HomeMy WebLinkAbout2002-04-15 City Council (7)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS 8
DATE:APRIL 15, 2002 CMR:217:02
SUBJECT:AWARD OF CONTRACT IN THE AMOUNT OF $22,535,000 TO
McCARTHY BUILDING COMPANIES, INC. FOR CONSTRUCTION
OF TWO DOWNTOWN PARKING STRUCTURES (CAPTIAL
IMPROVEMENT PROGRAM PROJECT 19530), APPROVAL OF
AMENDMENT NO. TWO TO CONTRACT C8103688 WITH TURNER
CONSTRUCTION IN THE AMOUNT OF $1,632,048 FOR
CONTRUCTION MANAGEMENT SERVICES AND AMENDMENT
NO. THREE TO CONTRACT C6076145 WITH WATRY DESIGN, INC.
IN THE AMOUNT OF $69,200 FOR CONSTRUCTION
ADMINISTRATION SERVICES
RECOMMENDATION
Staff recommends that Council:
Approve and authoriz~ the Mayor to execute a contract (Attachment A) with
McCarthy Building Companies, Inc. (McCarthy) in the amount of $22,535,000 for
construction of the Lot R and Lot S/L parking structures.
o
Authorize the City Manager or his designee negotiate and execute one or more change
orders to the contract with McCarthy for related, additional but unforeseen.work
which may develop during the project, the total value of which shall not exceed
$3,380,250.
Approve and authorize the Mayor to execute Amendment No. Two to Consultant
Contract No. C8103688 with Turner Construction (Attachment C), in the amount of
$1,632,048 to supplement City staff with construction administration services for the
Downtown Parking Structures.
Approve and authorize the City Manager or his designee to negotiate and execute one
or more change orders to the contract amendment with Turner Construction for
related, additional but unforeseen work that.may occur during construction, the total
value of which change orders shall not exceed $163,205.
Page 1 of 5
Approve and authorize the ~Mayor to execute Amendment No. Three to Consultant
Contract No. C6076145 with Watry Design, Inc. (Attachment D), in the amount of
$69,200 to supplement staff by providing construction administration services for the
Downtown Parking Structures.
Approve and authorize the City Manager or his designee to negotiate and execute one
or more change orders to the contract amendment with Watry Design for related,
additional but unforeseen work that may. occur during construction, the total value of
which change orders shall not exceed $6,920.
DISCUSSION
Project Description
On March 19, 2001, Council adopted a "Resolution Adopting Engineer’s Report, Confirming
the Assessment, Ordering the Work and Directing Actions with Respect Thereto" for the new
University Avenue Area Off-Street Parking Assessment District. The assessment district is
financing the construction of two parking garages downtown. The two sites are Lots S and
L (Bryant/Lytton) and Lot R (south of University Avenue, between High/Alma). The new
garages will provide over 900 parking spaces, which is an increase of 700 spaces over what
currently exists in the downtown area. The design of the garage was completed and the
project advertised for construction bids in February 2002.
The construction contract is for both garages, which would be built simultaneously. The
Public Works Department does not have enough staffto manage the parking structure project
in addition to other workloads. In order to allow continued work on other projects, Council
authorized staff tO procure the services of a project management consultant to supplement
staff working on the parking structures.
Bid Process
Given the size and location of the project, staff wanted to ensure that any contractor selected
would be capable of completing the project in a high quality, timely fashion. In January
2002, a Request for Prequalification of Bidders was advertised and posted at local Builder’s
Exchanges. Any contractor who intended to submit a bid was required to complete a
questionnaire that presented the company’s financial status, ability to obtain bonding for a
project of this size, and experience building parking or other concrete structures. Ten
companies submitted information and six were determined to be qualified to submit
construction bids.
A formal notice inviting construction bids was issued to the six prequalified contractors on
February 20, 2002: The bidding period was 34 days. Bids were received from four
contractors on March 26, 2002, as listed on the attached bid summary (Attachment B). Bids
ranged from a high of $25,360,591 to a low of $22,535,000.
