HomeMy WebLinkAbout2002-03-04 City Council (7)TO:
FROM:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT: PUBLIC WORKS
6
DATE:MARCH 4, 2002 CMR:160:02
SUBJECT:APPROVAL OF CONTRACT WITH MARK CAVAGNERO
ASSOCIATES IN THE AMOUNT OF $153,000 FOR CONCEPTUAL
ARCHITECTURAL DESIGN SERVICES FOR THE ART CENTER
EXPANSION AND SITE, CAPITAL IMPROVEMENT PROGRAM
PROJECT 10204
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Mark
Cavagnero Associates (MCA) in the amount of $153,000 for conceptual
architectural design services for the Art Center Expansion and Site.
21 ’ " ’ Auth6rfz~:theCity Mdnag~r-ot:his designee to exercise the option to. negotiate,and
execute one or more change orders to the contract with MCA for related,
additional, but unforeseen work which may develop during the project, the total
value of which will not .exceed $7,000.
BACKGROUND
In May 2000, the. City’s Library Advisory Commission (LAC) produced the New Library
Plan (NLP). This document lists the LAC’s recommendations for upgrading the City’s
library system. Specifically, the LAC recommends creating two resource libraries at the
City’s Main and Mitchell Park Libraries, renovating and expanding the Children’s
Library, and renovating the three neighborhood libraries (Terman Park, Downtown and
College Terrace).
The Council has approved coordinating the Main Library expansion project with the Art
Center Foundation’s proposed expansion of the Art Center as the two facilities share the
same Site. Consequently, the Art Center Foundation retained MCA to prepare a
feasibility study of the Main Library/Art Center site. The results of that study were
presented to Council on February 19, 2002. Council approved two site schemes for
~development into conceptual designs.
CMR:160:02 Page 1 of 4
DISCUSSION
City staff conducted an extensive solicitation for an architect to prepare the conceptual
designs of the Main Library, the Art Center, and the site. First, the scope ofservices was
reviewed by the Council’s Policy and Services Committee. Then, a Request for
Qualifications was issued and eleven firms responded with a Statement of Qualifications
(SOQ). The Selection Committee, consisting of 17 members representing the Art Center
Foundation, the Library Advisory Commission, Friends of the. Library, community.
gardeners and staff, reviewed the-SOQ’s and selected three firms to receive a Request:for
Proposal and to be interviewed.
At the conclusion of the interviews and reference checks, the Selection Committee was
split between two architects. MCA, who had prepared the feasibility-study; was felt to be
the best candidate for the Art Center expansion project and the site design, and a
partnership of two firms ELS and Meyer, Scherer and Rockcastle (MS&R), was felt to be
the best choice for the Main Library expansion project. Consequently, the Selection
Committee unanimously agreed to retain both architects.
The work to be performed under this contract is for the conceptual deSigns of the Art
Center expansion project and the site design for the Newell/Embarcadero site project.
The architect will develop the site feasibility schemes approved by Council.
Additionally, the architect will be required to analyze different combinations of additions
and renovations to the Art Center that do not, exceed the anticipated $10,000,000 total
project budget. Accordingly, the architect will also be required to provide construction
costestinaates f0r~each ~o~binati~nofadditi0ns and renovations: The ~architect. will’ also
be required to conceptually design the site, including: parking; vehicular, bicyclist and
pedestrian entrances, exits, drop-offs and circulation; landscaping, including community
gardens configuration; :and a connection to Rinconada Park. Concurrent with the
conceptual design effort, staff and other City consultants will be preparing the
Environmental Impact Report (EIR) for the project. Both the conceptual designs and the
EIR are expected to be completed in June 2002.
MCA’s proposed fee of $153,000 is within the currently available budget for the project.
The fee is:.~ lump sum amount, including reimbursables, and is consistent with consultant
fe~stypically charged for conceptual design services.
