HomeMy WebLinkAbout4.10 DolanPrkPh2SubmitPrpslCITY OF DUBLIN
AGENDA STATEMENT
CITY COUNCIL MEETING DATE: September 14, 1987
SUBJECT
: Dolan Park Improvements, Phase II
EXHIBITS ATTACHED
A. Invitation to Submit Proposal
RECOMMENDATION
B ·
Consultant Services Agreement
Retain Cardoza-DiLallo-Harringt0n
for Dolan Park, Phase II Landscape
Architectural Services
2. Authorize Mayor to Execute Agreement
FINANCIAL STATEMENT :
Cost to City $10,800 - $16,800. -
Sufficient funds are available in FY
87-88.
DESCRIPTION : On June 23, 1987, the City Council
adopted the 1987-88 update to the five-year Capital Improvement
Program which provided funds for Dolan Park, Phase II. With
construction scheduled to begin on September 21, 1987 for Phase I
improvements, staff has determined that it would behoove the City
to move forward with development of the final design and
construction documents for Phase II improvements.
As Cardoza-DiLatlo-Harrington prepared the design and
construction documents for Dolan Park, Phase I, staff felt that
there was an obvious advantage in having them continue with Dolan
Park, Phase II. Therefore, they were asked to submit a proposal
based on the Scope of Services outlined in Exhibit A.
Staff has reviewed the proposal submitted by Cardoza-DiLallo-
Harrington and found that the estimated cost and proposed
timeline is comparable with similar projects undertaken by the
City. Consequently it is staff's recommendation that Cardoza-
DiLallo-Harrington be retained to provide landscape architectural
services for Dolan Park, Phase II.
Exhibit B is the Standard Consultant Services Agreement prepared
by the City Attorney that has been adapted for Dolan Park, Phase
II. The total cost to the City is $10,800 to $16,800. Design
services are $10,800 and construction observation will be billed
hourly not to exceed 80 hours at $75.00 per hour. Sufficient
funds are available in the FY 87-88 Budget.
It is the recommendation of staff that the City Council take the
following action:
Retain Cardoza-DiLallo-Harrington for Dolan Park, Phase II
Landscape Architectural Services.
2. Authorize Mayor to Execute Agreement.
ITEM NO. __~_
EXHIBIT A
CITY OF DUBLIN
P.O. Box 2340 DUBLIN, CALIFORNIA 94568
CITY OFFICES
6500 DUBLIN E~LVD.
ADMINISTRATION
829-4600
BUILDING INSPECTION
829~D822
CITY COUNCIL
829-4600
CODE ENFORCEMENT
829~D822
ENGINEERING
829-4927
FINANCE
829-6226
PLANNING
829-49 16
POLICE
829-0566
PUBLIC WORKS
829-4927
RECREATION
829-4932
July 24, 1987
Mr. Robert W. Stone
Cardoza, Dilallo, Harrington
11883 Dublin Blvd.,' B-235
Dublin, CA 94568
Dear Bob:
As you know, construction of Dolan Park, Phase I, is
tentatively scheduled to begin in mid-August. Conse-
quently, the City would like to begin work on the design
and construction documents for Phase II. We would like
to invite Cardoza, Dilallo, Harrington to submit a bid
for the Phase II improvements.
The work to be included is as follows:
Phase II Improvement~
Sports Court, parcourse, group picnic area, day camp
shelter and tot play area, as well as completion of
walkways, irrigation, lighting and landscaping.
Scope of Work
Based on the approved Master plan, prepare preliminary
plans, cost estimates and outline specifications for
review and approval by City Staff.
Present preliminary construction plans for City Staff
review.
o
Prepare final plans, specifications, cost estimates
and bid documents.
e
Assist project manager at the pre-bid meeting and the
pre-construction meeting.
5. Provide construction inspection and administration.
Robert W. Stone
July 24, 1987
-2-
Additional Information Needed
1. Fee schedule showing hourly rates.of staff.
The approximate fee (or general cost range). The total con-
struction budget for Phase II improvements will be between
$160,000 and $185,000.
3. A proposed timetable for cbmpletion of the work.
Should you have any questions related to Phase II improvements or
the scope of work, please don't hesitate Lo call me at 829-4932.
I look forward to receiving your proposal.
Sincerely,
,~/~,~" .~j
Diane L. Lowart
Director of Recreation
DLL/mj r
EXHIBIT B
CONSULTANT SERVICES AGREEMENT
LANDSCAPE ARCHITECTURAL SERVICES
DOLAN PARK, PHASE II
THIS AGREEMENT is made at Dublin, California, as of
, 19 , by and between the CITY OF DUBLIN, a
municipal corporation ("City"), and Cardoza-DiLallo-Harrington
Landscape Architecture and Planning Partnership, a California
Corporation ("Consultant"), who agree as follows:
1. SERVICES. Subject to the terms and conditions set
forth in this Agreement, consultant shall provide to City the
services described in Exhibit A. Consultant shall provide said
services at the time, place and in the manner specified in
Exhibit A.
2. PAYMENT. City shall pay Consultant for services
rendered pursuant to this Agreement at the time and in the manner
set forth in Exhibit B. The payments specified in Exhibit B
shall be the only payments to be made to Consultant for services
rendered pursuant to this Agreement. Consultant shall submit
all billings for said services to City in the manner specified in
Exhibit B; or, if no manner specified in Exhibit B, then
according to the usual and customary procedures and practices
which Consultant uses for billing clients similar to City.
