Loading...
HomeMy WebLinkAbout2003-07-28 City Council (10)TO: FROM: City of Palo Alto City Manager’s Report CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: JULY 28, 2003 CMR:351:03 APPROVAL OF AMENDMENT NO. ONE TO EXISTING CONTRACT NO. C2131552 WITH BLYMYER ENGINEERS, INC~ IN THE AMOUNT O~ $18,000 FOR ADDITIONAL WORK RELATED TO THE DESIGN OF AN INTEGRATED FUELING FACILITY AT THE MUNICIPAL SERVICES CENTER RECON2VIENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract amendment with Blymyer Engineers, Inc. (C2131552): To cover additional but unforeseen costs related to the design of the Integrated Fueling Facility at the Municipal Services Center $18,000). BACKGROUND In July 2001, the City Council approved a contract for design services in the amount of $148,900 for the design of a new Integrated Fueling Facility at the Municipal Services Center (MSC). The scope of work included the design of an entirely new automotive fueling facility, including new underground storage tanks; dispensing equipment, and all associated piping, electrical systems, and leak monitoring systems. The completed facility will include provisions for the storage and dispensing of unleaded gasoline, diesel, compressed natural gas (CNG), propane, and an alternative liquid fuel, such as synthetic diesel ("biodiesel") or ethanol. This new facility will replace an existing, 35-year old facility that is well beyond the end of its useful life. The scope of work also includes the design of a new, publicly accessible CNG fueling.facility, which will also be located at the MSC. DISCUSSION Now that the design phase is nearly complete, it is evident that additional, unforeseen work will be required to complete the design review and permitting processes. This effort was not included in the original scope of work. Much of the additional cost is related to changes in the design required as a result of the design review and permitting processes conducted by the City’s Architectural Review Board and Planning Department. CMR:351:03 Page 1 of 3 Consultant Services Description The following additional services are included in this contract amendment: Perform a complete redesign of the public fueling facility, to minimize the impact to the adjacent parking lot and.bike lane, which is part of the San Francisco Bay Trail System. The original design concept proposed by staff was chosen in an effort to minimize cost, but inadvertently created a conflict with adjacent facilities. Perform a partial redesign of the facility’s electrical system and 12kV transformer installation. It was originally thought that the existing MSC electrical system would be adequate to support the fueling facility; however, during the design process, it was determined that this was not the case. ¯Assist City staff with completing the architectural review and other permitting processes. Staff has negotiated the cost of these services with the consultant and has limited the scope of work for additional services to what is essential. RESOURCE IMPACT Funds for this contract were appropriated in the FY 1999-00 Equipment Replacement Fund Capital Improvement Program and F¥ 1999-00 Gas Fund Capital Improvement Program. POLICY IMPLICATIONS This project furthers Policy N-21 and N-25 of the Comprehensive Plan. ENVIRONMENTAL REVIEW The design review process includes an environmental review component. The Planning Department has determined that the environmental review can be completed at staff level, and so a more detailed environmental assessment (EA), or Environmental Impact Report (EIR) will not be required. ATTACHMENTS Attachment A:CMR:299:01 Attachment B:Contract Amendment No. One Attachment C:Letter from Blymyer Engineers dated July 18, 2003 PREPARED BY: KEITH LAHAIE Fleet Manager CMR:351:03 Page 2 of 3 DEPARTMENT HEAD: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Public Works Assistant City Manager CMR:351:03 Page 3 of 3 TO: FROM: DATE: ATTACHMENT A City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS AND UTILITIES JULY 16, 2001 CMSR:299:01 5 SUBJECT:AWARD OF A CONTRACT TO BLYMYER ENGINEERS, INC. IN THE AMOUNT OF $148,900 FOR THE DESIGN OF AN INTEGRATED FUELING FACILITY AND PUBLIC COMPRESSED NATURAL GAS FUELING DISPENSER AT THE MUNICIPAL SERVICES CENTER RECOMMENDATION Staffrecommends that Council: Approve and authorize the Mayor to execute the attached contract with Blymyer Engineers, Inc., in the amount of $148,900 for the design of a new Integrated Fueling Facility and Public CNG Fueling Dispenser at the MSC. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Blymyer Engineers, Inc. for related, additional but unforeseen work that may develop during the design of the new Integrated Fueling Facility and Public CNG Fueling Dispenser at the MSC, the total value of which shall not exceed $20,000. DISCUSSION Consultant Services Description The work to be performed under this contract is to: ¯ Plan and design an entirely new conventional (liquid) fueling facility, including new underground storage tanks, dispensing equipment, and all associated piping, electrical systems, and leak monitoring systems. The design will include provisions for the storage and dispensing of unleaded gasoline, diesel, propane, and an alternative liquid fuel, such as synthetic diesel ("biodiesel") or ethanol. Plan and design upgrades to the existing CNG fueling facility, which will include a second compressor, additional fuel storage, a new electronic control system, and all associated plumbing, valves and electrical systems. CMR:299:01 Page 1 of 4 Plan and design a publicly accessible CNG fuel dispensing system. Completion of this portion of the project is contingent on receiving the approved grant funding from the Valley Transportation Authority (VTA) in the amount of $300,000. The City’s grant application will be funded sometime in August 2001. Selection Process Staff sent a request for proposals (RFP) to 17 engineering and design firms on December 14, 2000. Firms were given 52 days to respond to the request. A mandatory pre-proposal meeting was held on January 10, 2001. Six firms attended the meeting. A total of two engineering ftmas submitted proposals: Blymyer Engineers, and Fred Fielder and Associates. The cost of both proposals is shown below: Firm Blymyer Engineers Fred Fiedler and Associates Base Scope of Work $149,316 $110,400 Optional Scope of Work* $56,O36 $45,900 *Items such as construction management, technical support, and assistance