Loading...
HomeMy WebLinkAbout2003-02-10 City Council (3)City of Palo Alto City Manager’s Repor TO:HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:FEBRUARY 10, 2003 CMR:145:03 SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH HUNSTMAN ARCHITECTURAL GROUP IN THE AMOUNT OF $109,620 FOR DESIGN SERVICES FOR THE CIVIC CENTER INFRASTRUCTURE IMPROVEMENTS PROJECT -CAPITAL IMPROVEMENT PROJECT 10102 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Huntsman Architectural Group in the amount of $109,620 for Phase I design services related to infrastructure improvements at the Civic Center. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Huntsman Architectural Group for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $11,000.~ DISCUSSION Consultant Services Description As part of the CityWorks Infrastructure Pro~am, this project provides for replacement or retrofit of the Civic Center building ventilation systems, garage ventilation systems, boiler, building emergency generator, elevators, electrical systems and distribution wiring, life safety system, and access improvements. The consultant’s services will be phased and include a building study and report phase, and a design and implementation phase to accomplish this project. The study phase will provide an assessmeiat of the building systems and determine the optimal approach for replacement or retrofit. Based on recommendations from the study phase, design documents will be prepared. Phase I only will be awarded at this time. The final scope and fee for Phase II will be negotiated and awarded upon satisfactory completion of the study phase. CMR:145:03 Page 1 of 2 Selection Process Staff sent a request for proposals to 29 consulting firms on June 3, 2002. Firms were given 30 days to respond to the request. A pre-proposal meeting was held on June 12, 2002; four firms attended the meeting. A total of ten firms submitted proposals. Proposals ranged from $195,024 to $642,500 for all phases of the consultants’ work. A selection advisory committee consisting of staff from the Public Works Department, Facilities Management and Engineering Divisions, reviewed the proposals and four firms were invited to participate in oral interviews on August 8, 2002. The committee reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: qualifications of principals and staff, experience on similar projects, cost effectiveness for projects of this size, and understanding of the scope of work. Huntsman Architectural Group was selected. Huntsman’s fee for Phase I is one hundred nine thousand, six hundred twenty dollars ($109,620) and their preliminary fee proposal for Phase II is two hundred forty thousand dollars ($240,000) based on a construction cost of two million dollars $2,000,000. The Phase II fee will be negotiated with Huntsman upon successful completion of Phase I. RESOURCE IMPACT Funds for both phases of design for this project are available in Capital Improvement Project 10102, Civic Center Infrastructure Improvements. ENVIRONMENTAL REVIEW The project is categorically exempt from the California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS Attachment A: Contract PREPARED BY: KAREN SMITH DEPARTMENT HEAD: Manager, Facilities Maintenance & Projects GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: Assistant City Manager CMR: 145:03 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND HUNTSMAN ARCHITECTURAL GROUP FOR CONSULTING SERVICES ATTACHMENT A This Contract No. is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipa! corporation of the State of California ("CITY"), and HUNTSMAN ARCHITECTURAL GROUP, a California corporation, located at 50 California Street, San Francisco, CA 94111-4677 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and as required by the services, the preparation and delivery of one or more sets of documents, including but not limited to drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("De!iverables") (Services and De!iverables 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 in the manner set forth herein; 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 withineighty (80) calendar days after issuance of the notice to proceed for Phase i, if City elects not to proceed with Phase II or 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"~. Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager wil! have the option of extending the time schedule for any period of time. This provision wil! 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 wil! be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described in Exhibit "A". 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 approva! of CITY’s City Council, as may be required, CONSULTANT wil! be entitled to full compensation for al! 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 substantia! 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 additiona! compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and al! errors, omissions, or ambiguities in the Deliverab!es, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, wil! be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 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, wil! be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, wil! 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, wil! 