It is staff’s intent to amend the contract with MCA upon. successful completion of the
conceptual design services to include the remaining design services for the project
(schematic design, design development, construction documents and construction support
services) if and when funding for the project is in place.
CMR:160:02 Page 2 of 4
RESOURCE IMPACT
Funds for the conceptual designs of this project are available in Capital Improvement
Project 10204, Library Master Plan, upon Council’s passage of the Mid-year Budget
Adjustment, scheduled for March 11, 2002. Due to the need to start the conceptual
designs as -soon as possible in order to meet the schedule for completion of conceptual
designs by June 2002, staff recommends Council conditionally approve the contract now
subject to passage of the Mid-year Budget Adjustment.
Additional funds need to be budgeted to complete design services and for construction. It
is anticipated that Council will decide in June 2002 whether the Art Center Expansion
project will be included in the November 2002 proposed bond measure and, if so, for
what dollar amount. The Art Center Foundation has informed the City that it intends to
raise $5,000,000 through private fundraising for the project.
Current staffing levels are inadequate to proceed with this project beyond the conceptual
design. Consequently, staff will propose a staffing plan to provide project management
services through the design and construction phases of all the NLP projects and the Art
Center expansion project and present it to Council at a later date.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
The demolition of the Main Library, considered potentially eligible for the California
Register of Historical Resources, is a significant environmental impact. If Council
ultimately decides to demolish the Main Library in order to construct a n~w one, as one of
the schemes for development into conceptual designs includes, an EIR needs to be
completed first. The Art Center expansion project, since it shares a site and
environmental impacts with the Main Library, will be included in the EIR. Staff and City
consultants are preparing the EIR now and expect it to be completed in June 2002.
ATTACHMENTS
Attachment A: Contract
PREPARED BY:
DEPARTMENT HEAD:
~’BOB MORRIS
~__/ Senior~/~~oject~~_.~ger
GLENN S. ROBERTS
Director of Public Works
CMR: 160:02 Page 3 of 4
CITY MANAGER APPROVAL:
gON
Assistant City Manager
CMR: 160:02 Page 4 of 4
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
MARK CAVAGNERO ASSOCIATES
!FOR CONSULTING SERVICES
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and MARK
CAVAGNERO ASSOCIATES,(Taxpayer Identification Number 94-3192288) a
Sole Propreitor, located at 1045 Sansome Street, Suite 200, .San
Francisco CA 94111~("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services relating to the Art Center and Site Conceptual design
services (~Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
.designs, data, calculations, Surveys, specifications, schedules or
other writings (~Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit
~A"; and
WHEREAS, CITY desires.to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and 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 upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon.
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
Exhibit ~A". 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.
020222 lh 0052944
1
SECTION~2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described 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 City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is-agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans.,
drawings, and specifications, any and all negligent errors, or
omissions, in the Deliverables, which are discovered by CITY before
invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, and CONSULTANT
is found to be legally responsible will be corrected by CONSULTANT
at no cost to CITY, provided CITY gives notice to CONSULTANT.
2.4 Any and all negligent errors, omissions, 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,
will add a .direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable .exercise. of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
020222 lh 0052944
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
3.i 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 Services will be executed by them or under their supervision.
CONSULTANT will furnish to CITY for approval, prior to execution of
this Contract., a list of all individuals and the names of their
employers or principals to be employed as consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign Mark Cavagnero as the
project director to have supervisory responsibility for the.
performance, progress., and execution of the Project. Roslyn Cole
will be assigned as the pro~ect 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 all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Serv±ces; ..
3.4.3 At all times observe and comply with, and cause.
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3 4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
3
020222 Ih 0052944
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or.organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with three (3) copies
of any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner,~the~
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANTwill perform or obtain or cause to be
performed or obtained any and all of the following 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 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally, required.under the
Basic Services;
3.10.3 Performing any other Additional Servicesthat
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
020222 lh 0052944
4
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY.during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project -as may be r~asonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
will not constitute a default under this Contract and CONSULTANT
will not be held responsible for delays caused by CITY~
4.3 The city manager w~ll represent CITY for all
purposes under this Contract. Bob Morris 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 Debra Jacobs, the project engineer.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5.COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,.