with preparing ARB and EIR documentation. Prior to consultant selection, both firms were given an opportunity, to revise their proposed scope of work and fee schedules because of a change in project requirements. The original RFP included design services for a backup power generation system, which was to be expanded to provide backup power for the entire MSC. During the RFP process, it became apparent that this component would not be necessary, so it was removed from the project requirements. The revised costs are shown below: Firm Blymyer Engineers Fred Fiedler and Associates Base Scope of Work $117,750 $77,6OO Optional Scope of Work $56,036 $45,9OO A selection advisory committee consisting of staff from Public Works Equipment Management and Utilities Water-Gas-Wastewater Engineering reviewed the proposals. The two firms were invited to participate in oral interviews on March 21, 2001. The committee carefully reviewed each firrn’s qualifications and submittal in response to the RFP, relative to the following criteria experience designing both conventional and CNG fleet fueling facilities, and knowledge of local environmental regulations pertaining to this project. Blymyer Engineers was selected because of its extensive experience designing conventional and CNG fleet fueling facilities, its understanding of the project and project approach. In addition, Blymyer was willing to provide additional information regarding previously completed projects, and a detailed breakdown of estimated project costs. Fred CMR:299:01 Page 2 of 4 Fiedler and Associates was unwilling to provide the information staff requested, and would not submit a breakdown of project costs. After the committee had selected -Blymyer, - staff -met with representatives from the firm on April 27, 2001, to negotiate the final conti:act price. At that time, staff requested an additional proposal for the design of the publicly accessible CNG dispenser system. The publicly accessible CNG dispenser will be integrated with the overall project, but designed as a separate project element. The public dispenser will be subject to a more stringent environmental and architectural review process than will the rest of the project and may be constructed separately. At the time the original RFP was issued, it was not certain whether grant funding would be available to cover the cost of the public dispenser, so it was not included in the original project requirements. Purchasing staff determined that it would be acceptable for Blymyer to submit the additional proposal during the negotiation process. The cost for the work to design the public dispenser is $21,000. The final contract price of $148,900 includes the cost for the base scope of work, the design of the publicly accessible dispenser, construction management services, preparation of an environmental assessment, and the preparation of documents for. Architectural Review Board review. A contingency of $20,000 (13%) is being requested due to the fact that the environmental impact of this project is undetermined and could be significant enough to require an Environmental Impact Report (EIR). RESOURCE IMPACT Funds for this contract were appropriated in the FY 1999-00 Equipment Replacement Fund CIP, and F¥ 1999-00 Gas Fund CIP. POLICY IMPLICATIONS This project furthers Policy N-21 and N-25 of the Comprehensive Plan. ENVIRONMENTAL REVIEW As part of the contract, the Consultant. will prepare an environmental assessment (EA) under the California Environmental Quality Act (CEQA), which must be approved by the appropriate City agencies before construction begins. TIMELINE Design work shall begin mid-August 2001 and end January 31, 2002. shows the project timeline. Attachment B ATTACHMENTS Attachment A: Contract Attachment B: Scope of Work CMR:299:01 Page 3 of 4 Attachment C: Fee Schedule PREPARED BY:Keith LaHaie, Fleet Manager Greg Scoby, Senior Engineer, Utilities DEPARTMENT HEAD: GLENN S. ROBERTS Director of Public Works DEPARTMENT HEAD: CITY MANAGER APPROVAL: FRANK BENEST City Manager CMR:299:01 Page 4 of 4 ATTACHMENT A CONTRACT NO. BETWEEN THECITY OF PALO ALTO AND BLYMYER ENGINEERS, INC. FOR CONSULTING SERVICES This Contract No. is entered, into on , by and between the CITY OF PALO ALTO~ a chartered city and a municipal corporation of the State of California (~CITY"), and BLYMYER ENGINEERS, INC., a California Corporation located at 1829 Clement Avenue,Alameda,CA 93501 (~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=) and the provision of Construction Management Assessment support and Environment Architectura! Review Board SupporZ Services (Services and Deliverables are, collectively, the "Project"), as ~ more fully described in Exhibit ~’; 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.! This Contract will commence on the date of its execution by CITY, and will terminate upon the completion Of the construction project, 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 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. // 010710 sm 0052767 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The .scope of Services and Deliverables constituting the Project will be performed, deliyered or executed by CONSULTANT under the ~phases of the Basic Services as described below. 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 C±ty 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 in 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 De!iverables are required) are distributed by CITY, will 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, will 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, 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, 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 Additiona! Services, or both, wil! contribute minor or substantia! benefit to the construction work. /! 0 ! 0710 sm 0052767 2 SECTION 3. .CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents ~and warrants that ft has the expertise and professiona!, 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 Californ±a, 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 al! 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 Tom Mitchell, P.E. as the project director to have supervisory responsibility -for the performance, progress, and .... execution of the Project. Bjorn Enstrom 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 approval 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, and give al! notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of al! 