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 emp!oyers 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 Keith Turner as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Skip Soskin will be assigned as the project coordinator who will represent CONSULTANT 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 approva! of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, subject to reimbursement by the City, in accordance with Exhibit "B", and give all notices which may be necessary and incident to the due and lawfu! prosecution.of the Project; 3.4.2 Keep itself fully informed of all existing and future published revisions to Federal, State of California, and !ocal 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 emp!oyees 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 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 Deliverab!es. - 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 wil! not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approva! of the city manager. 3.6 When applicable, all designs and construction drawings, specifications, reports, and related design or construction documents or any other documents under the Project shal!, if required by federa! or California law or regulation, be certified by a registered professiona! engineer licensed to practice with the State of California. 3.7 CONSULTANT will provide CITY with the number of drawings and specifications set forth in paragraph 3 of Exhibit "A". To the extent a number has not been specified in Exhibit "A", CONSULTANT will provide CITY with five (5) copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 3.8 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT wil! provide such additiona! copies and CITY will compensate CONSULTANT for its duplicating costs. 3.9 CONSULTANT will be responsible for employing or engaging al! 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 emp!oyee 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. 3.10 In the execution of the Project, CONSULTANT and its consultants, if any, wil! at all times be considered independent contractors and not agents or employees of CITY. 3.11 CONSULTANT wil! perform or obtain or cause to be performed or obtained any and all of the fol!owing Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.11.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.11.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.11.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.11.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.12 CONSULTANT will be responsible for employing al! 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 approva! wil! 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 Smith, Manager of Facilities Maintenance & Projects, 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 Chok Chokkalingam, 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 CONSULTANT in a timely manner. 5 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, CITY will pay CONSULTANT a fee not to exceed One Hundred Nine Thousand Six Hundred Twenty Dollars ($109,620). This contract covers Phase I study and assessment for the project. The parties anticipate amending the contract to expand the scope of services for Phase II, design and development. In the event, the parties cannot agree on a fee for Phase iI of the work, City wil! have the right to use the report from Phase I to contract with another consulting firm on the design development and construction administration phases. The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fee for work shall include al! consultant costs necessary for providing the services including sub-consultant costs and reimburseables. The fees of the consultants, who have direct contractual relationships with CONSULTANT, wil! be approved, in advance, by CITY. CITY reserves the right to refuse payment of such feesr if such prior approva! is not obtained by CONSULTANT. 5.1.2 City may authorize Consultant to perform Additiona!Services.The amount of compensation for such additional services shal! not exceed Eleven Thousand dollars ($Ii,000).An employee’s time will be computed at a multiple of one (i) times the emp!oyee’s direct personne! expense described below. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules wil! not become effective for purposes of this Contract, unless and unti! CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 The full pa~ent of charges for extra work or changes, or both, in the execution of the Project wil! be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or 6 change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project my 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 al! Deiiverab!es, 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 triplieate, 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 Additiona! Services pertaining to the Project wil! 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 fol!owing 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 wil! be delivered to CITY without additiona! 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 doctuments. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, emp!oyees 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 wil! 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 wil! operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in ful! 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 aiso, with the exception of workers’ compensation, employer’s liability and professiona! liability insurance, naming CITY as an additiona! insured concerning CONSULTANT’s performance under this Contract. 