. Stations 1
and 2 will receive seismic upgrades in FY 2004-05, and Station 5 and Station 8 in FY
2005-06 as part of Capital Improvement Program Project PE-04013, Fire Station
Improvements.
In the case of Fire Stations 3 and 4, the Biggs Cardosa report noted significant seismic
deficiencies and a potential for instability of soils due to liquefaction at both sites. The
report concludes that replacement of the existing buildings may be necessary to meet
essential service standards for fire station buildings. Staff concluded that retrofitting and
renovating Fire Stations 3 and 4 would not be feasible or cost effective based on the
Biggs Cardosa seismic evaluation, and the need to upgrade the structures to comply with
current building code and accessibility requirements. As part of the FY 2003-04 Capital
CMR:348:04 Page 1 of 4
Budget, Council approved $100,000 for the Fire Stations 3 and 4 Replacement Feasibility
Study (project PE-04013).
DISCUSSION
The feasibility study will evaluate the design and construction of new Fire Stations 3 and
4; the study is limited to the current station sites. Both fire station sites will be reviewed
and Fire personnel at the two stations will be interviewed to determine current
operational needs as part of a needs assessment. The study will include an evaluation of
current and future building codes and regulatory issues as they pertain to
structural/seismic performance, building code classification and Title 24/accessability.
The feasibility study will also include an analysis of potential options to incorporate
green building elements into the new buildings in accordance with the City’s Green
Building Policy. The potential replacement facilities will be programmed to optimize fire
operations and budgeted to allow for a balance of initial construction costs versus long-
term maintenance. In addition, an analysis of parking, site work, landscaping,
environmental impacts, visual appearance, and other impacts that new construction may
cause will be conducted as part of the scope of work.
An Initial Study Checklist in accordance with the California Environmental Quality Act
(CEQA) will be completed to identify the potential environmental impacts of
demolishing the existing fire stations and constructing new fire stations at each site.
The final feasibility study report, including conceptual design, cost estimates and Initial
Study Checklist will be presented to the Architectural Review Board (ARB) and the City
Council in 2005. Following is a summary of the selection process used leading to staff
recommendation for selecting RRM Design Group.
Consultant Selection
On January 14, 2004 staff posted at City Hall and sent Requests for Proposals to 16
consultants for the .Fire Station 3 and 4 Replacement Feasibility Study. After reviewing
proposals and conducting interviews, RRM Design Group was selected as the consultant
for the project.
Summary_ of Bid Process
Proposal Description/Number
Proposed Length of Project
Number of Proposals Mailed
Total Days to Respond
Proposal
Pre-Proposal Meeting?
to
Fire Station 3 and 4 Replacement Feasibility Study
(RFP #104471)
5 months
16
28
No
CMR:348:04 Page 2 of 4
N/ANumber of Companies at Pre.
Proposal Meeting
Number of Proposals Received:11
Company Name
1. BSA Architects
2.
3.
5.
6.
7.
8.
WLC Architects
Marcy Wong & Donn Logan
Architects
RRM Design Group
CJW Architecture
ZG Planning and Design
Leach Mounce Architects
Keller and Daseking
Architects
9. C3 Design Alliance
10. Noll & Tam Architects
11. Group 4
Range of Proposal Amounts
Submitted
Location(City, State)
San Francisco, CA
Rancho Cucamonga, CA
Berkeley, CA
San Luis Obispo, CA
Portola Valley, CA
San Jose, .CA
Ventura, CA
Menlo Park
San Francisco, .CA
Berkeley, CA
South San Francisco, CA
$38K to $118K
Selected for Interview
Yes
No
No
Yes
No
No
Yes
No
Yes
Yes
A consultant selection interview panel consisting of staff members from the Fire
Department, Purchasing Division and Public Works Engineering reviewed the 11
proposals received from interested design finns and five firrns were selected for
interviews on March 24 and 25, 2004. The interview panel carefully reviewed each
firrn’s qualifications and submittal in response to the RFP relative to the following
criteria:
¯approach and methodology,
¯proposal quality,
¯scope of services,
¯relevant experience
¯personnel qualifications.
Although all five firms have some experience with fire station projects, staff recommends
RRM Design Group since its primary specialty is fire station design, and it has completed
numerous successful fire station projects throughout California. Staff checked references
from previous clients of RRM Group Design, and it was highly recommended.
The fee of $90,900 will include needs assessment; site and building, analysis;
environmental assessment, including Initial Study Checklist, site, geotechnical and
hazardous material studies; sustainability design options; cost estimation; and presenting
the final feasibility study to the ARB and the City Council. A total of $8,100 has been
CMR:348:04 Page 3 of 4
budgeted for additional services that may become necessary during the project; these
most likely would be additional public meetings, based on staff’s experience with other,
similar contracts. Refer to Attachment A for consultant agreement and scope of services.
At the end of the feasibility study phase, the consultant’s contract may be amended to
complete the next design phase depending upon the consultant’s performance, ftmding
availability and City Council direction.
RESOURCE IMPACT
Funds for this project are ,included in the FY 2003-04 Capital Improvement Program
(CIP) project budget PE-04013.
POLICY IMPLICATIONS
Approval of the contract is consistent with existing City policies.