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 010710 sm 0052767 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 Deliverableso 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 the number set forth in Exhibit ~A". 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide ~such additional copies and CI~TY 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 outthe" provisions of this Contract or appears to be incompetent orto act ih a disorderly or improper manner, the employeeor 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 fol!owing Additional 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 Attending more than the six public agency meetings required as part of 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 010710 sm 0052767 4 3.10.4 ~Other Additional Services not included as Basic Services in Exhibit ~A" to this Contract. 3~.Ii CONSULTANT wil! 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 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 approva! task. CITY’s f~ilure 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. Keith LaHaie, Fleet Manager, Department of Public Works 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 Greg Scoby, Senior Engineer, Water-Gas-Wastewater, Utilities Department. 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. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work:~ 5.1.1 ~!n consideration of the full performance of the Basic Services, CITY will pay CONSULTANT a lump sum fee of One Hundred Forty Eight Thousand Nine Hundred Dollars ($148,900). This sum shall constitute ful! payment for all services and expenses provided and expenses necessary for CONSULTANT to provide the Basic Services. 010710 sm 0052767 5.1.2 The cost of the Additional Services shall be agreed~to by CITY and CONSULTANT prior to CONSULTANT commencing performance of such Additional Services. The CITY’s Project Manager can authorize Additional Services up to the total sum of Twenty Thousand- ~ollars ($20,000). Al! other- Additional Services mustbe authorized by City Manager. 5.2 The schedule of payments will be as follows: 5.2 .I.For the Basic Services: i.¯Items I, 2 & 3 from Table 1 and Item 1 from Table 2 of Exhibit "B" - CITY will pay CONSULTANT Thirteen Thousand Four Hundred One Dollars ($13}401) on August 15, 2001, Thirteen Thousand Four Hundred One Dollars ($13,401) ~on September 30, Twenty Six Thousand Eight Hundred Two ($26,802) on October 31, November 30 and December 31, 2001 and Forty One Thousand Six Hundred Ninety Two ($41,692) on January 31, 2002. This schedule presumes that al! of these services will commence on August 15, 2.001 and be completed on January 31, 2002 and is designed to compensate CONSULTANT in six progress payments, less a ten percent (10%) retention to be paid with the sixth payment. This schedule will be adjusted as appropriate if the commencement or completion of these services is delayed or accelerated. .... " 2. Items 2 on Tables 1 and 2 of Exhibit ~B" CITY wil! make progress payments to CONSULTANT at the same time and in the same relative percentages that the CITY pays the construction contractor. 5.2.2 Payment for 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. OWNERSHIP OF RECORDS 6.1 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 with.out additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates,specifications,and any other documents prepared 010710 sm 0052767 6 hereunder by CONSULTANT, but. CONSULTANT disclaims any responsibility or ~!iability. 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 o~ 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 will 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 CONSULTANT, 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 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 010710 sm 0052767 7 CONSULTANT retained to perform Services under this Contract wil! 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, 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 wil! 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 I!.TERMINATION OR SUSPENSION OF CONTRACT OR Ii.I The city manager may suspend the execution of the Project, in whole or in part, or terminate ~his 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. 010710 sm 0052767 8 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days prior wrftten 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. 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 tota! 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 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 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 property of CITY. 010710 sm 0052767 9. 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 orinterest 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 approva! 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 writiog, 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, in the performance of this Contract, it will not emp!oy, contractors or persons having such an interest mentioned above.. CONSULTANT certifies that no one who has or wil! 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. 0107 I0 sm 0052767 I 0 SECTION15. NONDISCRIMINATION 15..1 As set forth in the Palo Alto Municipal Code, no discrimination wil! be made in the employment of Persons under this Contract because of the age, race, co!or, national 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 all requirements of the Palo Alto Municipa! Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY-and set forth in Exhibit ~’. 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 Federa! and State of California laws covering nondiscrimination in employment;and that [Name of Provider] wil!not discriminate in the employment of any person under £his contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 1.5.3 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 wil! 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 ewidence 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 disabled persons, and relating to facilities for disabled persons. CONSULTANT ~ill 010710 sm 0052767 1 1 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 ofthis Contract may recover its reasonable costs and attorneys’fees expended in connection with that action. 16.6 This documen~ 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 wil! 