9.2 Al! insurance coverage required 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 in the State of California. Any and all consultants of CONSULTANT retained £o perform Services under this Contract will obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, wil! be filed with CITY concurrently with the execution of this Contract. The certificates wil! be subject to the approva! of CITY’s risk manager and wil! contain an endorsement stating that the insurance is primary coverage and wil! 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 professiona! liability insurance. Current certificates of such insurance wil! 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 wil! not be construed to limit CONSULTANT’s liability hereunder nor to fulfil! the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the ful! and tota! 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.! 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 emp!oyer 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. SECTION ii. TERMINATION OR SUSPENSION OF CONTRACT OR PROJECT Ii.I The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contractr 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 wil! immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantia! 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 wil! be compensated for the Basic Services and Additiona! 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 wil! be subject to renegotiation and, if necessary, approval of CITY’s City Counci!. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY wil! 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 her 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 wil! 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 tota! fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the ful! 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 items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and al! copies of the Deliverab!es, whether or not completed, prepared by CONSULTANT !0 or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 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, will 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 wil! 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 wil! 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 mai!, addressed as fol!ows: 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 wil! 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, in the performance of this Contract, it wil! not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or wil! have any financia! interest under this Contract is an officer or employee of CITY; this provision wil! be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the emp!oyment of persons under this Contract because of the age, race, color, nationa! origin, ancestry, religion, disability, sexual preference or gender of such person, if the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet al! requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in emp!oyment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers wil! contain a provision substantially as fol!ows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with al! Federa! and State of California laws covering nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the employment of any person under this contract because of the age, race, color, nationa! origin, ancestry, religion, disability, sexua! preference or gender 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 wil! have the power to cance! 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 Emp!oyment Practices Commission or the equivalent federal agency or officer wil! 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 federa! 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 12 public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT wil! comply with or ensure by its advice that compliance with such provisions wil! 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 shall be subject to 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 tria! 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 al! 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, wil! be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract wil! 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 ful! 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 Cont_acu 13 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but al! 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 fisca! 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 preqedence 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 PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Director of A6ministrative Services Director of Public Works Risk Manager Attachments: Mayor HUNTSMAN ARCHITECTURAL GROUP Title: Taxpayer Identification No. (Compliance with Corp. Code ~ 313 is required if the enzizy on whose behalf this conzract is signed is a corporation. in the alternative, a certified corporate resolution attesting to zhe signatory authority of the individuals signing in their respective capacities is acceptable) 14 EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM. 15 (Civil Code ~ 1189) STATE OF ~ ~@~) ) ss. COUNTY OF ~ ’~,~,[~ ) On , 2003, before me, the undersigned, a Notary Public in and for said County and State, personally appeared ~t~ /~7~/’-/4",~ , 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 officia! seal. 16 CERTIFICATE OF ACKNOWLEDG~ (Civil Code § 1189) On ~, 2003, before me, the undersigned, a Notary Public in and for said County and State, personally appeared -~JJ~ !