HomeMy WebLinkAbout2002-09-09 City Council (4)City of Palo Alto
CRy Manager’s Report
TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
CITY MANAGER
SEPTEMBER 9, 2002
DEPARTMENT: COMMUNITY SERVICES
CMR:374:02
APPROVAL OF AMENDMENT NO. 3 TO THE CONTRACT WITH
DILLINGHAM ASSOCIATES IN THE AMOUNT OF $83,320 FOR
SERVICES ASSOCIATED WITH DESIGN DEVELOPMENT AND
CONSTRUCTION DOCUMENTS FOR PHASE 2 OF THE MITCHELL
PARK FACILITIES IMPROVEMENTS (CIP 19803)
RECOMMENDATION
Staff recommends that Council authorize the City Manager or his designee to execute
Amendment No. 3 to the contract with Dillingham Associates, increasing maximum
compensation by $83,320, which includes a $7,500 contingency for additional services such
as providing planning surveys, .site evaluations, feasibility studies or attending additional
meetings, presentations or workshops outside the basic scope of services, for a total contract
amount of $245,915.
BACKGROUND
In December 2000, Council approved a Park Improvement Ordinance adopting a Site
Improvement Plan for the phased renovation of Mitchell Park. The Site Improvement Plan
was prepared by Dillingham Associates under contract C8103195 in the amount of $58,598.
Dillingham Associates was subsequently retained on a sole source basis to provide design
development and construction documents for the first phase of the Mitchell Park Facilities
Improvements Project (CIP 19803) under Amendment Nos. 1 and 2, which increased
maximum compensation by $103,997 for a total contract amount of $162,595.
DISCUSSION
The scope of services for Phase 2 improvements includes provision of design development
and construction documents for the following components of the Site Improvement Plan:
renovations to all group and individual picnic areas and park pathways.; grading, drainage and
irrigation improvements to the ’great lawn’ and adjacent turf areas; renovation of the arbors,
multi-use bowl; demolition and replacement of the existing restroom at the tennis courts and
installation of a new restroom at the East Meadow group picnic area, and miscellaneous other
minor site improvements.
CMR:374:02 Page 1 of 2
RESOURCE IMPACT
The funding for design and construction of Phase 2 improvements is available in CIP 19803.
The total estimated cost of all phases of the project is $3.3 million dollars, of which $2.4
million is currently funded within the Infrastructure Management Program. Costs for design
and construction of Phase 1 .improvements currently total $1.5 million. Future year funding
for implementation of subsequent phases will be requested through the Capital Improvement
Project process.
POLICY IMPLICATIONS
Implementation ~ofMitchell Park Facilities Improvements Phase 2 is consistent with existing
City policy, including Comprehensive Plan Policies C-24, C-26 and C-32.
ENVIRONMENTAL REVIEW
Niitchell Park Facilities Improvements Phase 2 is a landscape renovation project and is
therefore categorically exempt from CEQA.
ATTACHMENTS
Attachment A:Contract
PREPARED BY:
CHRIS RAFFERTY
Project Manager, Community Services
/.~-o~ices
CITY MANAGER APPROVAL: ~. ~
EMILY HARRISON
Assistant City Manager
CMR:374:02 Page 2 of 2
AMENDMENT NO. THREE TO CONTRACT NO. C8103195
BETWEEN THE CITY OF PALO ALTO AND
REED DILLINGHAM DBA DILLINGHAI~ASSOCIATES
.This Amendment No.Three to Contract No. C8103195
("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 REED
DILLINGHAM DBA DILLINGHAM .ASSOCIATES, a sole proprietorship,
located at 2927 Newbury Street,Berkeley,CA 94703
"CONTP~ACTOR"). "
R E C’I T A L S:
WHEREAS, the Contract was entered intobetween the
parties for the provision of site improvement plan for
renovation of Mitchell Park; and
WHEREAS, the Contract was amended to include .design
development and construction documents for the first phase of
Mitchell Park Facilities Improvements (the "Project"); and
WHEREAS, the parties wish to amend the Contract to
include design development and construction documents for Phase
II of the Project; and
NOW, THEREFORE, in consideration of. the covenants,
terms, conditions, and provisions of this Amendment, the parties
agree :.
SECTION i. Section 4.1 is hereby amended to
read as follows:
~Inconsideration of the full performance of
the Services~ by CONTRACTOR,CITY will pay
CONTRACTOR a total sum not to exceed One
Hundred Sixty-Two Thousand Five Hundred
Ninety-Five Dollars ($162,595) for services
rendered for Phase I of the Project and a
sum not~ to exceed Eighty Three-Thousand
Three Hundred TwentY Dollars ($83,320.00)
which includes Seven Thousand Five Hundred
Dollars ($7,500) for contract contingency
for Phase II. of the Project, for a total
contract amount not to .exceed. Two Hundred
Forty-Five Thousand Nine Hundred Fifteen
Dollars ($245,915.00), payable within thirty
(30) days of submission by CONTRACTOR of its
itemized billings, in triplicate."