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 thegeto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 Al! exhibits referred to in this Contmact 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 t~is Contract and wil! be deemed to be a part of this Contract. 010710 sra 0052767.12 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 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 precedence in the~ event of a conflict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // // // // // // // // // // // 010710 sm 0052767 13 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: City Attorney APPROVED: Assistant City Manager Mayor BLYMYER ENGINEERS, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. Director of Administrative Services Public Works Director Insurance Review (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "[/’ : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010710 sm 0052767 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) -STATE OF _) ) SS. COUNTY OF ) On -, 2001, before me, the undersigned, a Notary Public in and for said County andState, personally appeared , 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. ....Signature of Notary Public 010710 sm 0052767 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF )) ) On , 2001, before me, the undersigned, a Notary Public in and for said County and State, personally appeared ", 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 s~me 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 010710 sm 0052767 1 6 Exhibit "A" CONTRACT C131552 SCOPE OF SERVICES PART I DESIGN AND ENGINEERING OF THE INTEGRATED FUELING FACILITY The complete scope of services to be furnished under this contract is summarized here as follows: The scope of design and engineering Services to be provided will include the following core tasks: Performing a Pre-design Data/Site Usage Review, an Initial Study, Preliminary Design, Final Design, and~Bid Document Preparation. In addition, the following supplemental services will be provided: Construction Management, Environmental Assessment Support and Architectural Review Board (ARB) Support. ¯These eight (8) items will comprise the Scope of Work (SOW) for the design of the Integrated Fueling Facility. This SOW is described in more detail below. Scope of Work Pre-design Data/Site Usage Review - Perform .an initial site visit to become familiar with the existing fueling facilities, meet with City. staff to discuss overall project tasks and scheduling. Review the available documentation and specifications for the existing compressed natural gas (CNG) fueling system, fuel management system and vapor recovery system that will be retained and incorporated into the new fueling facility. Initial Study - Perform necessary-studies and review available data to develop schematic designs for the new conventional fueling system, the new CNG fueling system, fuel island location and dispenser layout, and the propane storage and dispensing area. The locations of the new underground storage tanks (UST), fuel island(s), and CNG facility will be identified. As part of this study; a condition assessment will be made on the existing CNG programmabl~ logic control (PLC) system to diagnose the reported problem with CNG delivery system. Specific recommendations to remedy any problems identified will be provided. Assumptions. and applicable codes that will be incorporated into the design will be identified. A conceptual cost estimate will be prepared. Contract C131552 - Scope of Services - Page 1 of 9 Co Deliverables under this task will comprise a 30% complete design submittal. Preliminary Design - Results and designs from the Initial Study will be expanded. A demolition plan will be developed for the existing facility. The fueling equipment will be sized, and. specific, equipment will be identified for both the conventional and CNG fueling facilities. Locations for all equipment will be finalized. Necessary. control systems for the CNG fuel system will be identified and detailed. bo Co Draft specifications will be developed during this phase for all major equipment components. Deliverables under this task will comprise a 60% complete design submittal. Final Design - During this phase the design of the conventional and CNG fueling systems developed during the preliminary design phase will be fully developed. Detailed engineering plans and specifications will be prepared to meet the design parameters identified in the RFP for the conventional, CNG and propane fueling systems. DeliVerables under this }ask will comprise a 90% complete design submittal. Bid Document Preparation - Under this task, project drawings and specifications developed during the final design will be modified to incorporate final comments from the 90 percent submittal. The final drawings will be submitted in the City’s standard format and size requirements. All drawings will be stamped by a professional engineer registered in California. A fmal project specification book will be completed during this task. A final engineer’s construction cost estimate will be prepared. The bid summary sheet and project specifications will include construction of the facility and separate bid item for a maintenance agreement to perform operation and maintenance of the system for a minimum of three (3) years. bo Deliverables under this task will comprise a 100% complete (bid set) design submittal. Construction Management Services - Under this task, Blymyer will provide engineering support services during bidding and contract award. Services are anticipated to include responding to bidder questions during the construction Contract C 131552 - Scope of Services -Page 2 of 9 o o bidding phase of the project, assisting city staff in reviewing bids received, assisting the City’s project manager in conducting a pre-constmction meeting, and preparing necessary addenda to the plans and specifications as a result of changes to the final design and/or specifications~ Environmental Assessment Support - Assist City staff in completing an Initial Study and preparing a Negative Declaration for compliance with California Environmental Quality Act (CEQA) requirements. Architectural Review Board (ARB) Support - Attend selected architectural review board meetings in order to obtain ARB approval of selected project elements. END OF PART I Contract C131552 - Scope of Services - Page 3 of 9 PART II DESIGN AND ENGINEERING OF .THE PUBLICLY ACCESSIBLE CNG FUEL DISPENSING SYSTEM A scope of services for a public CNG fueling dispenser system was not included in RFP #131552. However, based on discussions between representatives of B lymyer Engineers and City staff at the meeting held on April. 