CITY will pay CONSULTANT a fee not to exceed One Hundred Fifty
Three Thousand Dollars ($153,000). The amount of compensation will
be calculated in accordance with.the rate schedule set forth in
Exhibit "B". The fees of the consultants, who have direct
contractual relationships with CONSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to refuse payment of
020222 lh 0052944
such fees, if such prior approval is not obtained by CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount of compensation will not exceed
¯ Seven Thousand dollars ($7,000). An employee’s time will be
computed by the hourly rate schedule in Exhibit ~B". The rate
schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for purposes
of this Contract, unless and until CONSULTANT gives CITY .thirty
(30) days’ prior written notice of the effective date of any
revised rate schedule.
5.1.3 The full payment of charges for extra~work or
changes, or both, in the execution of the Project will 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
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 by CONSULTANT will include only the
work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
-research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick ieave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment ofthe Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit "B",
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
020222 lh 0052944
6
5.2.2 Payment of the Additional Services will be made
in monthly progress payments for services rendered, within
thirty(30)~ days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’S
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Projec~ will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will~ have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
City agrees to hold harmless and indemnify CONSULTANT from and
against any claims, losses or other actions that result from CITY’s
alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council me.mbers, 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, to the extent caused by CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose liability on CONSULTANT in the negligent
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
020222 lh 0052944
7
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 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 RatinqGuide 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 to perform Services under this Contract will obtain and
maintain,, in full 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 , (I0) days’ prior written notice for non-payment
of premium and that the City of Palo Alto is named as an additional
insured except in policies of workers’ compensation, employer’s
liability, and professional liability insurance. Current
certificates of such insurance will be kept on-file at all times
during the term of this Contract with the city clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
020222 Ih 0052944
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 certifiesthat
it will comply with such provisions, as applicable,~ before
commencing the performance of the Project.
PROJECT
SECTION ii.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 this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submissi~on 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. ’ .... ~."’ .
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
substantial failure of performance b~ CITY or in the event .CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice .from CITY of such
suspension or abandonment, together with.authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended.or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only~for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of 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 will receive compensation as follows:
9
020222 lh 0052944
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized~mnder this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective 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.
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 will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract .may ~be terminated.
This Contract will not be assignable by operation of law.
//
//
//
020222 lh 0052944
i0
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited ibove
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 employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who.has or will have any .financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15.NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of~persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual 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 Municipal Code pertaining to
nondiscrimination in employment, 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 will contain a provision substantially
as follows:
II
II
020222 lh 0052944
11
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference oF 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 performanceof this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only a
finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this. Contract.
SECTION 16.MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans .with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
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.
020222 lh 0052944
12
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether cbvenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, fromtime
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
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 withoutany 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 anytime within a fiscal
year in the event that. funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
//
//
020222 Ih 0052944
13
’IN WITNESS WHEREOF, the parties hereto have hy their duly
authorized representatives exeou~ed this con~rac~ o~ the date ~irmt
above written.
ATTEST:CITY OP PALO ALTO
Ci~¥ Clerk
APPROVED ASTO
City Attorney
APPROVED~
Assistan~ City Manager
Di~ec~o~ of Administrative
Services
D--i-rector of Public-Works
Insurance Review
Ta~paye~ Identification N~.
achment s :
EXHIBIT "A" ~
EX~BZT "B" :
EXHIBIT "C" :
EXHIBIT "D" ~
SCOPE o~ PROJECT
RATE SCHEDULE
INS~NCE
NONDISCRIMINATION COMPLIRNC~ FORM
14
CERTIPICATR OF ACKNOWLEDGMENT
(Civil Code S 1189)
Ca1±forniaSTkTE OP
CouNTY OF San FranCisco
On February 27_, 2002, bafoze me, the undersigned, a
Notary Publio in and £or said Coonty and S~ate, personally appeared__, pe~sonallyknow~toMark Cavagnero .m~ or proved to me on the basis of satisfactory evldenoe to be the
person4~4-whose name4e%- is/~subsc~ibed to the within
and acknowladsed to me that he~,ha44~ exeouted the same inhls~ authorized capaolty4-1~a@~ and tha~ by
s~gnature~9--on the instrument the personTs#~, or.~he entity upon
behal~ of which nhe person%Ss~-a~ted, executed ~h~ instrument.