SECTION 2. Exhibit "A" to the contract entitled
"Scope of Work" is hereby amendid to include Exhibit ~A" to
Amendment One, Exhibit "A" to Amendment Two and Exhibit "A" to
Amendment Three.
020729 sd10053090
SECTION 3.ExCept as herein modified, all other
provisions of the Contract, including any exhibits and
subsequent amendments thereto, 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 Mayor
APPROVED AS TO FORM:
City Attorney
APPROVED:
Assistant City Manager
REED DILLINGHAM DBA DILLINGHAM
ASSOCIATES
Title:
Director of Administrative
Services
Taxpayer Identification No.
94-3322085
Director of Community
Services
Insurance Review
Attachments:
EXHIBIT "A".Scope of Work & Time Schedule for Landscape
Architectural Services for Mitchell Park
Facilities Renovation Phase 2
020729 sdl 0053090 2
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF ~)
)
)
On ~.. ~ ~~-- ,-before me, the undersigned, a
notary public in and for said County, personally appeared
p.-..,~._~_.-_-; : ~ (or proved to me on the basis of
satisfactory evidence) to be the person(~) whose name~) is/~=re
subscribed to the within instrument, and acknowledged to me that
he/sk4e/~4%ey executed the same in his/he,/their authorized
capacity(ie~), and that by his/be~r/t~ir signature C89 on the
instrument the person~), or the entity upon behalf of which the
person~) acted, executed the instrument.
WITNESS my hand and officia! seal.
Signature of Notary Public
020729 ~d10053090 3
Proposal for Landscape Architectural Services
Mitchell Park Facilities Renovation Phase-2
City of-Palo Alto, California
Prepared by Dillingham Associates Landscape Architects
July 10, 2002
Legend:
Prin = Principal Time @ $120 per hour
Assc = Associate Time @ $95 per hour
Draft = Drafting Time @ $75 per hour
Sub = Subconsultant Fees
No Task Prin Assc Draft Sub Fees
t Desig n Deveiop, ment Phase
3 3 $6451.! Review proiect scope and bud,qet with City staff
Consider response/revisions due to any comments from
ARB Council & others.
1.2 Initiate Surveys
1.2.1 . Prepare detailed .site survey.showing pathways, picmc, areas
............ and tu~f meadows. ¯
ii2.2 0verall.s, it.~ ~u.~ey showing paths, buildings, parking and turf¯(to be iuse~!.as sign location plan and bench location plan)
Prepare detaile~l Sits piafi~ of park pathways, picnic areas,
,and turf meadows
1.3.1 Prepare detailed plan 0f East.Meadow Greup Picnic Area
. and Individual .Picnic.Area #1,including trash and recycling
enclosures.’andl~rop0sed new restroom building.
.P.repare deta.iled plan of Arbor PiCnic Area, individual Picnic
Area #2 and Quiet Games Area, including arbors and trash
& recycli..ug enclosures.,
1.3.3 Prepare detailed ~lan of Pine Grove Group Picnic Areaand
Individual Picnic Area #3, including trash and recycling
enclosures.
1.3.4 Prepare detailed plan of Redwood Group Picnic Area and
Individual Picnic Area #4, including trash and recycling
enclosures.
1.3.5 Prepare combined Plan showing pathway system, picnic
and play area boundaries (surface materials and edging),
and turf meadows.
1.3.6 Collect detailed catalogue materials
1.3:7.--Prepare detailed cost.estimate;
1.3
1.3.2
1.4 Prel~are detailed plan for.multi-purp0se area
1.4.1 Prepare de.tailed plan for resurfacing existing retaining wal!
and replacing concrete Stage; prepare sketch details
1.4.2 Collect detailed catalogue materials
1.4.3 Prepare detailedcost estimate.
6 --2 $1,080
:$:1,540
6 .:...: ¯ 2 $1 080
3 6 2 $1,080
$1,570
8 : ..2 $1;150
4 2 $53O
1-~ .2 ........-," .- ......, .$310
1.5 Prepare des ,qn plan for Main Arbor
1.5.1 Confirm design proposal for arbors at new community center
and library adjacent to park.
$310
Dillingham Associates.
Landscape Architects
Proposal for Landscape Architectural Services
Mitchell Park FacilitiesRenovation Phase 2
No Task
July 10, 2002
Prin Ass’c Draft Sub Fees
Page 2
1.5.2 Prepare detailed plan for Main Arbor reflecting comparability
with arbors at proposed new community center and library.
1.5.3 Prepare detailed cost estimate.
4
2
18 4
4 "
$2,490
$620
1.6
1.7
Prepare Detailed Plan forNew Restroom at East Meadow Group
Picnic Area and South End
1.6.1 Coordinate with Restroom Facilities: get data
1.6.2 Design means for accommodating restroom into park setting
1:6.3 Prepare plan and elevations
1.6.4 Prepare detailed cost estimate
Review plans for pathways.. P~cnic areas, turf meadows, MUlti-
purpose area, Main Arbor and New Restroom with City staff.