CMR:217:02 Page 2 of 5
Staff has reviewed all bids submitted, checked the Contractor’s State License Board and
found that the contractor has an active license on board, and recommends that the bid of
$22,535,000 submitted by McCarthy be accepted and that McCarthy be declared the low
bidder. The bid is 24 percent below the engineer’s estimate of $27,945,000 that was
.established for the March 2001 parking assessment district election. The change order
amount of $3,380,250 equals fifteen percent, of the total contract and is requested because of
the potential of an underground tank and contaminated soil at Lot R. The adjacent building
to the south of the site and fronting Alma Street (home to Yoga Source) once housed an
automobile repair shop and records indicated that at one time there was an underground
storage tank on Lot R. Exploratory excavations in the area did not locate any tanks;
however, without digging up significant areas of the parking lot it is difficult to eliminate this
possibility. The garage that will be built on the Lot S/L site has two basement levels, the
lowest of which sits just above the groundwater table. Given the. proximity, to the water
table, increased dewatering of the excavation may be necessary. In order not to delay the
project in case additional funding is needed to remove any tank, contaminated soil, or
groundwater, a contingency of 15 percent is requested.
Consultant Selection Process
Turner Construction provided project management services through the design period. At
the end of the design period in January 2002, a Request for Proposal was issued for services
construction administration services through the construction period. Six firms responded,
and two were selected for interviews. Turner Construction was selected because of its depth
of knowledge of the garages, familiarity with City processes and because as a construction
company, Turner has extensive construction expertise.
The Amendment to the contract with Watry Design (Attachment D) will provide for
consultant fee increases (due to inflation) through the end of construction. In addition,
because of the complexity of the project and comments during the design.review period,
additional specialty subconsultants were added to the project team. The Amendment will
allow Watry additional time to interface with these subconsultants over design-related issues
that arise during construction. Fees are also included for Watry to serve as a liaison between
the project artist, the material supplier and the contractor.
Public Outreach
In an effort to keep the community informed about the upcoming construction, staff attended
regular meetings of the Chamber of Commerce Parking Committee, presented information
at the Chamber’s Downtown Marketing Committee, provided informational brochures for
the Civic Center’s information desk, posted information posters at various public buildings,
provided information, brochures to property owners along with their annual assessment levy,
and issued a press release. In February, logistics plans showing lane closures, dunipster
locations and concrete truck circulation were provided to Avenidas and the Chamber of
Commerce for display at their counters. On March 27, 2002, staff held meetings at Avenidas
CMR:217:02 Page 3 of 5
to discuss the logistics plan and to address the concerns of the merchants whose businesses
are near the two sites. :
RESOURCE IMPACT
The City has sold two series of bonds on behalf of the University Avenue Off-Street Parking
Assessment District to build new parking garages on Lots R and SiL. The first series of
bonds equaled $9.25 million and the second series equaled $35.46 million for a total of
$44.71 million. Proceeds from the first series were used primarily to refinance prior bond
issues, pay pre-design and design expenses, and pay. financing expenses. Proceeds from the
second issue will be used for acquiring easements, construction management, and
construction and financing expenses. In addition to the bond proceeds, property owners paid
approximately $1.0 million in cash toward the project and the University Avenue Parking in
Lieu Fund has contributed $1.79 million.
Through a series of prior Budget Amendment Ordinances, City Council-has appropriated all
necessary funds in Capital Improvement Project 6900 "Lots S/L and R Parking Garages and
Non-Parking Area." Construction of the non-parking area on the S/L site has been funded
through the issue of $3.56 million in taxable Certificates of Participation that will be paid by
the City. The total appropriation to-date for this project is $41.57 million (this appropriation
covers expenses since this project was initiated in 1994-95).
¯Annual debt services payments paid by district property owners are being¯ ramped up over
a four-year period and will reach their maximum level in 2004-05. Property owners can
expect to pay approximately $1.47 per square foot annually at that time. This includes the
$.35 per square foot assessment associated with prior district bond obligations. The City of
Palo Alto’s annual assessment responsibility, as a result of Proposition 218, will rise to
approximately $77,000 in 2004,05. Annual debt service on the non-parking area is estimated
at $331,000 almually and will be paid from commercial rents on this space.
POLICY IMPLICATIONS
Approval of the contract and contract amendment are consistent with existing City policies.
TIMELINE
Groundbreaking on both structures is anticipated in early May, 2002. The garages will be
constructed simultaneously. Lot R is expected to be completed in May 2003 and Lot S/L in
November 2003. These dates could be extended due to weather, soil contamination, or other
unforeseen conditions that might delay construction.
ENVIRONMENTAL ASSESSMENT
An Environmental Impact Report was prepared as part of the PC zoning application and was
certified by Council on December 20, 1999.