W~TNESS my hand and official seal.
Kathryn E,.. Morse
22 January2002
EXHIBIT A
Mr. Bob Morris
Department of Public Works
250 Hamilton
MS6B
Palo Alto, CA 94301
Dear Bob:
We are pleased to submit this request to generate a contract with you to provide the Art Center and Site
Conceptual design Services. The scope of work is as follows: ":
Task 1.Preparation work
City will provide Mark Cavagnero Associates (MCA) with the Guiding Principles of the Joint Site Stucly,
the feasibility study and the Council-recommended site option.
City will provide MCA with the current programs and all existing plans, specifications, structural
calculations, geotechnical reports, engineering and architectural assessments, etc. for the Art center.
Art Center Project Committee (ACPC) will meet with MCA to develop the process and schedule for the
work and to plan the first community meeting (ACPC Meeting No.l).
In order to provide complete project cost estimates, these estimates must include the costs to renovate
-the existing facility. In that regard, MCA.shall provide conceptual level electrical, mechanical,
telecommunications, life-safety and ADA assessments of theArt Center. The Oity of Palo Alto has
recently obtained a preliminary structural assessment of the building; additional structural work will not
be required for this phase.
Task 2.Community outreach
City will arrange two community meetings in order for MCA to receive input regarding the community’s
concerns, goals and desires for the Art Center project. The first community meeting will occur at the
start of the project in order for the consultant to gather input; the second will occur during the conceptual
design work and will include a presentation of conceptual design schemes.
Art Center Project Committee will meet with MCA to discuss the input from the first community meeting
and discuss how it impacts the development of the conceptual designs (ACPC meeting No. 2).
Task 3.Initial conceptual designs
MCA will prepare two initial conceptual designs for the Art Center and site, utilizing and developing the
feasibility study site option recommended by City Council, the programs and the community input. The
designs will consist of presentation-quality site plans, elevations and perspective sketches and a study
model.
Art Center Project Committee will meet with MCA to preview the initial conceptual designs and to
discuss and prepare for the Presentation of the initial conceptual designs to six Boards and
Commissions (ACPS Meeting No.3).
Page two
Mr. Bob Morris
January 22, 2002
Task 4. Presentation of initial conceptual designs
¯City will arrange meetings with the following groups in order for MCA to
present the initial conceptual designs:
¯.Community Meeting No. 2
¯Architectural Review Board (ARB)
¯Historical Resources Board (HRB)
¯Planning and Transportation Commission (P&TC)
¯Parks and Recreation Commission (P&RC)
¯Library Advisory Corrimission (LAC)
¯Public Art Commission (PAC)
¯Art Foundation (AF)
City anticipates there will be five meetings total: one with the community; one joint meeting with
ARB/HRB; one joint meeting with P&RC/PAC; one with P&TC; one with LAC. The community and the
Board and Commission meetings will most likely be informal study sessions lasting approximately one
hour.
Task 5.Final cor~deptual design ....
Art center Project Committee will meet with MCA to discuss the two initial conceptual design "
presentations and to discuss the preparation of one final conceptual design (ACPC Meeting No. 4).
MCA will prepare one final conceptual design for the Art Center incorporating the input,
recommendations and direction received in the meetings in Task 4, and consisting of, at a minimum,
presentation-quality site plan, floor plans, elevations, perspective sketches and a study model.