/OIb~{~ , 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 officia! seal. of No.ary Public 17 EXI41BIT A: SCOPE OF PROJECT AND TIME SCHEDULE CMC CENTER INFRASTRUCTURE PROJECT: C~ 10102 1. INTRODUCTION The City of Palo Alto is upgrading the Civic Center building, located at 250 Hamilton Ave, Palo Alto, CA. The scope of work includes replacement or retrofit of the building ventilation systems, garage ventilation systems, boiler, building emergency generator, elevators, electrical systems and distribution wiring, life safety system, and Americans with Disabilities Act (ADA) improvements (as triggered by Title 24 provisions required by the aforementioned upgrades). The project may also include installation of energy saving systems/features. The Consultant’s services shall be phased and shall include a building study and report phase (Phase I), and a design and implementation phase (Phase 11) to accomplish the above project. This agreement covers design services for Phase I only. It is anticipated that Phase II services will be negotiated by the parties upon satisfactory completion of Phase I. The cooling tower, chiller, mezzanine fan coil units and a small emergencY generator were installed within the last 8 years and need not be replaced. Recent retrofit work to the office¯nd r 3rd 4th 5th 8thfmishes was completed on the mezzanme level, 2 too, floor, floor, floor, and the floors. Electrical upgrades to the 2nd floor computer room and Level "A" Communications Center will be completed in 2002¯ All building lighting has been recently upgraded for energy efficiency. ConsuRant shall understand how the past work fits in with the new, and integrate systems where efficiency, cost reductions, and maintenance savings can be achieved. 2.SCOPE OF SERVICES A.Building Study and Report Phase The Civic Center office building will remain occupied during construction. The Consultant shall perform a survey of the building’s electrical, mechanical and elevator systems outlined above, and develop a report describing the feasibility of retrofitting the systems while operating the occupied facility. The study shall include strategies and alternatives to replace or retrofit the existing systems. The analysis and resulting recommendations shall take in to account both feasibility and economics. The study phase shall also identify Title 24 required upgrades. The Consultant shall work with the Facilities Management Division to develop the survey strategy, identify each mechanical, electrical and elevator component from existing construction drawings, and evaluate the condition and required upgrades to each of the systems. Consultant shall recommend equipment changes and methodologies in change-out while accommodating existing occupants. Phasing and relocation alternatives, rebuilding the systems on a "fast-track" basis, and other alternatives proposed by consultant shall be considered during this phase to accomplish the work with the least cost and/or minimum disruption to the occupants. Consultant shall place economic values on business disruption, leasing short-term space, and other incidental factors in evaluating and preparing an engineering economic analysis for retrofit/replacement of building systems. 1. Site Assessment e Consultant shall review and evaluate all available plans, specifications, and calculations for existing equipment and shall determine the procedure for acquiring any necessary additional information. Consultant, with prior permission from the City’s Project Manager, will be allowed to remove and then replace existing construction or to install access hatches in order to investigate inaccessible areas. 2. Equipment Evaluation ,Consultant shall perform existing equipment evaluations to latest adopted standards and codes. Consultant shall list and categorize all deficient/required replacement equipment and components. 3. Economic Analysis and Feasibility Study Consultant shall determine all practical mechanical and electrical retrofit options for each major piece of equipment requiring replacement. , Consultant shall review the retrofits in light of keeping existing occupants in the building or moving them out to adjacent leased buildings. Such costs shall include moving costs, temporary furniture and equipment, and business interruptions. Consultant shall prepare preliminary construction cost estimates for each of the retrofit options. 4. Report o Consultant shall prepare and deliver 5 copies of the draft report summarizing the findings from the study. Upon City review and comments on the draft report, consultant shall make necessary revisions and then prepare and deliver 5 copies of the final report to the City. Detailed tasks and schedule for this phase of work are listed under "Palo Alto Civic Center l_nfrastrucmre Building Study and Report Phase Schedule" attached. Consultant shall present the study with alternates to Public Works staff, the City’s Executive Staff, and City Council as part of the City’s decision process. At the completion of the building study and report phase, upon review and discussion of the recommendations and alternates, the final scope of the project shall be determined. Once the final scope is determined, the schedule and fee for Phase II will be negotiated with the consultant and the next phase of the project shall commence. Should the City and the Consultant be unable to reach agreement on the scope or the fee, or for any other reason, the City reserves the right not to award Phase 11 of the work to the Consultant. Architectural services will include work related to Title 24 work and other ancillary architectural work triggered by the mechanical, electrical, plumbing, structural and elevator upgrades. The Consultant shall provide coordination and direction of the work of the design team, the gathering of information, and