CMR:217:02 Page 4 of 5
ATTACHMENTS
Attachment A:
Attachment B’
Attachment C:
Attachment D:
Construction Contract
Bid Summary
Amendment No. Two to Contract C8103688 with Turner Construction
Company
Amendment No. Three to Contract C6076145 with Watry Design,Inc.
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
BENGARD
Senior Engineer
-GLENN S. ROBERTS
Director .of Public Works
Assistant City Manager
CMR:217:02 Page 5 of 5
ORIGINAL ATTACHMENT A
FORMAL CONTRACT
CONTRACT No. C2142157
(Public Work)
Public Works Department
SECTION 500
This Contract, number C2142157 dated is entered into by and between the City of Palo Alto, a chartered
city and a municipal corporation of the State of California ("Cty") and McCarthy Building Companies, Inc.
("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor
("the parties") agree:
Term_. This Contract &hall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
-General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and_conditions of this Contract to the satisfaction of City. The Project and Work is generally, described as
follows:
Title of Project:CitY of Palo altoParking Structures Lot S/L and Lot R, Invitation for Bid (IFB) Number
142157 (Watry Project No. 9533A).
Bid:$ 22,535,000.00
Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the
City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions
thereof are set forth in the following descending cider of precedence.
a.This Contract.
b.Invitation for Bid.
c.Project Specifications.
d.Drawings.
e.Change Orders.
f.Bid.
g.Supplementary Conditions.
h.General Conditions.
I.j.
k.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1992).
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties. ’
Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set’forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
the receipt of written invoices and all necessary supporting, documentation within the time set forth in the"
Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within
thirty (30) Days of the date of receipt of Contractor’s invoices.
CITY OF PALO ALTO IFB 142157
rev. 12100
Insurance. On or before the Date Of Execution, Contractor shall obtain and maintain the policies of insurance
coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by
the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the
personal property of any person performing labor or Services or supplying materials or equipment under the
Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements
for each insurance policy shall be signed by a person who is authorized by that insurer to bind coveragein its
(Watry Project No. 9533A)PAGE 1 OF 7
FORMAL CONTRACT SECTION 500
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this
Contract.
10.
11.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers,
employees, agents and representatives harmless from and against any and all claims, demands, liabilities,
losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or
indirectly, at any time from any injury to oF death of persons or damage to property as a result of the willful acts
or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law
respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from
Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is
required not to do under this Contract, or which arises from conduct for which any Law may impose stdct liability
on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise
from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers,
empioyees, agents or representatives. This indemnification shall extend to any and all claims, demands, or
liens made or filed by reason of any work performed by Contractorunder this Contract at any time during the
term of this Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under
this Contract, Contractor further expressly agrees to protect, indemnify, .hold harmless and defend City, its City
Council members, officers and employees from and against any and all claims, demands, liabilities, losses,
damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in
connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract,
under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. ~j~9601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, §~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the
property of Contractor which may occur in, on, or about, the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of
City or any of its Council members, officers, employees, agents or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by
Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any
other provision, nor shall any custom or practice which may arise between the parties in the administration of
any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the
performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or
other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
pertaining to nondiscrimination in employment and hazardous materials.
Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the
Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation
For Bid.
CITY OF PALO ALTO IFB 142157
rev. 12/00
(Watry Project No. 9533A)PAGE 2 OF 7
FORMAL CONTRACT
12.
SECTION 500
Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
a.Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
bo
Co
eo
ho
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials are
required;
Any labor and services rendered and materials and equipment used or employed during the course
and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year
after the recordation of the Notice of Substantial Completion,. or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained
by Contractor for and in behalf of City.
Any information submitted by Contractor prior {o the award of Contract, or thereafter, upon request,
.whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true
and correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to
the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid;
Contractor has the power and authority to enter into this Contract with City, that the individual
executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract
shall be executed, delivered and performed pursuant to the power and authority conferred upon the
person or persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City’s decision to award the con-~ract to
Contractor;
ko
There are no unresolved claims or disputes between Contractor and City which would materially affect
Contractor’s ability to perform under the. Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resol,utions;
certifications, and other written information as may be requested of .Contractor by City from time to
time during the term of this Contract;
Contractor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and
13.
14.
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the.Project site.
Assi.qnment. This Contract and the performance required hereunder is personal to Contractor, and it st~all not
be assigned by Contractor. Any attempted assignment shall be ~ull and void.
Claims of Contractor. All claims pertaining to extra work~ additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or
registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or
required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim
to City.