27, 2001, and the proposal submitted by Blymyer Engineers; Inc. on May 25, 2001, the scope of services for the design and engineering of the publicly accessible CNG fueling dispenser ~ystem will include the following tasks and services: Initial Site Visit, Data Gathering and Data Gap Identification - Under this task, the Blymyer project team will attend a pre-design meeting with City staff.~ The pre-design meeting will be held at the Municipal services Center (MSC) facility. Prior to this meeting, Blymyer will prepare an available drawing/specification ¯ request, list. This list will-be used by City staff to collect available plans, specifications, operating manuals and other project documentation related to the existing underground utilities and site improvements along East Bayshore Road. The available information will be brought to the pre-design meeting, and will be made available for Blymyer’s use. bo Pre-Design Meeting - At this meeting the specific requirements for the public CNG fueling system and public fueling area will be discussed. The public fueling system will .consist of a single, "cardlock" controlled fast-fill dispenser and associated equipment located to the north of the MSC main gate between the road and the existing security fence. The project will also include necessary local site improvements, such as modification of the existing curbs and sidewalks, paved access to the fueling area, and minor landscaping changes which may be required as a result of the City’s Architectural Review process. Following the pre2design meeting, the Blymyer team will review the existing civil, electrical and mechanical drawings provided by City staff and alert the City of any data gaps that could impact the schedule and/or project budget. Since the new facility will be located in an area of the MSC that is highly visible and a significant distance from the compressrr area, the primary issues will be permitting issues (i.e. Architectural Review, etc.), and routing of the CNG piping and electrical conduits to the public fueling area. Initial Study - As part of this task, Blymyer will review available plans and specifications, meet with City staff, and perform additional site visits to perform the following subtasks: Contract C 131552 - Scope of Services i_ Page 4 of 9 Evaluate the anticipated public fueling demand to validate the number of dispensers required and establish general layout requirements for the fueling area to allow safe and efficient access to the site. Evaluate possible routing of CNG piping and electrical conduits to the public fueling area to establish the safest and most cost effective route. Perform a site reconnaissance and review existing plans to identify existing structures, underground utilities, aboveground utilities and other appurtenances in the area where the new public fueling facility will be constructed. The City will provide existing plans for the area, if they are available. Boundary and topographic surveying are excluded from the scope of work.. Integrate the schematic design for the new public CNG fueling system equipment into the schematic design for the new Integrated Fueling Facility. The schematic design will be based on the specific parameters identified in the RFP. for the CNG.and conventional fueling systems and in Task 1. o e Prepare a schematic site plan for the public fueling area project. During the performance of the above subtasks, the Blymyer team will meet with City staff to discuss the space requirements of the specific CNG fueling equipment. Duringthe initial study or schematic design phase,, the site plan will be used establish conceptual layouts of the key system components. go A preliminary construction cost estimate will be prepared based on the schematic design. Preliminary Design - During this phase, the Blymyer team will perform the following: Engineering design to size and specify the specific equipment components for the public CNG fueling system. This will include all dispensers, piping, valves, controls and associated components for the public fueling system. Prepare plans and specifications for the fuel island and surrounding improvements. At the conclusion of this task, Blymyer will issue the preliminary plans. The plans will be prepared on "D" size sheets (24" X 36" format). Sheet Title Sheet and Site Plan will be based on drawings to be provided by City staff. The Site Plan will show the fueling area relative to the MSC facility. Contract C131552 - Scope of Services - Page 5 of 9 As part of the preliminary plan submittal, Blymyer will prepare a preliminary engineer’s estimate for the required improvements. Blymyer will prepare and submit the preliminary plans and cost estimate for review and approval by the City staff. Blymyer will proceed to fmal design upon approval by City staff. These will be considered the 60 percent submittal. Necessary permits and review agencies will be identified at this time. These agencies will be contacted and pre-submittal meetings will be scheduled with City staff to discussthe project. Final Plan Submittal and Permit Approval - As part of this task,. Blymyer will incorporate comments from the 60 percent submittal into the final design plan and specifications. Blymyer will resubmit the final plans to the City staff for obtaining permit approvals from the City’s Building Inspection Division, Fire Department and Environmental Compliance Division. Blymyer will prepare the final drawing set for building permit submittal and ftre code compliance. The plans will be prepared on "D" size sheets (24" X 36" format). Blymyer will submit the plans for permit approval to City staff, and will coordinate with City staff regarding final issuance of the permits. All permit fees will be paid directly by the City. Prepare Contract Bid Documents - Following completion of Task 4, Blymyer will prepare bid documents for use by the City in soliciting bids from qualified contractors. The bid documents will include general conditions and necessary technical specifications. City. staff will provide general conditions and/or special conditions typically included in bid documents. Drawings prepared as part of Tasks 4 will be incorporated into the bid documents. The technical specifications will include