the coordination and completion of the study report. The Consultant shall provide coordination between the design team, the City’s project team, and the building and planning officials of the City of Palo Alto. Following are the assumptions for the architectural scope. There is architectural work only as it relates to the support of the infrastructure upgrade work. Anticipated areas include a possible electrical panel room and a generator room. There may be some other areas related to electrical equipment or mechanical equipment, but nothing is certain at this time. There may be some ceiling and light fixture selection. There may be some treatment of penetrations of floors and walls for structural work. There will be no architectural work related to Title 24 work except as triggered by the infrastructure upgrade. Architectural work related to the site search, lease negotiations, programming, space planning, construction drawings and specifications and construction administration for a swing space is not included. There is to be no architectural cosmetic work. Other than noted above, there are no plans to do any remodeling, additions or alterations to the building. There is no work related to a restack of the building or space planning for any of the existing departments of the building. There is no work in the 911-call center, or the second floor computer room. F0!!owing are the assumptions for the scope of mechanical, electrical and plumbing. Communications system design is not included. ~Lighting design services for public areas and exterior areas are not included. ~Special systems - telephone, data, audio-visual, cable television, etc. are nrt included. Consulting and investigation of electric service and discussions about transformer switchgear service sizing with the electric utility company will be included. o Consulting and investigation of existing natural gas service with the utility company will be provided. o Design of landscape irrigation and all civil engineering is not included. In addition to that noted above, the scope of work for the elevator consultant includes a computerized system analysis outlining elevator performance for each scheme studied. The scope of work for the construction management and cost consultant during the study phase will be to prepare budgets for the different alternatives developed by the design team. 4. PROJECT ADMINISTRATION Karen Smith, Manager of Facilities Maintenance and Projects, will be the City’s Project Manager, and Chok Chokkalingam, Engineer, will assist her throughout the project unless directed otherwise by the City. All questions, correspondence and invoices will be addressed to the Project Manager at (650) 496-6973. Fax number is (650) 496-6958. All correspondence shall be addressed to the City of Palo Alto, Facilities Management Division, P.O. Box 10250, Palo Alto, CA, 94303. 5. TIME SCHEDULE The Consultant shall complete all Phase I services within 100 calendar days after issuance of notice to proceed. Phase 1 Huntsman Architectural Group PALO ALTO CiViC CENTER INFRASTRUCTURE BUILDING STUDY AND REPORT PHASE SCHEDULE NUM DURATION 1 One day 3 TASK Initial Project Kickoff Meeting with the City of Palo Alto Examine the Existing Conditions Documentation Conduct Initial Site Visit REMARKS Meet with the City to reaffirm the project scope and schedule. Determine milestone dates. Recei~)e CD from the City documenting existing conditions of the original construction. Go through the City’s drawing archive to determine which drawings we would like to have reproduced to further document the recent changes. Review the drawings and the CD from the City. Note: the City may be able to give us the CD and the prints before the initial meeting, during the contract negotiation time, so we can gain this time before the project actually starts. First visit to the site to determine the condition of the existing mechanical, electrical, plumbing and elevator systems. Week 1 Week 2 and 3 ATTENDING Architect Mechanical Electrical Plumbing Elevator Structural Architect Mechanical Electrical Plumbing Elevator Stmctural Architect Mechanical Electrical Plumbing Elevator Structural Cost - * - -~-~ ~i~.~.~ -~-~-~*~" ...................................................................................."l~’~:;j;~’~’~ b e r Date Page ’ ¯fade 02062 O0 10 10 02 6 of 11Palo A to C vic Center in~rastructure upg - " ".................................................................................................................................................................. Huntsman Architectural Group Huntsman Architectural Group 4 Team Meeting Meeting with the C~ty Meeting with the Bu, ilding Department Convey Answers to the Team Conduct follow- up site visit Meeting with the entire design team to review findings of the initial site visit. Compile a list of new questions generated by the team as a result of the initial site visit. These will be questions related to scope of work. A second list of questions will also be generated for review with the Building Department. Review information to determine where structural and Title 24 issues will be involved. Meet with the City to review the new list of questions and get the responses from the City. Meet with the Building Department to discuss issues related to existing conditions which are not in compliance with current code requirements, and how this may impact the new work. Send and e-mail to let the design team know what new information came out of the meeting with the City, and the answers to the second round of questions. Follow