MCA will prepare and deliver a construction cost estimate for the final conceptual design.
Task 6. Presentation of final conceptual designs
¯City will arrange meetings with the following groups in order for MCA to present the final conceptual
design:
¯Art Center Project Committee (ACPC Meeting No. 5)
¯¯ Architectural Review Board (ARB)
¯Historical Resources Board (HRB)
¯Planning and Transportation Commission (P&TC)
¯Parks and Recreation Commission (P&RC)
¯Pul?lic Art Commission !PAC)
¯Art Foundation (AF)
¯Art Center Project Committee and MCA will meet after the above meetings to discuss and plan for the
presentation of the final conceptual design to City Council (ACPC Meeting No. 6).
¯City shall arrange a meeting with the City Council for MCA to present the final
conceptual design and estimates.
Page three
Mr. Bob Morris
January 22, 2002
Task 7. Coordination of Art Center and site conceptual designs
Consultant shall attend two joint meetings with the Main Library Project Committee, the Art Center
Project Committee and the City consultant preparing conceptual designs for the Main Library to review
and coordinate both consultants’ work. Timing of these two meetings will be at City’s discretion.
Task 8. Sustainability
Consultant shall incorporate sustainable design and green building concepts into the conce..p.tual
designs.
Task 9. Final Report
Consultant shall prepare and deliver a final report on the conceptual design effort, including the site
plans, floor plans, elevations, perspective sketches, and construction cost estimate for the conceptual
design to be presented to City Council. The report should summarize the recommendations made by
each of the groups the consultant presented conceptual designs to, including Boards, Commissions,
community and Art Center Project Committee. The report should identify a preferred conceptual design
scheme. This report will be distributed to City Council prior to consultant presenting the final conceptual
design to the City Council. A study model of the preferred scheme should be prepared for the City
Council presentation.
Tim~e Schedule
The estimated date for the completion of basic services is July 31, 2002.
EXHIBIT B
Page four
Mr. Bob Morris
January 22, 2002
Compensation
Basic Services
Compensation for services shall be a lump sum fee of One Hundred Fifty-Three Thousand Dollars ($153,000) as
outlined below:
MCA:
SWA:
G+B:
O+M:
M5:
S+S:
Mark Cavagnero Associates, Architects
The SWA Group, Landscape Architects
Guttman and Blaevoet, Mechanical Engineers
O’Mahoney and Myers, Electrical and Telecommunications Engineer
Mack 5, Cost Estimators
Seagull and Strain, Sustainability Consultant
Project Component I~I(:A SWA G+B O+M M5 S+S
Art Center 62,000 5,000 5,000 5,000 3,000
Site Design 4,000 21,000 --2,000 -
Outreach/Presentations 24,000 9,000 --1,000 2,000
Subtotals 90,000 30,000 5,000 5,000 8,000 5,000
Total Conceptual Design Fee:$143,000
Reimbursable Expenses:$ 10,000
Total:$153,000
Reimbursable Expenses
Reimbursable expenses are in addition to Compensation for Basic Services and include actual expenditures
made by the architect in the interest of the project for the following expenses: travel, reproductions, long distance
telephone, fax and special delivery service. Compensation for Reimbursable Expenses shall be a multiple of
1.075 times the amount expended by the architect. Plotting within the Architect’s office will be invoiced at not
more than 90% of the commercial Blueprint Service Company current rate.
I anticipate you attaching this scope of services to a City-standard agreement form with additional terms and
conditions. Please call at your convenience to discuss.
Sincerely,
Mark Robert Cavagnero, AIA
Agency Name and Address:
Professional Practice
Insurance Brokers, Inc.
10 California Street
Redwood City, CA 94063-1513
EXHIBIT C
Certificate of Insurance
I of 1 #$42907/M42~
THIS CERTIFICATE IS ISSUED AS A MATI’ER OF
I INFORMATION ONLY AND CONFERS NO RIGHTS UPON
JTHE CERTIFICATE HOLDER. THIS CERTIFICATE DOES
]NOT AMEND, EXTEND OR ALTER THE COVERAGE
IAFFORDED THE POLICIES LISTED BELOW.