15.Audits by City, During the term of this Contract and for a period of not less than three (3) years after the
CITY OF PALO ALTO IFB 142157 (Watry Project No.. 9533A)PAGE 3 OF 7rev. 12/00
FORMAL CONTRACT SECTION 500
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related
and Work-related Writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given b~i either party to the other shall be in writing and
shall be sufficiently given and served upon the other pa. rty if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone FAX number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
17.
Copy to:City of Pal0 Alto
Public Works Departmer~t
Engineering Division
250 Hamilton Avenue
Palo Alto, CA 94303
Attn: Karen Bengard, Project Manager
To Contractor:McCarthy Building-Companies, Inc.
400 Montgomery Street Suite 700
San Francisco, CA 94104
Attn: David P. Parkes
Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing in accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are
only appropriated for a portion of the fiscal year.and funds, for this Contract are no longer available. This
Section 16 shall control in the event of a conflict with any other provision of this Contract.
18.Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s
bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor.
Consent. Whenever in thisContract the approval or consent Of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant
such approval or consent.
Controlling Law. The parties agree that this Contract ~hall be governed and construed by and in
accordance with ~he Laws of the State of California.
d~Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and
Specifications (1992) of this Contract are incorporated herein by reference.
Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
CITY OF PALO ALTO IFB 142157 (Watry Project No. 9533A)PAGE 4 OF 7rev. 12/00
FORMAL CONTRACT
superior governmental authority.
SECTION 500
Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents described in Section
3 hereof and all documents which may, from time to time, be referred to in any duly executed
amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part
of this Contract.
Integration. This Contract and any amendments heret(~ between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract §hall not be modified or be binding upon the parties, unless
such modification is agreed to in Writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualif cation, restriction, reservation, term or
other stipulation in the Contract shall define or otherwise control, establish, or limit the performance
required or permitted or to be required of or permitted by either party.. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a Copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in beha f
of Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
Status of Contractor. in the exercise of rights and obligations under this Contract, Contractor acts as
an independent contractor and not as an agent or employee of City. Contractor shall not be entitled
to any rights and benefits accorded or accruing to the City Council members, officers or employees
of City, and Contractor expressly waives any and all claims to such rights and benefits.
Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply
to and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions, in the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on a
Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be
extended to the following Business Day.
Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation;.
however, if any party should commence litigation before the conclusion of mediation, such litigation,
including discovery, shall be stayed pending completion of mediation, and by executing this Contract
the parties stipulate to mediation in accordance with Santa Clara County
Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Oourt for the
Northern District of California, as such rules may be a~ended from time to timel The parties shall
share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached
in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
such action shall be vested exclusively-in the state courts of California in the County of Santa Clara
or in the United States District Court for the Northern District of California.
’CITY OF PALO ALTO IFB 142157
rev. 12100
(Watry Project No. 9533A)PAGE 5 OF 7
FORMAL CONTRACT SECTION 500
Recovery of Costs. Each Party s’hall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of anY claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of
Palo Alto, County of Santa Clara, State of California on the date first stated above.
A]-rEST:
APPROVED ASTO FORM:
City Clerk
CITY OF PALO ALTO
By:
Its Mayor
Senior Assistant City Attorney
APPROVED:CONTRACTOR:
Assistant City Manager
Director of Public Works
Director of Administrative Services
Contract Manager (Insurance Review)
By:
Name:
Title:
By:
Name:
Title:
(Compliance with California Corporations 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)
CITY OF PALO ALTO IFB 142157
rev. 12/00 (Watry Project No. 9533A)PAGE 6 OF 7
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On , before me,
_, a notary public in and for said County, personally appeared
, personally knownto 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/herttheir 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 (Seal)
CITY OF PALO ALTO IFB 142157
rev. t2/00 (Watry Project No. 9533A)PAGE 7 OF 7
ATTACHMENT B
o oo o
o oo o
o oo oo oo m"
IJJ
WI
111
i
i
Z r~
ATTACHMENT C
AMENDMENT NO. TWO TO CONTRACT NO. C8103688
BETWEEN THE CITY OF PALO ALTO AND
TURNER CONSTRUCTION COMPANY
T~is Amendment No.TWO to Contract No. C8103688
("Contract") 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 TURNER CONSTRUCTION COMPANY,
a New York corporation, located at i01 Park Center Plaza, Suite
ii00, San Jose, CA 95113 ("CONSULTANT").