an operation and maintenance specification for the contractor to maintain the fueling equipment for at least three (3) years. The specifications and drawings for the public fueling dispenser system will be integrated (as a separate item) with the specifications for the Integrated Fueling Facility. Pro_iect Management - Under this task, all project management functions will be handled. o As the work on the design for the public CNG dispenser will be performed at the same time as the work on the new Integrated Fueling Facility (barring regulatory delays), the project management for both projects will be consolidated. Project Meetin~rs - This task includes attending all project related meetings. Key members of the project team will attend all project meetings. Key project team members are defined to include the project manager (Tom Mitchell), fueling facility designer ~jorn Enstrom), and the CNG fueling system designer (Jim Dong). Contract C131552 - Scope of Services - Page 6 of 9 This task includes attending a total, of five (5) meetings which will be held at the same time as those for the Integrated Fueling Facility. One meeting will beheld at the beginning of the pre-design phase. One meeting will be held at the end of Initial study, Preliminary Design, and Final Design phases. One pre-submittal meeting will be held with the City agencies involved in permitting and plan approval. -Attending Architectural Review Board meetings is covered under Task 10. Construction Management Services - As part of this task, Blymyer will provide the following construction management services: Blymyer will assist City staff inanswering contractor questions during the contract bid .phase. Blymyer will assist in preparing necessary addenda to the bid documents. _ bo Blymyer will attend a pre-construction meeting with the contractor awarded the project. Blymyer will review submittals prepared by the contractor to confn’m compliance with the contract bid documents and technical specification. This will include equipment submittals, and material submittals. CEOA Initial Study and Negative Declaration - Blymyer will assist the City staff in completing the initial study for compliance with CEQA. Since the project involves a remodel of an existing facility, a full Environmental Impact Report (EIR) does not appear to be necessary. If this is the case, Blymyer will assist City staff in preparing the negative declaration. Preparation of an EIR is outside this scope of work. 10.Architectural Review Board Meetings - As part of this task, Blymyer will attend one (1) meeting to be held by the Architectural Review Board to assist in obtaining ARB project approval. 11. --Technical Services - As part of this task, Blymyer will provide the following technical support services during construction: Construction Inspection Coordination: Blymyer will observe the installed work for conformance with the plans and specifications, and will assist City staff in coordinating final permit closeout with the contractor. bo Start-up Support." Blymyer will provide technical support during start-up and acceptance testing. C°Operation and Maintenance Program." Blymyer will assist City staff in preparing necessary operation and maintenance manuals and Contract C131552 - Scope of Services -Page 7 of 9 do developing a preventive maintenance program for the new Integrated Fueling Facility. .The fee estimate for Task 11 (shown in Table 2)has been provided for preliminary budgeting purposes.-Blymyer will provide a revised budget for Task 11 once a contractor has been selected and a construction schedule has been established. END OF PART II Contract C131552 - Scope of Services - Page 8 of 9 P~TN TIMELINE The work described in Parts I and II of this document will commence within t0 days of contract award. The work will be completed within 150 days of commencement. PART IV COllIES OF DELhVERABLES TO BE PROVIDED TO CITY Three (3) sets of 24" X 36" plans and specifications at 60% and 90% design completion. Five (5) sets of half-size plans for the ARB (if necessary). Three (3) sets of full-size plans for the ARB (if necessary). Five (5) sets of environmental assessment documents and other required reports. Upon completion of the final design the Consultant will submit one (1) set of specifications, one (1) set of calculations, and one (1) set of drawings on reproducible media (clear film, velum, or mylar) to the City. Specification documents will include General Conditions and Technical Specifications, and . will be in the CSI format. Drawings shall be signed by the Registered Engineer. .6.Project drawings will be prepared according to the City’s standard format. The standard City title block will be in the lower right comer of each drawing. Electronic copies of the as-built plans and specifications will be provided in AutoCAD® (R14) and Microsoft® Word 2000 format respectively. Contract C 131552 - Scope of Services - Page 9 of 9 ATTACHMENT B AMENDMENT NO. ONE TO AGREEMENT NO. C2131552 BETWEEN THE CITY OF PALO ALTO AND BLYMER ENGINEERS, INC. This Amendment No.One to Agreement No. C2!31552 (~Agreement") is entered into , by and between the CITY OF PALO ALTO ("CITY"),and BLYMER ENGINEERS, INC., a California corporation, !ocated at 1829 Clement Avenue, Alameda, California 93501 ("CONTRACTOR").. RE C I TAL S: WHEREAS, the Agreement was entered into between the parties for the provision of design and engineering of the idtegrated fueling facility and of the publicly accessible CNG Fue! Dispensing System; and WHEREAS, the parties desire to expand the scope of services to include additional unforeseen engineering and design services for both the integrated fueling facility and the public CNG dispenser and coordination with City agencies, particularly the Architectural Review Board and to increase the amount of compensation by an additiona! Eighteen Thousand Dollars ($18,000); and NOW, THEREFORE, in consideration of th~ covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION !. to read as follows: Section ! entitled "TERM" is hereby amended I.! This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the construction project, 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 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. // 030725 sd10100103 SECTION 2. Section 5 entitled hereby amended to read as follows: "COMPENSATION" is SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the ful! performance of the Basic Services, CITY wil! pay CONSULTANT a lump sum fee of One Hundred Sixty-Six Thousand Nine Hundred Dollars ($166,900). This sum shall constitute ful! payment for all servi.ces and expenses provided and expenses necessary for CONSULTANT to provide the Basic Services. 