ENVIRONMENTAL REVIEW
Approval of the consultant contract to prepare the Fire Stations 3 and 4 feasibility.study
is exempt from the provisions of CEQA pursuant to CEQA Guideline §15306. The
feasibility study will include preparation of an Initial Study to assess the environmental
impacts resulting from the demolition and reconstruction of Fire Station 3 and 4. Prior to
any discretionary action regarding the fire station projects, environmental review will be
completed.
ATTACHMENTS
Attachment A: Consultant Agreement
PREPARED BY:
DEPARTMENT HEAD:
GLENN ROBERTS
Director
CITY MANAGER APPROVAL:
9N
City Manager
CMR:348:04 Page 4 of 4
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALOALTOAND
RRMDESIGN GROUP
FOR CONSULTING SERVICES
This Contract No.is entered into , by
and between the CITY OF PALO ALTO, a chartered city and a municipal
corporation of the State of California ("CITY"), and RRM Design
Group, a corporation, located at 3765 iSouth Higuera Suite 102
San Luis Obispo, CA 93401 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services (~Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings (~Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit
~A"; and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and ~n
the manner set forth herein; and
WHEREAS, this Contract shall be known as the Feasibility
Study Phase Contract for the Fire Stations 3 and 4 Replacement
Project. Fire Station 3 is located on 799 Embarcadero Road and
Fire Station 4 is located on 3600 Middlefield Road; and
WHEREAS, Under this Feasibility Study Phase Contract
CONSULTANT shall prepare a feasibility study for the Fire Stations
3 and 4 Replacement Project ~to include a needs assessment,
preparation of an Initial Study, site analysis and building massing
plans, geological hazards evaluation, geotechnical and hazardous
material studies, sustainable design strategies, and a total
project cost estimate; and
WHEREAS, if CITY decides to proceed with the completion
of the design and construction of the Fire Stations 3 and 4
Replacement Project, CITY, in its sole discretion, may issue a new
request for proposal for consultant services to. complete the design
and construction of the fire stations or may negotiate with
CONSULTANT to amend this contract to include performance of such
services.
//
040628 sm 0100252
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
i.I This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project and in accordance with the time schedule set forth in
Exhibit ~A", unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT wil!
¯commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit "A"o Time
is of the essence of this Contrac~ 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. This provision will not
preclude the recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described in section
2.1.1 through 2.1.6 below and as further described in Exhibit ~A".
2.1.1 CONSULTANT shall conduct a Needs Assessment of the
Fire Stations 3 and4 facilities by participating in a series of
interviews, site visits, and meetings with City representatives to
identify operational and functional requirements of the Fire
Department, and will thoroughly review the Fire Department
preliminary list of improvements, existing conditions and all
reports, plans and reference documents available. CONSULTANT will
also recommend office, living areas, and shop space standards for
each job classification and equipment needs at each fire station.
2.1.2 CONSULTANT shall provide the following studies:
Geological Hazards Evaluation; Geotechnical Engineering Study;
Hazardous Materials Study.
2.1.3 CONSULTANT shall prepare a summary memorandum with
graphic representation for two (2) conceptual site plans for each
fire station to identify new building opportunities and sustainable
building options. This effort wil! consider the impacts of current
and future building code and regulatory issues such as
structural/seismic performance, building code classification, Title
24/accessibility, the City’s Green Building Policy, building
systems, security, vehicle and pedestrian movement/access, parking,
site work, landscaping, environmental impacts, visual image,
construction and relocation phasing, salvaging equipment and other
impacts new construction may cause. CONSULTANT shall also proceed
with the building systems phase of the work for cost estimating
2
purposes. This work shall commence with the development of massing
studies, site plans and preliminary grading plans for review by the
ci<y.
2.1.4 CONSULTANT will review, analyze] and identify the
environmental impacts of demolishing the existing fire stations and
constructing new fire stations at each site based on the project
program, two (2) building analysis and site arrangement studies for
each fire station. An Initial Study Checklist will be prepared
for each site in accordance with the California Environmental
Quality Act and the requirements of the Planning and Community
Environment Department.
2.1.5 CONSULTANT shall present the feasibility study and
final proposed project budget to the City for approval and
direction and make the necessary revisions based on City’s review
comments. The project budget will include all known costs
associated with replacement of each fire station including but not
limited to: furnishings; non-construction costs; relocation costs;
demolition, life cycle costs; design fees; testing; construction;
cost escalation; and contingencies.
2.1.6 CONSULTANT shall prepare a comprehensive project
schedule outlining the proposed timeline of the project through
implementation and occupation.
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change ~n work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gmves
notice to CONSULTANT.
040628 sm 0100252
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (aJ~ at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (or contractors), charged with
the performance of the Services are duly licensed or certified by
the State of California, to the extent such licensing or
certification is required by law to perform the Services, and that
the Project will be executed by them or under their supervision.
CONSULTANT will furnish to CITY for approval, prior to execution of
this Contract, a list of all individuals and the names of their
employers or principals to be employed as consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign Mary McGrath as. the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Don Iler will be assigned
as the project coordinator who wil! represent CONSULT~T during the
day-to-day work on the Project. If circumstances or conditions
subsequent to the execution of this Contract cause the substitution
of the project director or project coordinator for any reason, the
appointment of a substitute project director or substitute project
coordinator will be subject to the prior written approval of the
project manager.