RE C I TAL S:
WHEREAS, the Contract was entered into between the
parties for the provision of professional consulting services
relating to the Downtown Parking Structures; and
WHEREAS, the parties wish to amend the Contract;
NOW, THEREFORE, in consideration of the covenants, terms,
qonditions, and provisions of this Amendment, the parties agree:
SECTION i.
to. read as follows:
Paragraph 3.3 of Section 3 is hereby amended
CONSULTANT will assign Greg Smith as the
projgct director to have supervisory responsibility for
the performance, progress, and execution of the Project.
Pankaj Upadhyay will be assigned as the project
coordinator who will represeit CONSULTANT during day-to-
day work on the Project. Victor Shek will manage the
control systems on the Project and is assigned as the
ControlSystems Engineer. If circumstancesor conditions
subsequent to the execution of this Contract cause the
substitution of the project director, project
coordinator, or Control Systems Engineer forany reason,
the appointment of a substitute . project director,
substitute project coordinator or Control Systems
Engineer will be subject to the prior written approval of
the project manager.
SECTION 2. Paragraph 5.1.1 of Section 5 is hereby
amended to read as .follows:
020401 lh 0032534
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
Two Million Eighty-Four Thousand Five Hundred Ninety
Eight Dollars ($2,084,598). The total amount payable per
phase shall not exceed One Hundred Sixty-Seven Thousand
Four Hundred Twelve Dollars ($167,412) for Phases I & II;
Two Hundred Eighty-Five Thousand One Hundred Thirty-Eight
Dollars ($285,138) for Phase III; and One Million Six
Hundred Thirty-Two Thousand .Forty-Eight Dollars
($1,632,048) for Phase IV (construction). The amount of
compensation will be calculated .in accordance with the
hourly rate schedule set forth in Exhibits ~B" for Phase
I and II, "B-I" for Phase III, and "B-2" for Phase IV, on
a time and materials basis, up to the maximum amount set
forth in this Section. The fees of the consultants, who
have direct contractual relationships with CONSULTANT,
will be approved, in advance, by CITY. CITY reserves the
right to refuse payment of such fees,, if such prior
approval is not obtained by CONSULTANT.
SECTION 3. The following exhibit(s) to the Contract are
hereby amended to read as set forth in the attachment(s) to this
Amendment, which are incorporated in full by this reference:
Exhibit "A-2", consisting of two documents entitled
"Scope of. Services-Project Management Services for
Phase IV", and "Staffing Chart".
b. Exhibit "B-2" entitled "Fee Schedule for Phase IV".
SECTION 4. Except as herein modified, all other
provisions of the Contract, including any exhibits and subsequent
amendments thereto, shall remain in full force and effect.
II
II
II
II
II
II
2020401 lh 0032534
autho:~.zed representatives executed this ContraC~ on the date
above wr~:$el~.
ATTEST
APPROVED AS TO FORM:
Senior Asst. C£ty kt~brney.
APPROVED:
Assistan~ City Manager
Director of Fubl~ Works
Taxpaye:. Identification No.
Risk Manager
EXHIBIT
EXHIBIT
$C0~S OF PROJECT
WITNESS my hand and offi=Aal seal.
5
EXHIBIT A-2
Scope of Services
PROJECT MANAGEMENT SERVICES
Construction Phase (Phase IV)
DOWNTOWN PARKING STRUCTURES (CIP 19530)
GENERAL
The Public Works Department, Engineering Division, is interested in obtaining consultant services
to provide on-site construction management (CM) services during construction of two parking
garages in downtown Palo Alto.’ The estimated construction cost is $35-39 million, funded by the
formation of an assessment district by downtown property owners. The two new garages w{ll be
built simultaneously and existing City staffing levels are not sufficient to manage a project of this
size. The design Of the garages by the Watry Design Group is currently nearing completion and
it is estimated that construction will start in the Spring of 2002. CM services would commence
shortly before the project is advertised for bid (likely during the contractor i~requalification
phase).. ¯
One of the structures will be located at the site of existing surface Lot R (between High and
Alma Streets, between University and Hamilton). The garage will have one parking level at-
grade and four parking levelsabove-grade, for a total of about 200 spaces. This lot is
bordered on the north by two buildings, one ofwhich is a two-story retail/office. The south
side is bordered by a single, unreinforced masonry building running the entire lengthof the lot
which houses a variety of retail shops. A portion of the masonry building is historic,
estimated to be nearly 100-years old.