up site visits by mechanical, electrical, plumbing and elevator engineers with the new information in hand. Site visits by structural and architectural for Title 24. Week 3. Week 3. Meet with the City the same week as the team meeting. Week 3. Ideally, this meeting is the same day as the meeting with the City #5. Week 4. It wil! take the City one week to respond to all the new questions. Week 5. Conduct the second round of site visits. Architect Mechanical Electrical Plumbing Elevator Structural Cost Architect Mechanical Electrical Architect Mechanical Electrical Architect Architect Mechanical Electrical Plumbing Elevator Structural Cost Project Name -, -02062 00 10 10 02 7 o{ 11Pa o A to C v c Center Infrastructure upgraae - .................................................................................................................................................................. "}~untsman Architectural Group Huntsman Archtectura Group 9 Team meeting 10 A second meeting with the entire team to review second round of findings at the site, discuss any new questions, and begin to discuss possible alternatives. Meeting with Building Department Meeting With the City :~eview City Meeting with Team Meet with Building Department to discuss Title 24 issues and establish the extent of the Title 24 work that will be required by the City. A meeting with the City to discuss preliminary alternatives and begin to compile the preliminary report. Initial cost information included in the )reliminary report. Meeting with the C~ty Team Meeting Meet with the design team to discuss the City’s responses to the preliminary report. Team to refine the report based on these responses. The final product will be the draft report. More detailed cost information added to the report. Meet with the City to go over the draft report, with alternatives and cost information. Meeting with design team to finalize the report. Final alternatives, cost information, and direction for the design phase to be included. Week 6. It will take week to compile all the new in format and star define altemati for discuss~ with the design_t Week 6 Week / It will tak~ a week tc add the Bull g Department requirements into the report. Week ’- It will tak~ two weeks to compik the draft report. Week 9. Week 10. ¯ \rchitect vlechanica! Electrical Plumbing Elevator Structural Cost ~,rchitect Mechahical Electrical Architect ¢lechanical Electrical Cost .Architect Mechanical Electrical Plumbing Elevator Structural Cost Architect Mechanical Electrical ..Architect Vlechanical Electrical Plumbing Elevator Structura! Cost ""~’~iect Na e ,,02062 00 ~o.lo.o2 8 of 1 1 } o Civic Center Infrastructure upgrac~e ....A t ...............................ral Grou...................................................................................................................................Huntsman Architectu P Huntsmen Architectural Group 15 Meeting with the C~ty 16 Meet with City Council Present the final version of the report to the City prior to presenting it to the city Council, so the City is aware of the contents, scope, schedule and costs. Present the final report to the City Council and argue for its approval by the council. Week 11. It will take one week to compile the final report. Next Scheduled Council Meeting. Approximatel y week 13. Architect Mechanical Electrical Cost Architect Mechanical Electrical Cost ..................................................................................................Project Number Date ~ago~ 11Project Name Pa o A to C vic Center nfrastructure Upgrade 02062.00 10.10.02 .................................................................................................................................................................. Huntsman Architectural Group EXHIBIT B: FEE SCHEDULE Basic Services The fee for Phase I of this work shall include all Consultant costs necessary for providing the desired services including sub-consultant costs, re-imbursables, meetings, and report generation. Re-imbursables shall include travel, document reproduction costs, mailing and courier services. Travel shall be reimbursed at the City’s current standard rate. Phase I: Consultant shall provide all basic services for a not-to-exceed fee of one hundred nine thousand six hundred twenty dollars ($109,620). Mechanical, Electrical, Energy, Life Safety, Garage Ventilation Systems Analysis Architectural Coordination (Time and materials not-to-exceed) ADA/T24 Survey (Time and materials not-to-exceed) Structural Engineering Elevator Consulting Cost Estimating/Construction Mgmt Consulting ¯ Re-imbursables (at-cost, not-to-exceed) Total Phase I $57,750 $14;500 $5,000 $9,500 $4,200 $14,670 $4,000 $109,620 Additional Services: Consultant shall be paid on a time and material basis according to the standard fee schedule rates attached, should any work be requested by the City which falls outside the basic services of this project. All additional services work must be authorized in advance in writing by the City’s Project Manager prior to accomplishment of the work. Additional Services $11,000 50 California Street i San Francisco California ~ Facsimile 415.394.1222 Seventh Floor 94111- 4677 Billing Rates, As Per January 01, 2003 Billing Rate Table Clerical $80,00 www.huntsmanag.com 415.394.1212 Drafter $75.00 - $85.00 James Reid $ 75.00 Senior Drafter/Job Captain $95.00 - $115.00 Krista Olson $ 115.00 Space Planner/Designer $95.00 - $130.00 Project Architect Pam Robinson $ 147.00 Project Manager Skip Soskin $ 147.00 Principal In Charge Keith Turner $ 147.00