3.4 CONSULTANT represents and warrants that it will:
4
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and~comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with~ the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with Eight (8) copies
of any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or.obtain or cause to be
performed or obtained any and all of the following Additional
040628 sm 0100252
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit ~A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
wil! not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Karen Bengard is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project,
and will be assisted by Woojae Kim, the Project Engineer.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to C0NSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses as
described in Exhibit "A", CITY will pay CONSULTANT a fee not to
exceed Ninety Thousand Nine Hundred Dollars ($90,900.00). The
amount of compensation will be calculated i:n .accordance with the
hourly rate schedule set forth in Exhibit "B", on a time.and
materials basis, up to the maximum amount set forth in this
Section. CONSULTANT expressly agrees that it can perform the Basic
Services as described in section 2 above and in Exhibit "A",
including reimbursable expenses, for the not to exceed amount set
forth above. The fees of the 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.
5.1.2 CONSULTANT’S compensation for any Additional
Services, shall not exceed Eight Thousand One Hundred Dollars
($8,100.00) unless such amount is increased by amendment to this
Agreement. The City’s project manager shall not authorize and
CONSULTANT shall not perform any Additional Services that would
result in a cost exceeding such amount. Prior to commencing any
Additional Services, CITY, through the Project Manager, and
COUNSULTANT shall agree in writing upon the scope~of work, schedule
and maximum compensation for such services. Such compensation
shall be based on the rates set forth in Exhibit "B". Payment for
any authorized Additional Services shall be made within thirty (30)
days of submission by CONSULTANT of a statement in triplicate of
itemized costs covering such work. In no event shall CONSULTANT
design work or change order preparation which is necessary because
of CONSULTANT’s errors or oversights be authorized or paid for as
an Additional Service.
5.1.3 CONSULTANT’s maximum compensation under this
Contract shall not exceed Ninety Nine Thousand Dollars ($99,000.00)
which is the total of the amount set forth in Section 5.1.1 for
performance of Basic Services (including reimbursable expenses) and
the total amount established in Section 5.1.2 for the performance
of authorized Additional Services.
5.1.4 For billing purposes, an employee’s time will
be computed at a multiple of one (I) times the employee’s direct
personnel expense described below. The~r.ate schedules may be
updated by CONSULTANT only once each calendar year, and the rate
040628 sm 0100252
schedules will not become effective for purposes of this Contract,
unless and until CONSULTANT gives CITY thirty (30) days’ prior
written notice of the effective date of any revised rate schedule.
Direct personnel expense of employees assigned to the execution of
the Project by CONSULTANT will include only the work of architects,
engineers, designers, job captains, surveyors, draftspersons,
specification writers and typists, in consultation, research and
design, work in producing drawings, specifications and other
documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit "B",
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction~ of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder wil!
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 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 Contract.
SECTION 9. INSURANCE
9.1 CONSULT~T, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage requiZed hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
9
040628 sm 0100252
in the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in ful! force and effect during the term of this
Contract, identica! insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of suchinsurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. 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 altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of
such cancellation or alteration, and that the City of Palo Alto is
named as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 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
Contract. 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 Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION i0.WORKERS’ COMPENSATION
I0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION !!.TERMINATION OR SUSPENSION OF CONTP_ACT OR
ii.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
i0
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
wr±tten notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be. compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract 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 in the
reasonable exercise of his discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective~izems of servlce to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the proper~y of CITY.
04/)628 sm 0100252
11
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, wil! not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent-of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13.NOTICES
13.1 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
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, 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.
14.2 CONSULTANT further covenants that, ~- the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract 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.
/!
12
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual orientation, housing status,
marital status, familial status, weight or height of such person.
If the value of this Contract is, or may be, five thousand dollars
($5,000) or more, CONSULTANT agrees to meet all requirements of the
Palo Alto Municipal Code pertaining to nondiscrimination in
employment, including completing the requlsite form furnished by
CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin,ancestry, religion,
disability~ sexual orientation,housing
status, marital status, familial status,
weight or height of such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only a
finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 16.MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California,:relating to access to
public buildings and accommodations for dfSabled persons, and
relating to facilities for disabled persons. CONSULTANT will
13
040628 sm 0100252
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 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.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract 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.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The~covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
14
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract 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 Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PAL0 ALTO
City Clerk Mayor
APPROVED AS TO FORM:RRM DESIGN GROUP
Senior Asst. City Attorney
APPROVED:
By :
Name :
Assistant City Manager
Director of Administrative
Services
By:
Name:
Title:
Director of Public Works
Risk Manager
Attachments :
EXHIBIT "A" :
EXHIBIT "B":
EXHIBIT "C" :
EXHIBIT "D" :
Taxpayer Identification No.
(Compliance with Corp. Code § 313
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting no the signatory
authority of the individuals signing in
their respective capacities is acceptable)
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
040628 sm 0100252
15
CERTIFICATE OF ACKNOWLEDGMENT
(Civil~ Code § 1189
STATE OF ........~UtFoZ~f~)
) SS.
On ~_~{~ ~, 2004, before me, the undersigned, a
Not{ry ~ublic in~and for said County and State, personally appeared~~o ~ [~W-% , personally known to
me or proved ~o me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040628 sm 0100252
16
CER~XFICATE OF ACKNOWLEDGMENT
(Civil. Code § 1189)
STATE OF ~[~go~)
) SS.