The second structure will be built on Lot S/L (at Bryant/Lytton Avenue). It will have two
basement levels, one level at-grade and four levels above grade, for a total of about 700
parking spaces-.
SCOPE OF WORK - CONSTRUCTION PHASE
Construction Management Services .
The Consultant shall implement the contract documents, coordinate with the contractor and
provide day to day management to include the following activities:
April 10, 2002
[]
[]
[]
[]
[]
[]
[]
[]
[]
[]
Document construction progress with photographs and/or videos in order to
establish a basis for progress payments, claims, etc. Reimbursable costs for this
item shall be included herein in the Consultant fee. This item is a separate cost
from the pre-construction Adjacent Property Survey discussed above.
Coordinate with City Utility Department
Review and process Requests for.Information, Shop Drawings and other
contractor Submittals
Prepare Extra Work Authorizations for Project Manager signature
Prepare Char~ge Orders f0r.Project Manager signature
Track submittal status
Respond to.questions from suppliers, subcontractors, merchants or others
Prepare daily inspection report and other pertinent construction documentation
Review and recommend progress payments.
Review and monitor the project schedule.
Meet as needed with downtown merchants or citizens to discuss the construction
schedule, traffic control plans and other issues related to construction (See
"Meetings")
Conduct weekly construction meeting. Take meeting minutes and provide copies
to attendees. Research and resolve issues that arise at the meetings.
¯ Prepare project status brochures monthly for distribution to merchants. Setup and
update a phone hotline that gives information on we~kly activities.
Secure Inspection Services
The Consultant shall secure the services a testing agency for materials testing as well as for
Special Inspections such as weld and fastener.inspection, post(pre-tensioned concrete
inspection, electrical, mechanical, etc. The inspector(s) shall be a subconsultant(s) to the
Consultant and the subconsultant fee should be included in the RFP fee.
The Consultant shall co0ri:linate and schedule progress field tests and any required sign-offs. "
Consultant shall review testing agency reports for compliance with specifications.
Post-Construction Services
Consultant shall:
Under the direction of the Project Manager, work to resolve all contract claim issues (Stop
Notices,. bonding, etc).
Ensure that warranty information is provided by the contractor. Warranty and other related close-
out information shall be compiled by Consultant and grouped by specifications sections.
April 10, 2002
Coordinate the preparation of record drawings with the contractor and review these drawings for
as-built accuracy.
Consolidate all project files and documentation.
Respond to and coordinate items related to defective work-items that are included in the project’s
warranty period. This may include coordinating the services of Watry Design Group,
.contractor or City maintenance staff.
ADMINISTRATIVE, MEETINGS, REIMBURSABLES
Review Invoicing and Correspondence
Consultant shall review payment invoices submitted by the Watry Design Group and contractor.
Within ten (10) days of its receipt from the Project Manager, Consultant shall verify the
accuracy and resolve any discrepancies in the invoice(s).
Consultant shall review and comment on any project-related correspondence if requested by the
Project Manager. Routine correspondence that is related to product information or minor design
issues may be prepared and answered by the Consultant on the Consultant’s letterhead, with a
copy of the response ,.directed to the Project Manager and to th~ Design Consultant.
Correspondence requMng City response shall be signed, only by the Project Manager.
Meetings
Throughout the construction process, Consultant shall be prepared to address comments and
concerns of the contractor, Watry Design Group, downtown merchants and citizens on an as-
needed basis. In addition, Consultant shall be prepared to attend the following anticipated
meetings:
[] Meet as-needed with contractors to discuss the project and/or pre-qualificati0n
process.
[]Pre-bid meeting with interested contractors
[]One City Council meeting for award of construction contract.
[]Pre-construction meeting with contractor
[]Site meetings with contractor and City staff.
[]Meet as-needed with Watry Design Group
[]Attend meetings with various City departments as-needed to coordinate design
plans Or construction logistics
Reimbursables
Fee for this should include miscellaneous costs incurred such as travel, copying documents,
telephone charges, film, video, photographs, .computer and postage expenses and operational
costs related to implementation of a Prolog project tracking system.
April 10, 2002
Costs for.film, film developing, video and other documentation needed to show progress or work
issues shall be included herein.
Office space and equipment for Consultant staff shall be part of the contractor’s bid package.
Extra Services
If all construction bids are rejected as aresult of funding constraints, Consultant.shall work with
Watry Design Group toidentify areas for potential scope reduction. Consultant shall prepare a
background information report that summarizes the bids received and a recommended action(s).