5.1.2 In consideration of the full performance of the Additional Services described in Change Order No.i and Change Order No. 2,CITY wil! pay CONSULTANT a sum not to exceed Nineteen Thousand Nine Hundred Twenty Dollars ($19,920.00). Total compensation for all additional services shal! not exceed Twenty Thousand Dollars ($20,000). The cost of the Additiona! Services shall be agreed to in writing by CITY and CONSULTANT prior to CONSULTANT commencing performance of such Additiona! Services. The CITY’s Project Manager can authorize Additiona! Services up to the tota! sum of Twenty Thousand Dollars ($z0,000). Al! ouhe_ Additional Services must be authorized by City Manager. Total Compensation payable under this Contract for both Basic and Additiona! Services shall not exceed One Hundred Eighty-Six Thousand Eight Hundred Twenty Dollars ($186,820). 5.2 The schedule of payments will be as follows: 5.2.1.For the Basic Services: I. items !, 3 & 4 from Table 1 and item 1 from Table 2 of Exhibit "B" - CITY will pay CONSULTANT Thirteen Thousand Four Hundred One Dollars ($13,401) on August 15, 2001, Thirteen Thousand Four Hundred One Dollars ($13,401) on September 30, Twenty Six Thousand Eight Hundred Two ($26,802) on October 31, November 030725 sd10100103 2 30 and December 31, 2001 and Forty One Thousand Six Hundred Ninety Two ($41,692) on January 31, 2002 and the remaining balance on completion of the design work for the project. This schedule presumes ~that all of these services will commence on August 15, 2001 and be completed on October !, 2003 and is designed to compensate CONSULTANT in six progress payments, less a ten percent (10%) retention to be paid with the final payment. This schedule will be adjusted as appropriate if the commencement or completion of these services is delayed or accelerated. 2. Items 2 on Tables 1 and 2 of Exhibits "B" and "B-I" - CITY will make progress payments to CONSULTANT at the same time and in the same relative percentages that the CITY pays the construction contractor. 5.2.2 Payment for 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 genera! contractors. SECTION 3. Exhibits "A-I" and "B-I" described below and attached and incorporated to this ~endment are added to the Agreement: a. Exhibit "A-I" Request for Modification from Blymet Engineers, Inc., dated July 18, 2003 and Change Orders ! and 2. b. Exhibit "B-i" Revised Contract Fee Schedule. SECTION 4. Except as herein modified, al! other provisions of the Agreement, including any exhibits and subsequent amendments thereto, shal! remain in ful! force and effect. // // // // 030725 sd10100103 3 IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM:BLYMER ENGINEERS, INC., a California corporation Senior Asst. City Attorney By: Name: Title: By: Name: Title: Taxpayer Identification No. APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Risk Manager Attachments: EXHIBIT "A-I": EXHIBIT "B-I" : (Compliance with Corp. Code § 313 is re.quired if the entity on whose behalf this contract is signed is a corporation. in the alternative, a certified corporate resolution attesting to nhe signazory authority of the individuals signing in their respective capacities is acceptable) Scope of Work, Request for Modification dated July 18, 2003 from Blymer Engineers, Inc. and Change Order 1 and 2 Revised Contract Fee Schedule 030725 sdl 0100103 (Civil Code § 1189) STATE OF COUNTY OF ) )) On , before me, the undersigned, a notary public in and for said County, personally appeared 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 instrttment the person(s), or the entity upon behalf of which the person(s) acted, executed the instrtunent. WITNESS my hand and official seal. Signature of Notary Public 030725 sd10100103 5 ~TIFI CA~ OF (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On notary public in and for , before me, the undersigned, a said County, personally appeared 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. Signature of Notary Public 030725 sd] 0]00103 6 FAX N0, 5;0 865 2594 BLYMYER EN G IN [E RS,.t N C. July 18, 2003 BFA lob.No. 201081 /rC61W~rks Departfr~nt .City of Palo Alto 3201 EastBayshore Road ’palo Air.o, CA’ 94303 " Attention’.Ms. Keith LaHaie Fleet .Managsr, Equipment Management Division ~ubject:Request for Mod~/ieation to Contract No. C2131552 (Contract Modification No. 1) Integrated Fueling Facility and tMblic CNG Fuel Dispenser System City of Palo Alto P~o Alto, CA Dear Keith: This letter is presents Blymyer ~ngineers InC.’s ~Blymyer) request to m~di~ Contact No. C2131552 ~¯ ~ci~,ofP~o~to(Con~actM0d~ficationNo. !). Blymy~risrequ~sfing~s ~6ntractmodification mrais~ ~ con~ct ceil~g to cove. addition~ ~n~dhg desi~ for bo~ ~e In.gated Fueling Facihty and the Public ~O D~p~ns~r, ~d coo~afion ~ city agencies, pa~icul~ly ~e Architect~ Review Bo~d (~). Blymye? is requesting that the contract ceihng be raised by $1 &000. This would increase the contract value from.S168,820 to $186,820. The specific tasks and costs are detailed ~eparately below for the Integrated Fueling FaciIity and the Ptibtie CNG Dispenser System. Integrated Fueling F~cility Care Task fl through..5): Projiet Mana~er~er~t For Integrate..d Fuelin.~, Facility - Blymyer’s origina! proposal assumed attendance at four.project¯ meetings during the engineering design phase. Additional meetings beyond those assumed in the original proposal .occurred. Contra~t Modification Amount (Table 1;,Line 1) - $2,000. Thfs would increase the budget for this line task from $117,750 to $119,750. ,~RB Coordination for tnm~ated Fuelin_~Faci-litv-Blymyer’s original proposal assumed that only one submittal and attendance, at a single meeting with the ARB would be required. Additional engineering time and meeting time" was expended to obtain ARB approval of t-he plans for the Integrated Fueling Facility. ¯ Contract Modification Amount (Table 1, Line 4)- $2,600. This Would increase thebudget for tt~is line task from $90.0 to $.