On J~ ~O, 2004, before me, the undersighed, a
Notary Public in and for said County and State, personally appeared
~Y~t~ 0_ ~ ~~, personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
COMM. #1483731
NOTARY PUBLIC - CALIFORNIA
SAN LULS OBISPO COUNTY
IV(V Comm. Expires APR. 18, 2008
Signature of Notary Public
17
EXHIBIT A
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study ~-June 23, 2004
City of Palo Alto
Fire Stations 3 & 4 Replacement Feasibility Study
Scope of Work: June 23, 2004
PROJECT UNDERSTANDING
Seismic evaluations of Pa!o Alto Fire Stations No. 3 and No. 4 (Rinconda built in 1948 and
Middlefield Station built in 1953 respectively) conducted by Biggs Cardosa Associates in 2002
have found significant lateral load resisting system deficiencies in both stations, The study also
identified a potential for liquefaction occurring at both sites. Due to the structural deficiencies
and ADA and L..~:__uUi~u.~u code requirements, essential services requirements, --’~a~u a preliminary’
Fist of improvements prepared by staff, staff concluded that the stations should be replaced vs.
renovated. This project shall evaluate only the twoexisting sites and develop a feasibility levee
study for replacing Fire Stations No.3 and No. 4. As a part of this project, the City intends to
incorporate sustainable design strategies in accordance with the City’s Green Building Policy.
These important replacement facilities will be prc~grammed to optimize the fire operations, and
budgeted to allow for a sustainable balance of first costs vs. long-term maintenance.
PROJECT GOAL
The goal of this feasibility study is to accomplish six basic tasks.
NEEDS ASSESSMENT: This task will document and verify current and futur~ fire
operational goals of the Depa:rtment at Fire Stations No. 3 (Rinconda) and No. 4
(Middlefield). RRM will review completely the preliminary list of improvements prepared
by the Fire Department and then meet with the selected Fire Department personnel to
learn an understanding of the Fire Department’s operational goals at each of these sites.
The information gathered will be a guideline for the development of the Space Needs
Outline and the component designs developed for each space. This will result in an
overall building square footage total. Additionally, comprehensive equipment and
furnishings lists will be prepared.
SPECIAL STUDIES: This task will occur concurrently with development of the NEEDS
ASSESSMENT and will include geotechnical investigations, geohazards evaluation, and
hazardous materials testing.
SITE ANALYSIS AND MASSING: In this task RRM wil! prepare conceptual site arrangement
studies of each station within its existing site[ The site arrangement studies will analyze
how the facility can most efficiently fit on the site, identifying key response direction.,
RRM Design Group
Page 1 of 9
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study -June 23, 2004
firefighter and public parking and building orientation to optimize natural ventilation.
RRM will also prepare conceptual building massing studies and preliminary grading
plans as needed for each site.
ENVIRONMENTAL ASSESSMENT: RRM will review, analyze, and identify the environmental
impacts of demolishing the existing fire stations and constructing new fire stations at
each existing site. RRM will prepare an Initial Study Checklist for each site.
E. BUILDING SYSTEMS DESCRIPTIONS, COST ESTIMATE, FINAL REPORT, AND CITY COUNCIL
PRESENTATION: The proposed engineered systems will be identified for the purpose of
preparing an estimate of probable cost suitable for developing a bond measure or
alternate forms of financing, and .for presenting to. the Pato Alto City Council and at an
ARB Workshop.
F.PROJECT SCHEDULE AND MEETINGS: RRM wil! prepare a conceptual project schedule and
meeting schedule.
PROJECT WORK PLAN
Task A: NEEDS ASSESSMENT
Approach
The RRM Team is to formulate a clear program statement, which will serve as a basis for the
Needs Assessment of the facilities. RRM will participate in a series of meetings with the Fire
Department and City Staff to discuss Operational issues and functional divisions of the Fire
Department, and will thoroughly review the Fire Department preliminary list of improvements
and all reports, and plans for the existing stations. RRM will then document current and future
functional surpluses and deficits and space needs, and will identify specific fire related
operational needs such a turn-out gear storage, gender separation, safety and security
requirements, and functional relationships at each site. RRM will also recommend office, living
areas, and shop space standards for each job classification.
Products:
o Preliminary Program Report including (provide 8 copies of both draft and final):
o ~p~ Needs and Standards
¯Furnishings and Equipment Lists
¯Component diagrams
TASK B: ~’="~ ^ ~ --’ ’-’~=~or~-,~- b~ U~,~ (PREPARED CONCURRENT WiTH TASK A)
Geoloqical Hazards Evaluation:
RRM Design Group
Page 2 of 9
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study -June 23,200~,
The geohazards evaluation will be intended tO satisfy the requirements of the California Code of
Regulations, Title 24 and the 2001 California Building Code. The seismicity .evaluation would
use the criteria presented in the 2001 California Building Code and will follow California
Geological Survey criteria (Special Publication 11 7) for essential service facilities.
Products:
o Geological Hazard Evaluation Report (provide 8 copies of both draft and final):
Geotechnical Enclineering Study: The geotechnical engineering aspects of the overall study
would be intended to fulfill the requirements of Sections 1804.3 and 3309.5 of the California
Building Code (2001 Edition) and will provide foundation design criteria to be used to develop
preliminary foundation recommendations by the team’s structural engineer; Biggs Cardosa.