If hazardous material is uncovered or other unforseen circumstances that require additional
staffing levels should arise, Consultant shall assign additional staff as needed. Any additional staff
assigned shall be approved by the City-.
END
April 10, 2002
-4
o0
Palo Alto Parking Garages
Turner Construction Company
Hourly Rates
March 20, 2002
EXHIBIT B-2
Position
Project Executive
ProjectManager
Construction Manager
Controls Engineer
Administrative
IName
Walter Denmead
Greg S_mith
Pankaj Upadhyay
Victor Shek
Gina Gaines
Hourly
Rate
$184
$161
$127
$91
$62
Full Time (F/T) or Part
Time (P/T)
P/T .
F/T
F/T
F/T
PIT
Rates assume that vacation, sick time and holiday time will be included. Staff indicated
as full time will be billed for a full month. Part time staff will be billed for actual hours
workedl "
Rates are subject to annual increases of 5% on January 1 of each year.
ATTACHMENT D
AMENDMENT NO. THREE ’TO CONTRACT NO. C60761’45
BETWEEN THE CITY OF PALO ALTO AND
WATRY DESIGN, INC.
This Amendment No. Three to Contract No. C6076145
("Contract") 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 WATRY DESIGN, INC. a
California corporation located at 815 Hamilton Street, Redwood
City, CA 94063 ("CONSULTANT).
RE C I TAL S:
WHEREAS, the .Contract was entered into between the
parties for the provision of design consultant services; and
WHEREAS, the parties wish to amend the Contract;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION I.
foilows:
Section 6.1 is hereby amended to read as
"In consideration for the full performance of the
Basic Services and Reimbursable Expenses described
in Section 4.1 and 6.1.3 of this Agreement, CITY
agrees to pay CONSULTANT a fee not to exceed
Seventy Thousand Dollars ($70,000). for Phase One;
Six Hundred Eighty-two Thousand One Hundred Thirty-
six ThousandDollars ($682,136) for Phase Two; and
One Million Six Hundred Thirty-six Thousand Dollars
($i,636,000. for Phase III and IV final design and
construction adminfstration. An additional fee not
to exceed Sixty-nine Thousand Two Hundred Dollars
($69,200) Shall be paid by CITY for fee inflation
costs, additional subconsultant design ~versight
and construction document reimbursables, as
described in Exhibit."C-l"."
SECTION 2.The following exhibit ~is hereby added to
the contract to read as set forth in the attachment(s) to this
Amendment, which are incorporated in full by this reference:
a. Exhibit "C-I"
Amendment and Rate Schedule".
entitled "Request for Contract
//
//
020409 sm 0032541
SECTION 3..Except as herein modified, all other
provisions of the Contract, including any.exhibits and subsequent
amendmentsthereto, shall remain in full force and effect.
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
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Public Works
Director of Administrative
Services
Insurance Review
Mayor
WATRY DESIGN, .INC.
Name: OA~’~) bO
Tit le:. ~’[ C~~
Name[-] , . ~-~ .
Title : ~ ~m~e,p~-~/&q~
Taxpayer Identification No.
94-2302782
(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 "C-l": Request for
Schedule
Contract Amendment and Rate
2
020409 sm 0032541
CERTIFICATE OF ACKNOWLEDGMENT
(Civi! Code ~ 1189)
STATE OF
COUNTY OF
)
)
)
, before me, the. undersigned, a
notary public .zn and for said County, personally appeared
p~_r~onall¥ know~ Jmo me. (~r proved to me on the basis of
satisfactory evidence) to be the. person(s) whose name(s) i~/are
subscribed to the within instrument, and acknowledged to me that
h~/they executed the same in h~/their authorized
capacity(ies), and that by ,h~~/their signature(s) on the
instrument the person(s), or the entity upon behalf of w~ich the
person(s) acted, executed the instrument.
WITNESS my hand and Qfficial seal.¯
Signature of Public
020409 sm 0032541
CERTIFICATE OFACKNOWLEDGMENT
(Civil Code ~ 1189)
STATE OF
COUNTY OF
)
)
)
On l~pcil q~ 2oo~ , before me, the undersigned, a
notary public in and for said County, personally appeared
p.emscnal!y---k~e-~r proved to me on the basis of
¯ satisfactory evidence) .to be the person(s) whose name(s)
subscribed to the within instrument, and acknowledged to me that
h~oh~/they executed the same in ~r/their authorized
capacity(ies), and that by ~¢~itheir ~ignature(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.