1.8. Revise materials n respons to.City comments.
Subtotal Phase 1
2 Construction Documents Phase
1
1
1
t
$3OO
$45O
$600
$3O0
$42O
$57O
$72O
$420
$860_
$690
$33,290
2.1 Adiust"plans for pathyways,picni~ areas and turf meadows to match
conditions or survey (’~,~acJ i4ii
2.2 Tltle’ Sheet
.2.3~Demolition Plan .
"2.3.1 North.e~dfacilities (scale to be determined).
2’.3.2 South en~l fa_cilities .(s~ale to be determined)
2.4 Gradinq and Dra na.qe~P ai~:~ "
1
6
6
6
4
6
1
¯ 2.:4.1.. North en8 facilitie~ and’ pathways (scale to be deterrnined).2;4.2 Soutl~ end facilitiesandl~athways (scale to be determined).
2.4:3. Great lawn and ipa!h’Wa~s: (scale to be determined).
" Storm drainage olans (integrated with grading)
Calculation of cut.and fill quantities
Review Of drainage p.lan by civil engineers
2.5 .Layout Plan for Pathways, Picnic Areas, Main Arbor and Muiti-
purpose Area.
2.5.1 North end facilities (-scale to be determined)
2.5.2 South end facilities ’(scale to be determined)
Electric l~l.an to Main Arbor Area
2.6. Irri.qation Plan: Adlustmentsto’Ex~st~n.q and New
Research. and confirm existing facilities
2.6.1 Northe~6d facilities (scale to be determined)
2.6.2 South end facilities (scale tobe determined)
2.6.3 Great lawn (scale to be determined).
Irrigation details and notes
2.7 Plantin.q Plan
2.7.1 North end facilities (scale to be determined)
2.7.2 South end facilities (scale tobe determined)
Planting details and notes
6 : :6
2 2
~$t,260
$460
6-.2
6 2
$8~0.
$840
2...- -2 ....
2 2 .~.-.
6
$1,000
$1,,060
.~.-$1’#60
:;$I,;060
$860
$1,290
$1,120
4 .’! 16:’ 2 ’
4 ,,.~16"..- - 2 . .: ~.$2;1.50
......$rl;000.$1,000
1 6~.. .16 -.
1 6.16 .....
1 6 16
1 6 16
.$880
.$1,890
$1~890--. - ’
$1,890
$1 890
2
-2
1
8¯$1,000
$1,000
$500
Dillingham Associates
Landscape Architects
Proposal for Landscape Architectural Services
Mitchell Park Facilities Renovation Phase 2 "
~1o Task
July "10, 2002
Prin Assc Draft Sub
Page 3
Fees
2.8 Construction Details
arbor section, arbor elevation, arbor details
replacement of existing lighting .in arbor,
temporary structure for vines during construction,
wall at Multi-purpose Area, paving at Multi-purpose Area,
stage at Multi-purpose Area, back-drop for stage,
pathway section, drain inlets, sanitary drain line to new
restroom, signs, picnic facilities, misc. paving.
4 2O 20 $3,880
2.9. Specificat ons.4 4 1
2.10 Architectural Plan, Details and Specifications forNew Restroom
Miscellaneous constructiondetails f9r adapting prefab to setting
¯ Coordination with utilities
4
4
2.11 Construction Documents Cost Estimate (Enqinee¢s Estimate).4 8 2
.3.0
3.~
,Subtotal Phase 2
Bidding Assistance Phase
Attend Pr~-bid Meeting
3.2 Answe~ questions¯fr0m bidders
Subtotal Phase 3
4.0 Constructien Observation Phase
4.1 .~ Attend Pre-construction meeting with Contractor
4.2 Review submittals from Contractor-’
4.3 Site review meetings (10 meetings @ 3.5 hours each)
4.4 Pre-maintenance. inspection 4 4
4.5 Final inspection
:Subtotal Phase 4 ..
Totals
4
Subtotal of Profeaafonal Fees
Reimbursable Expenses
Total of. Professional Fees and Reimbursable Expenses
.$300
$935
$80O
$38O
.$1,390
$33,475
$645
$310
$955
.,.. $690
$4,525
$860
$380
$~1oo
$74,.820
’$1,000
$75,820
Dillingham Associates
Landscape Architects
~Eche|| P~, (~if~/of Palo
OillinBbam.+ Associates Landscape Architects
JulylO, 2002.
Stage 1 - Design Development -_
Will b~ completed 45 days from the Notice to Proceed
Stage 2 - Construction Documents
Will be completed 7~; days from the Completion ofthe Design Development Stage
Sta~e 3 - Bidding Assistance
Willconform ~o the.City’~ bidding schedule and requirements.
Stase 4 " Construction Admlnis~ation. ’ :
Will.conform to-Re city’s and Contractor’s schedule req ulrements.
TOTAL P.02