Products:
o Geotechnical Engineering Study (provide 8 copies of both draft and final):
Hazardous Materials Study: The hazardous materials study will entail the review of all
renovations made to each facilities, subsequent studies and will determine if there are areas
remaining in the buildings that contain hazardous materials.
Products:
o Hazardous Materials Study (provide 8 copies of both draft and final):
TASK C: SITE ANALYSIS AND MASSING
Approach
Based on the project program and the functional arrangement of the facility, the Architectural
Team wil! produce two (2) conceptual site plans for each station. The intent of this conceptual
design study is to be able to address and identify how each station’s program can be met at each
existing site. The site plans. Shall identify response vehicle egress, public and fire fighter parking
and other site related operational areas. RRM will refine the site plans once based on City
direction. RRM will prepare a summary memorandum with graphic representation to identify site
and new building opportunities; this will consider the impacts of building code and regulatory
issues such as structural!seismic performance, building code classification~ Title
the City’s Green Building Policy, building systems, security, vehicle and pedestrian
movement/access, parking, site work, landscaping, environmental impacts, visual image,
construction and relocation phasing, and other impacts new construction may cause.
Based on the project program and site plans, the Architectural Team will develop and analyze
options for sustainable design for each site in accordance with the City of Palo Alto’s Green
RRM DesignGroup
Page 3 of 9
City of Palo Alto
Fire Stations 3 & z~ Replacement
Feasibility Study -June 23, 2004
Building Policy, and based on LEED building certification requirements. RRM has four LEED-
certified fire station projects currently underway, and has developed a clear sense of sustainable
design opportunities for this type of facility.
Upon completion of the Needs Assessment, Site Analysis, Environmental Assessment and
Sustainable Design Strategies, RRM will proceed with the building systems phase of the work.
This work will commence with the development of massing studies, site plans and preliminary
grading plans for review by the City. This work will be done by RRM during a
dialogue/exchange between RRM and City and Fire Department Design Team. We anticipate
that this process will entail three (3) rounds of discussion and revision with the City/Fire Design
Team.
Products (provide 8 copies of both draft and final):
¯Summary memorandum with graphics
o Conceptual site plans including building location, site circulation, parking, landscaped area,
top priority sustainable building options, and construction phasing
o Matrix of sustainable design techniques and elements .at each site utilizing the LEED
checklist
Building Massing that incorporates top priority Green Building Components
TASK D! ENVIRONMENTAL ASSESSMENT (CONCURRENT WITH TASK C)
Based on the project program and site arrangement studies, the Architectural Team will review,
analyze, and identify the environmental impacts of demolishing the existing fire stations and
construction of new fire stations at each site. An Initial Study Checklist will be prepared in
accordance with the California Environmental Quality Act for each site. The checklist will address
the following impact topics:
1.Aesthetics
2.Agriculture Resources
3.Air Quality
4:Biological Resources
5.Cultural Resources
6.Geology and Soils
7.Hazards and Hazardous Materials
8.Hydrology and Water Quality
9.Land Use and Planning
10.Mineral Resources
11.Noise
12.Population and Housing
RRM Design Group
Page ~. of 9
13. Public Services
14. Recreation
15. Utilities and service Systems
16. Construction/Construction Phasing
City of PaloAIto
Fire Stations 3 & 4 Replacement
Feasibility Study -June 23, 2004
Products (provide 8 copies of both draft and final):
¯initial Study Checklist
TASK E: BUILDING SYSTEMS DESCRIPTIONS, COST ESTIMATE, FINAL REPORT. AND CITY, COUNCIL
Approach
In this task RRM will prepare a building systems description for each facility with a focus on the
foundation design criteria and systems elements that are critical to the overall project costs (i.e.
generator sizing, utility upgrades, etc.). The goal of this work is to further develop engineering
criteria to be used in the preparation a cost estimate that can be the basis for financing options
including a bond measure. The final step is to present the feasibility study, design and final
proposed project budget to the City Council for approval and direction. The draft project
budget will include all known costs associated with replacement including but not limited to:
relocation costs, demolition, design fees, testing, construction, escalation, and contingencies.
RRM will verify the cost of construction using RRM’s extensive database of Northern California
fire station replacement costs.
Products (provide 8 copies of both draft and final):
Structura!, Mechanical, Electrical system descriptions including sustainable elements
selected.
¯Cost estimate based on budget amount per system or cost per square foot as appropriate.
¯Comprehensive project budget including a!l soft costs, contingencies and construction
costs, phasing costs and temporary facility costs.
¯Final Report
¯Assist City in Preparation of Council Report
,Presentation at ARB Workshop
~Presentation at City Council Hearing
TASK F: PROIECT SCHEDULE AND MEETINGS
A comprehensive project schedules will be prepared
project through implementation and occupation.
outlining the proposed timeline of the
RRM Design Group
Page 5 of 9
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study - June v~~, 2004
Product:
¯Comprehensive Project Schedule (See list below identifying meetings and attached Project
schedule).