Insureds Name and Address:
Mark Cavagnero Associates
1045 Sansome Street, Suite 200
San Francisco, CA 94111
Companies AffordingPolicies:A. American Motorists Insurance Co.~a. Greenwich Insurance.Company
C.
O.
E.
COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFIOA;I’E MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES.
I-rvp~ OF MeH~ ^ Me’,=POLICY LIMITS
GENERAL LIABIUTY
[]Commercial General Uabllity
[] Claims Made
] Occurrence
"1 Owner’s and Contractors
Protective
AUTO LIABILITY
~[]Any AutomobileAll Owned Autos
[]Scheduled Autos
[]Hired Autos
[]Non-owned Autos
[]Garage Uability[],
EXCESS LIABILITY
[] Umbrella Form
[] Other than Umbrella Form
WORKERS’
COMPENSATION
AND EMPLOYER’S
L.tABILI’P,’
PROFESSIONAL
LIABIL
, ,~,-,,-, ~ NUMBER
7RS65865401
7RS65865401
7CW30407008S
02/15/01
09/01/01
BI~DER326048
I I0130101
EXF.DATE "
02/15/02
02/15102
09/01/02
10130/03
Description of Operations/Locations/Vehicles/Restrictions/Special items:
ALL OPERATIONS OF THE NAMED INSURED, INLCUDING PALO ALTO CONCEPTUAL DESIGN RFP. JOB #009.
General Aggregate:$2,000,000
Products-Con’flOps
Aggregate:$2,000,000
Personal and Adv. Injury: $,1,000,000
Each Occurrence:$ !,000,000
Fire Drag. (any one fire): $ 100,000
Combined Single Umit:$1,000.000
B£dily Injury/person:$0
Bodily Injury/accident:$0
Property Damage:.$0
Each Occurrence:
Aggregate:
Statutory Umits
Each Accident:$!,000,000
Disease/Policy Umit:$].000,000
Disease/Employee:$1,000,000
Per Claim $1,000,000
~ggregate $1.000.000
$0
Purchasing and Contracts Administration
City of PaiD Alto
P.O. Box 10250
Paid Alto, CA 94303
*Written at aqqreqate limits of liability not less than amount shown.
Certificate Holder:THE AGGREGATE UMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED
WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED.
CANCELLATION:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATIOtJ
DATE THEFIEOF, THE ISSUING COMPANY, ITS AGENTS OR REPRESENTATIVES WILL MAIL 30
DAYS II~RI]q’EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT !N
THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM IN WHICH CASE I 0 DAYS
NOTICE WILL BE GIVEN.t..~
Aultlonze~ RepresentallVe:
~~-’~ ~,~ ~.~~’ .,~.,,~_
[ !] 16/01
cc.__._~./
EXHIBIT D
CERTiFICAT.ION OF NONDISCRIMINATION
Certification of Nondiscrimination:
As suppliers of goods or services to the Cityof Palo Alto, the firm and individuals listed below
cer~fy that they do not discriminate in employment with regards to age, race, color, religion, sex,
national origin., ancestn~, disability, or sexual preference; that they are in compliance with all
Federal, State, and local directives and executive ordem regarding nondiscrimination in
employment. .~
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm:
Signature:
Name:
Mark Cava.qnero Associates
Mark Cava,qnero
(PRINT OR TYPE NAME)
Signature:~ ~-~,-/
Name:Roslyn C01e.
(PRINT OR TYPE NAME)
Note:Califomia Corporations Code Section 3t3 requires two corporate officers to execute
contracts.
*The signature of First Officer* mu_m..us_t, be one of the following; Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer;, or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
autho~ty of the individuals signing in their respective capacities is acceptable)
CITY OF PALO ALTO RFP NO 140020 PAGE 1’OF 1