~,,00, O4 "~ ~-2 9 r’L~MENT AV ~. N 13 ~ JUL-18-2003 FRI 03~13 P~ BLYITYER ENGINEERS FAX NO, 510 865 2594 P, 05 Mr.Keith "LaHaie July 18, 2003 Page 2 .C~re Ta.gI~s (1 through 10,): Engineering Desi~ for Public L"NO DispeT~ser System - Thepublic fueling are, a wgs relocated. This relocation required a comp. l~t~ redesign due. to th~ Plan.ning ¯ departn~nt’~ .issues. This redesign required significant ~difional engine~ing design and modifications to Blymyer’s engineering drawings. " Cbntrac~ Modification ~.mount (Table 4, Line l) - $12,000. This would increase the budget for this line iask from $16,200 to $28,200. : Core Tasks ~’! ~hrough .I0): ~ C00rdinatiori,.,..,for PubIi¢......CNO Dispenser System - Blymyer’s m:iginal p.roposal assumed, that only one sub .mktal and.attendanc~ at a single meeting with the ARB wouid be required. Additional engineering ~ to prepare multipl~ submittals and additional m~eting time was expended .to obtain ARB approve! of the plans for the Public CNG Dispenser " System- .. " Cofitra~t Modification Anmunt (Table 2, Line 1) - $1,400. This .would increase thebudget for this¯ line task f~om $28,200 to $29,600; . ¯ . Note that both contract modifications under the Public CNG Dispenser System were included in the original core tas]~i ¯ These revision~ are sumrmfized in the attachedTabl~ 1: Revised Contra~t Fee Schedule. The’Revised Contra~t Fee Schedule does not include Change Order No, 1 and Change Order No. 2 submitted previously, and approved by you, If you have hny questions, please contact me at 510~521-377.3. Sincerely YOURS, ¯ Biymyer Engineers, Inc, Greg~ur, P.E./ Project Manager H:\Blyrnyer.Jobs~2001~.01081 \Con~ract~?ontr~ct_mod l_r~questltr.w~.d P~ BLYPIYER ENGINEERS FRX NO, 510 865 2594 Table. 1 Revised Contract Fe~ Schedule Contract No. C131552 Tabigl-Z-Integrated Fueling Facility. 2 Total. Table 2 - Public Item 1 2 Fei~ Total Description Core T~ks Construction Management Environmental -. Assessment Suppor~ ARB Support In’mgrated Fueling Facility ’ 0figinalF~e~’ $117,750 $7,350 $1,900 $900 $127,900 CNG Fuel Dispenser System .. ., Description . .Ori~nal-Feel Core’Tas "ks $16,200 . Construction Mauagernsnt $4,-800 $21,000 ,, , Contract Moda ¯ $2,000 $0 152,6oo ,, , ,6oo Contrac-t Mod2’3 $13,400 $o $13,400 New Contract Fee $119,750’ $7,350 $1,900 $3;500 New Contract Fee. $29,600 " $4,800 $34,400 ¯ Contraci Summary Item ’ Tab]~ 1 Table 2 Fee Total, Description Integrated Fueling Facility Public CNG Fuel Dispenser System Change Order No, Change Order No. 2 Original Fee $127,900 $21,000 $0 $14g,gDo Contract Mod/CO2~ $4,600 .$13,400 $8,120 $i!,800 $18,000 New Contract Fee $34,4130 $8, ~20 $11,80o $186,820 ¯ 1. Original based on Fee Schedule i~resented as Exhibit "B".in Contract Cb .5;2 2. Contract Modification/Change Order (Contract.Meal/CO) based on Blymyer correspondence dated July :18, 2003and ]anuary 28, 20132.- 3: Cor~ tasks for public CNG Fuel Dispanse~ System includes engineering design and ARB Support. AR.B auppon for the Integ~ted Fueling Facility was identified as a separate line task under’the contract P, 06 EXHIBIT ATTACHMENT. C July 18, 2003 Iob.No. 20108~ Public Works Department .Cityof Pal0 Alto 3201 ~.ast Bayshore Road "palo Alto, CA’ 94303 " Atteniiou:Mr. geith LaHaie Fleet Manager, Equipment Management Division Subject:Request for Mo~fication to Contract No. C2131552 (Contact Modification No. 1) Integrated Fueling Facility and Public CNG Fuel Dispenser System Ci~ty of Palo Alto Pale Alto, CA Dear Keith: This I~.tter is presents Blymyer Engineers Inc.’ s (Blymyer) re~est to modify Contract No. C2 l 31552 with the city of Palo Alto (Contract Mqdification No. 1). Blymyer is requesting this cdntraet modification to raise the contract ceiling to cover.additional engineerihg des ign for both the Integrated Fueling Facility and the Public CNG Di.spdnser, and coordination with city agencies, particularly the Architectural Review Board BlymYei is requesting that the contract ceiling be raised by $18,000. This would increase the contra~t value from.S168,820 to $186,820. The specific tas~ and costs are detail.or separatel.y below for the Integrated Fueling Eaeility and the Public CNG DiSpenser System.. Integrmed Fueli~. g Facility Core Task (1 through 5): Pr~fie~ Manager~e~t ~or Integra[e.d Fueling Facility - Blymyer’s original proposal assumed attendance at four.project meetings during the engineering design phase. Additional meetings beyond those assumed in the original proposal .occurred. ¯Contract Modification Amount (Table l;Line 1) - $2,000. This would increase the budget for this line iask from $117,750 to $119,750. _ARB Coordination for tntegated FuelingFaeititv.- Blymyer’s original proposal assumed that only one submittal and attendance a~ a single meeting with the ARB would be required. Additional ~ngin~ering time and meeting time’ was expended to obtain ARB approve! of the plans for the Integrated Fueling Facility. " .. Contract Modification Amount (Table !, Line 4)- $2,600. This v~ould increase the budget for this line taskfrom $90.0 to $3,500. Mr.Keith LaHaie July Ig, 2003 Page 2 Public CNG Dispenser System .Core T~sks .(I ...through I0,~: .En.gineerin~ De~igrl_~or Public CNG Dispenser Svs.tem - Thepublic fueling are.a was relocated. This relocation required n complete redesign due. to the Plan.ning ¯ department’s .issues. This redesign r.equired significant additional engineering design and . .modifications to Blymyer’s engineering drawings. Cdntrac.t Modification Amount (Table o~, Line 1) - $12,000, This would increase the budget for this line task from $16,200 to $28,200. C_ore Tasks (1 ~hr,ough 10.): AR_B Coqrdinatiofi for Public CNG D!sp_enser System - Blymyer’s origi.nal proposal assumed that only one submittal and. attendance at a single meeting with the AP,.B wotild be required. Additional engineering time, to prepare multiple submittals and additional meeting time was expdnded .to obtain ARB approval of the plans for the Public CNG Dispenser ’ System, .. Cofitr.a~t Modification Amount (Table 2, Line 1) - $1,400. This,would incr.ease thebudget for this. line t.ask fi-om $28,200 to $29,600; . ¯ . ¯. Note that both contract modifications under the Public .CNG Dispenser System were included i.n the original core tasks: . ¯ These revision~ are sumrnar~zed in the attachedTable 1, Revised Contrac~t Fee Schedule. The’Revised contract Fee Sehedul~ does not include Change Order No. 1 and Change Order No. 2 submitted previously., and approved by you. ~ If you have any .questions, please contact me at 510~521-377.3. Sincerely YOUrs’, Biymyer Engineers, Inc. Gregk~azur, P.E. 7 Project Manager H ABlyrnyer.Jobs\200 lk201081 \Contraet~contract_rnod l_fequesdtr.wpd