Meetings:
TASK A: NEEDS ASSESSMENT
,Kick-off meeting with City Design Team
,Interviews with Fire Department Staff
i Meeting with City Design Team to review draft program
TASK B: SPECIAL STUDIES
I (concurrent with Task A meetings)
TASK C: SITE ANALYSIS AND MASSING
¯Meeting with City Design Team to discuss general approach
¯Meeting with City Design Team to discuss conceptual plans, sustainable design
strategies, preliminary massing
Meeting with City Design Team to discuss refined design documents
TASK D: ENVIRONMENTAL ASSESSMENT
¯Meeting with City Design Team to discuss Initial Study Checklist
TASK E: BUILDING SYSTEMS DESCRIPTIONS, COST ESTIMATE, FINAL REPORT, AND CITY
COUNCIL
Meeting with City Design team to discuss general engineering approach and cost
estimate
¯Meeting with City Design Team to review draft report
¯Meeting with City Design.Team to review final repor~ and prepare for presentations
¯Presentation at ARB Study Session
,Presentation at City Council Meeting
RRM Design Group
Page 6 of 9
,FEE SUMMARY
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study - June 23, 2004
Tas k
TASK A: NEEDS ASSESSMENT
TASK B: SPECIAL STUDIES
TASK C: SITE ANALYSIS AND MASSING
TASK D: ENVIRONMENTAL ASSESSMENT
TASK E: BUILDING SYSTEMS DESCR., COSY ESTIMATE, FINAL REPORT, COUNCIL
TASK F: PROJECT SCHEDULE AND MEETINGS
SUBTOTAL
REIMBURSABLES
TOTAL
Basic Services
$ 9,1 60
$ 1 8,920
$ 24,1 00
$ 4,960
$ ] 8,420
$ 11,]26
$ 86,686
$ 4,21 4
$ 90,900
Reimbursable Budget
RRM recommends that the City budget approximately 5% of the
($4,2] 4) for reimbursable expenses.
professional services fee
Services Not/nciuded
The following services are not included in the above fee proposal orscope of work. Many of
them are available upon request.
Other environmental studies (biological, arborist, traffic, etc.)
Design, Specification and/or purchasing of furnishings and specialty equipment such as
head-in phone equipment, data servers and similar Owner purchased items.
Surveying or topographic map
Utility investigation beyond service capability
Destructive testing of existing facility
Meetings not specifically listed above
Engineered Systems beyond the system descriptions listed above.
Construction Drawings
Record drawings
Construction Management
RRM Design Group
Page 8 of 9
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study-June 23, 2004
Services and Information.Provided by the City
Assist the Consultant in scheduling and organizing meetings with the City Staff and ARB
Existing underground utility research
Prepare the final draft of the City Manager’s Report
Palo Alto Fire Stations, Seismic Evaluation Final Report prepared by Biggs Cardosa
Associates, Inc. dated December 2, 2002.
Building Management System Volume 2 - Building Data Sheets for Infrastructure prepared
Adamson dated November 8, ] 996.
Accessibility Study for City of Palo Alto prepared by Schirmer dated June 26, ] 992.
August 1998 Limited Sampling for Asbestos-Containing Materials and Lead-Based Paint
prepared by CTL Environn~e~ntal.~qervices
City As-t3uiits for Fire Stations 3 and4 sites and building facilities
City Block Book information showing approximate locations of property lines, utility mains
and easements within the City of Palo Alto
City’s Green Building Policy
Fire Department’s Preliminary, List of Improvements for Fire Stations 3 and 4
RRM Design Group
Page 9 of 9
EXHIBIT B
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study - June 23, 2004
RRM DESIGN GROUP
City of Palo Alto
Fire Stations 3 & 4
Feasibility Study
HOURLY BILLING RATES
RRM BiLLiNG RA TES (subject to modification annually in accordance with RRM’s business
plan)
Architecture."
Principal-in-Charge
Project Director
Project Manager
Architect
Designer
Executive Secretary/Administration
$140.00 - $185.00/Hr.
$120.00- $140.00/Hr.
$105.00- $120.00/Hr.
$90.00- $120.00/HR
$60.00-.$100.00/Hr.
$ 52.00 - $60.O0/Hr.
Civil Engineering."
Principal
Civil Engineer
Project Manager
Designer
$140.00 - $1 85.00!Hr.
$90.00- $145.00/Hr.
$85,00 - $120.00/Hr.
$60.00- $100.00/Hr.
Sal~ Luis Obispo ¯ Oakdale ¯ I~eald~burg , San Jua~ Capis~rano ¯ San Jose
3765 5ou~ Hi.era S~ee~, S~te 102 - S~ Lu~ Ob~po. ~ 9~01 " Phone: 805/~179~ ¯ F~x: 805/~3~609
~.~desi~com
City of Palo Alto
Fire Stations 3 & 4 Replacement
Feasibility Study- June 23, 2004
!1.RRM SUB-CONSUI,’/’ANT HOURI_ Y BILLING RATES
EARTH SYSTEMS CONSULTANTS
Word Processing/Clerical
Environmental Technician
Senior Environmental Technician
Supervising Technician
Staff EngineerlGeologist/Scientist
$50.00/Hr.
$75.00/Hr.
$86.00/Hr.
$95.00/Hr.
$100.00/Hr.
EARTH SYSTEMS CONSULTANTS - Cont.