020409 sm 0032541
A r ¢ h i f e c t s ¯E n g i n ¯e r ~¯P a ¢ k i n g P ] o n n e r s
WATRY DESIGH,
March 26, 2002
Ms. Karen Bangard
City Of Palo Alto
250 Hamilton Ave.
palo Alto, CA 94203
palo Alto Parking Structures Phas~ UI
Project #9533A.312
Request for Contract Amendment
P~ our discussion last week, we are writing to request an amendment to our contract of Jun~- 4, 2001 for
the Palo Alto Parking Structures Phase IlL We have ida.ratified the following scope changes which
modify our contract:
Escalation, Lots S/L and R
(ref. WDI Contra~t Fee Proposal p.4: Assumptions Item
WDI’s contxaot stipulates "if the de.sign services covered by this agreement have not been
completed ~ 18 mon~ ofth, date h~eof (April 17, 2001) the romain~g fogs shall be
escalated at ~e rote 0f 4% p~r yoa~’, ~efore we request ~t for th~ work re~inhg as of
Febma~ 17, 2002 our fee may be raised by 4 %.
40% of $65,000 Plan Check & Bidding feeX 0.04 --- $1~040 ........ ......."
100% of $291,700 ConsWaction Administration fee x 0.04= ~~
SUBTOTAL ITEM 1 $12,640
Construction Administration, Lot R "
(ref. WDI Contract F¢~ Proposal Exhibit A page 6: Additional Services item 6)
WDI originally assumed cons~uction administration to be exclusively the responsibility of
W’DI and this is reflccV’d in the 1"~ proposal Subsequently, Jos~h Bdlomo Asso0iates
(JBA) have insisted upon significant involvement during CA, JBA fees for this service wmre
¯ not included in the original proposal,nor were WDI fees resulting from the additional effort
required to include ~BA review iu the process. The following itemizes the quoted and
anticipated fees for this service:
Submittals review by JBA:
KFIs by JBA:
Site visits by JFIA:
WDI coordination with .TBA;
SUBTOTAL
$11,700
$2,300
$2,260
$41.060
EXHIBIT nC-l"
815 Hamilton Street, Redwood ci~, Cali[arnlo 9~063 ° Tel: 650.298.8150 * Fa~: &50,298.8151 = www,w=/ryde=ign-com .
Karcn Igcngard
Pale Abe Park,he Structures 9533A
page 2 o/’2
03/26/02
In addition to the CA services associated with JBA, during Phase III severn] additional
suboonsultants have been added to the project with whom coordination will be required
during construction administration- These include:
Security: Tomasi Dubois:$1,500
¯ Elevator: Hesselborg Ke~see:$2,000
Art: Sam Smidt:$2000
SUBTOTAL $5,500
SUBTOTAL ITEM 2 $46,560
Rcimbursables
(re£ WDI Contract Fee Proposal Exhibit A pageS,6: Reimbursed Expenses)
WDI’s proposal did not include printing of consl~uotion documents. At this point we
estimate an additional 30 sets of drawings and specifications will be needed for construction.
The estimated rcirabursable allowance required for printing is $10,000.
¯ SUBTOTAL ITEM 3 $10,000
Total Compensation aud Reimbnrsables for this Contract Amendment;$69,200
We appreciate your consideration of our request for this contract amenflmgm.
Sincerely,
WATRy DESIGN,, INC. ¯ .
Michelle Wendler, Architect
lh-incipal
¯ Attachments: Appendix A: WDI Schedule of Hourly Billing R~tes
CC: Gary Ne~vgard, Lisa Blanton, John Purinton, David Lococo, Ray B|igh, Juli¢ Georg¢
APPENDIX A: WATRY DESIGN INC. SCHEDULE OF HOURLY BILLING RATES
Our current standard hourly rate schedule is:
Nick Wstry:$185/hour Asst. Project Mgr.$100/hour
Senior Consultant:$165/hour Senior J ob Captain:$100/hour
Consultant:$140/1~our Job Captain:$95/hour
Principal:$135/hour Senior Designer:$85/hour
St. Project Mgr:$120/hour Staff Designer:$80/hour
Project Manager:$1 lO/tiour Clerical:$50/hour
These rates will be adjusted by 4% per year 6tatting on the first armiversary date of the contract.