Project Engineer/Geologist/Scientist
Senior Engineer/Geologist/Scientist
Associate Engineer/Geologist/Scientist
Principal Engineer/Geologist/Scientist
$125,00/Hr,
$135,00/Hr,
$155.00/Hr.
$200.O0/Hr.
BIGGS CARDOSA
Principal
Associate
Construction Manager
Engineering Manager
Senior Structural Representative
Project Administrator
Senior Engineer
Structural Representative
Project Engineer
S~aff Engineer
Assistant Engineer
$150,00/Hr,
~130,00/Hr,
$130,00/Hr,
$112,00/Hr,
$1.12,00/Hr,
$96.00/Hr.
$96.00/Hr.
$92,00/Hr.
$86.00/HR.
$78.00/Hr.
$70.O0!Hr.
Sa~ Luis Obispo o Oakdale ° I-Iealdsburg ; San Jua~t Capistrano ¯ Salt Jose
3765 South Higuera Street, Suite 102 o San Luis Obispo, CA 93401 o Phone: 805/543-179~- ¯ Fax! 805/543-4609
ww-w.rrmdesig-n.com
Junior Engineer
Senior Computer Drafter
Computer Drafter
Junior Computer Drafter
Secretarial Services
City of Palo Alto
Fire Stations 3 & 4 Replacemen~
Feasibility Study -June 23, 2004
$62.00/Hr.
$76.00/Hr.
566,00/Hr.
$60.O0!Hr.
$52.00/Hr.
BRUM MEL MYRICK ASSOCIATES
Principal Engineer
Project Engineer
Mechanical Designer
Plumbing Designer
Technician
CAD Operator
Secretarial
~135.00/Hr.
$110.00/Hr.
$80.O0/Hr.
$80.O0!Hr.
$55.00/Hr.
$45.00/Hr.
$40.O0!Hr.
THOMA ELECTRIC
Professional Electrical Engineer
Electrical Engineer / Designer
Electrical Design Assistant
Electrical Cost Estimator
Field Technician / Electrician
Computer Aided Design Drafter
Secretarial
$125.00/Hr.
$105.001Hr,
$75.001Hr.
$75.00/Hr,
$70.O0/Hr,
$65.00/Hr.
$55.00/Hr.
ASBESTEST (est.)
Word Processing/Clerical
Environmental Technician
$48.00- 60.O0/Hr.
$96.00-110.00/Hr.
San Luis Obispo ¯ Oakdale * Healdsburg * San 7uan Capistrano , San Jose
3765 SouLh H_ig~era SL~ee~, S~te 102 ¯ S~ Lu~ Ob~po, ~ 9~0t - Phone: 805/~3-179~ . F~: 805/~3~609
~.~desi~com
City of Paid Alto
Fire Stations 3 & 4 Replacement
Feasibility Study-June 23, 2004
Hourly rates vary a~ording to employee experience and proficiency, and may be adjusled annually to reflect current costs and
changes in employee classifications. Houriy rates for expert witness services or depositions shall be subject to a premium of 2x
the standard hourly rate. Overtime, for hourly employees if requested, snail be charged at 1.5x the standard hourly rate,
depending upon the employee wage multiplier required by law.
SUBOONSULTANT EXPENSES. The fee for subconsultants of RRM Design Group is at actual cost plus 10% to cover our
overhead and administrative expenses, Typical subconsultants may include:
Structural Engineer Irrigation Consultant Geological Consultant
Mechanical Engineer Arborist Archaeological Consultant
Electrical Engineer Soils Consultant Traffic Consultant
REIMBURSABLE EXPENSES. Clients shall reimburse RRM Design Group for incidental expenses incurred by RRM Design
Group, or any subconsultant they may hire in the interest of this Agreement, at actual cost plus 10% to cover our overhead and
administrative expenses. Reimbursable expenses include, but are not limited to reproduction, postage and handling of drawings
and documents, long distance communications, fees paid to authorities having jurisdiction over the Project, the expense of any
additionai insurance requested by the Client in excess of that normally carried by RRM Design Group or its subconsuttants, and
the following if authorized by the Client: trave! expenses for work outside of the Cl ,’-Y OF SAN LUIS OBISPO, renderings and
models, and the expense of overtime work requiring higher than regular rates. Reimbursable automobile travel mileage will be
billed at the current IRS business standard mileage rate. RRM Design Group shall provide sufficient backup documentatior~ for
the expenses incurred for the monthly invoice.
RRM DESIGN GROUP REPRODUCTIONS. Phobcopies: $.20 per copy. All other types of RRM Design Group reproductions
such as blueprinting, process camera, typesetting and printing shall be billed at the local vendor’s current rate pins 10% to cover
our overhead and administrative expenses,
San Luis Obispo ¯ Oakdale ¯ Healdsburg o San Juan Capistrano ¯ San Jose
3765 SouLl-t Higuera Sereet, Suite 102 o San Luis Obispo, C.,& 93401 ¯ Phone: 805/5434.794 ° Fax: 805/543-4_609
w-w-w.rrmdesign.com
Client#: 6295
CERTIFICATE OF
PRODUCER
Dealey, Renton & Associates
199 S Los Robles Ave Ste 540
Pasadena, CA 91101
626 844-3070
INSURED
RRM Design Group
3765 S. Higuera St., Suite 102
San Luis Obispo, CA 93401
COVERAGES
EXHIBIT C
LIABILITY INSURANCE [07106/04DATE’M"=D
THIS CERTIFICATE IS ISSUED AS A MATrER OFINFORMATION
ONLY AND CONFERS NO RIGHTSUPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOESNOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURERA: Fidelity & Guaranty Ins. Underwriter
INSURERB: Fidelity & Guaranty Ins. Co.
INSURERC: St. Paul Fire & Marine Ins. Co.
INSURER D; Liberty Insurance Underwriters Inc.
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR POLICY EFFECTWELTRTYPE OF INSURANCE POLICY NUMBER DATE (MM/DD~’Y)
A GENERAL LIABILITY BK01571071 09/23/03
X COM M ERCIAL GENERAL LIABILITY
-- ~] CLAIMS MADE [~OCCUR
GEN’L AGGREGATE LIMiTAPPLIES PER:
"~ POLICY [’----~ PRO-JECT ~ LOC
B AUTOMOBILE LIABILITY BA01571113 09/23/03
X ANY AUTO
ALL OWNED AUTOS
i SCHEDULED AUTOS
"-~ HIRED AUTOS
~-~ NON-OWNED AUTOS
GARAGE LIABILITY~ANY AUTO
EXCESS LIABILITY
----~ OCCUR [~ CLAIMS MADE
~DEDUCTIBLE
RETENTION $
C WORKER8 COMPSNSATION AND WVA2448889 06/30/04
EMPLOYERS’ LIABILITY
D OTHER Professional AEE1966780103 09/09/03
Liability
=OLICY EXPIRATIONDATE (MM/DD/yY}
09123104
09/23/04
06130105
09/09/04
LIMITS
EACH OCCURRENCE
FIRE DAMAGE (A~y one fire)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS -COMP/OP AGG
COMBINED SINGLE LIMIT(Ea accident)
BODILY INJURY(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE(Per accident)
AUTO ONLY-EAACCIDENT
OTHER THAN EAACC
AUTO ONLY:AGG
EACH OCCURRENCE
AGGREGATE
WC STATU-OTH-X TORY L M T8 I ER
E.L, EACH ACCIDENT
E.L, DISEASE - EA EMPLOYEE
E.L, DISEASE - POLICY LIMIT
$2,000,000
$1,000,000
$10,000
s2,000,000
s4,000,000
$4,000,000
$1,o00,000
$
$
$
$
$
$
$
$
$
$1,000,000
$1,000,000
$1,000~000
$2,000,000 per claim
$2,000,000 annl aggr.
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: Fire Station #3 & #4
The City of Palo Alto and the city staff are named as an additional
insured as respects general liability for claims arising from the
operations of the named insured.
CERTIFICATE HOLDER I ! AD O rrloNAL INSURED :INSURER LEI"TER:
City of Palo Alto
Office of the City Clerk
P O Box 10250
Palo Alto, CA 94303
CANCELLATION
SH OULD ANYOF 11"1E ABOVE D ESCRIBED POLICIES B E CANCELLED B EFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30___ DAYS WRITTEN
NOTICE TOTH E CERTIFICATE HOLD ER NAMED TOTHE LEFT, BUTFAJLURE TO DO SOSHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYK]ND UPON THE INSURER,ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
NLS 0 ACORD CORPORATION 1988ACORD 25-S (7/97)1 of I #$106020/M105977
EXHIBIT D
,.,.-..,r.= ="~=~r,, ,,,,..,,.., ,^’~ ,~.,~,"-,~, OF N~’N Dl,~b, q M INA I tO N SECTION 410
PROJECT:FIRE STATIONS 3 AND ~~. IM, R~VEM ......,"_,~,=,~,. ,, STUDY
CertiTication of Nondiscrimination:
.... UDOII..r~ Or Goods or ser,.,ices to u ~e City of Polo. Alto, the firm and individuals listed below
caRiQ! that they do not discriminate in employment with regards to age, race, color, retic~ion, sex,
national origin, ancestry, disabiiity, or sexual preference; that they ~re in comDiiance with all
Federal, State, and local directives and executive orders regarding nondiscrimination in
employment.
"THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Signature:
Name:
RRM Design Group
¯
M~rv Gr~th, ATA~ LEED AP - Vice President
.,.~~ R Tk rE.NAME) :
Gregory Pe~,~:~<, "gPA - Cn,e~ F~nanc~, Off,car
(PRINT OR ~PE NAME)
Note: The Cih/ of Ralo ARc, pursuant to the California Corporations Code Secdon 313 requires
two corporate "" =,~omc~., .. to execute contracts.
"The signets, re of First OCT?car* must be one of the following: Chairman of
Board; President; or Woe President.
signature of the Second Orifice.,*" must be one of the following: Secretary;
Assistant Secretary; Chief Finanda! Ofi’Tcer,’ or Assistant Treasurer.
(h- the alternative, a ,._, ~;1..d coroora~e resolution attesting ~o the signatory,
a fh ’fi,/’ ’ ’’~ ~ ~,-, ’ ’u. on,, of t~e ~nd~wdua~ sianmo in their respec:ive ~pac~ties is ac~eo~Dle)
CITY OF PALCJ ALTO 10,4~71 PAGE 1 OF 1