3. FACILITIES AND EQUIPMENT. Consultant shall, at
its sole cost and expense, furnish all facilities and equipment
which may be required for furnishing services pursuant to this
Agreement.
4. GENERAL PROVISIONS. The general provisions set
forth in Exhibit C are part of this Agreement. In the event of
any inconsistency between said general provisions and any other
terms or conditions of this Agreement, the other term or
condition shall control insofar as it is inconsistent with the
general provisions.
6/5/87 1
5. EXHIBITS. Ail exhibits referred to herein are
attached hereto and are by this reference incorporated herein.
Executed as of the day first above stated.
CITY OF DUBLIN, a municipal
corporation
By¸
"Mayor"
Attest:
City Clerk
By
"Consultant"
6/5/87 2
SCOPE OF SERVICES
EXHIBIT A
PROJECT DESCRIPTION
Scope of Services includes landscape architectural preliminary
and construction documents for Phase II of Dolan Park, based on
the approved Masterplan.
SCOPE OF SERVICES
TASK I: Preliminar~ Plans
Consultant shall meet with the design team for the project
as defined by City for the purpose of:
3.
4.
5.
Refining and detailing work program project schedule
and design service schedule.
Establishing key milestone dates.
Outlining project goals and objectives.
Discussing and defining project budgets.
Discussing and defining project elements and
priorities.
Reviewing design refinement plans and cost analysis.
Be
After this initial meeting the consultant shall develop a
preliminary plan highlighting the Phase II additions to the
Park as follows: sports court, par course, group picnic
area, day camp shelter, and tot lot area, as well as
completion of walkways, irrigation and landscaping. A
preliminary construction cost analysis and outline
specfications should be prepared in conjunction with the
plan presentation. After approval of both plans and
estimate, we will proceed to construction documents.
TASK II: Construction Documents
Consultant shall prepare landscape architectural
construction documents which set forth in detail the
requirements for the project in accordance with applicable
governmental codes and ordinances. Documents shall be drawn
at an appropriate scale and include, but not be limited to:
2.
3.
4.
5.
6.
7.
Grading plans which depict vertical control of
hardscape elements and drainage structures.
Construction and staking plans locating by dimension
all hardscape amenities.
Irrigation plans which illustrate pipe sizes, heads,
valves, clock locations, and points of connection.
Planting plans which illustrate size, locations and
species, including pottery plans for models.
Appropriate construction, irrigation, and planting
details.
Landscape specifications.
Construction cost analysis.
Preliminary construction plans (50% complete) will be made
available for staff approval, prior to final document
preparation.
TASK III: Bid Coordination/Construction Observation
Specific services include, but are not limited to:
2.
3.
4.
Be available for interpretation of bid documents.
Attend pre-bid and pre-construction conference.
Attend various landscape field inspections.
Weekly site observations, as mutually agreed between
City and Consultant, will be conducted for general
conformance with the design concept and general
compliance with the information given in the
construction documents.
Pre-maintenance observation including preparation of a
"punch list" outlining landscape construction
deficiencies.
Final observation including preparation of a "punch
list" outlining landscape construction deficiencies.
Page 1 of 3
CHANGE ORDERS
Change Orders shall be for services that are beyond the Scope of
Services and may include, but not limited to the following:
Revisions or modifications to documents, drawings, or
specifications when such revisions or modifications are
inconsistent with approvals or instructions previously given
or are required by the enactment or revision of codes or
laws by governmental agencies having jurisdiction over the
project subsequent to the preparation of such documents,
drawings, or specifications.
Providing consultation concerning replacement of any work
damaged by fire or other cause during construction', and
furnishing professional services as may be required in
connection with the replacement of such work.
e
Providing services not otherwise included in this Agreement
or not customarily furnished in accordance with generally
accepted practice of landscape architecture.
Upon the request for additional services, Cardoza-DiLallo-
Harrington shall provide the scope and costing of said Change
Order (whether flat fee or per the fee schedule set forth herein)
and timely dispatch a copy of said Change Order to the City,
confirming the agreement of the parties.
CITY'S RESPONSIBILITIES
City shall designate a representative authorized to act in the
City's behalf with respect to the Project.
City shall furnish Cardoza-DiLallo-Harrington with all necessary
reference data, which includes, but is not limited to the
following:
2.
3.
4.
5.
6.
7.
8.
9.
Complete and accurate topographic and boundary survey plans
or engineer's grading plans.
Accurate architectural and other reference data.
Proposed and existing site limitations (ie: utilities,
easements)
Budget and phasing requirements.
Project requirements including program,
criteria.
Design and construction schedules.
Prompt notification in writing of architectural,
engineering, or site changes.
Property plot plans, if applicable.
Structural and agricultural suitability analysis soils
reports.
constraints, and
City shall be responsible for all plan check fees and building
permits by municipalities.
City shall examine documents submitted and render approval and
decisions pertaining thereto in a reasonably prompt manner, so as
to avoid unreasonable delay in the orderly progress of services.
City shall perform bid administration duties, including but not
limited to, advertising for bid, preparing addenda, receiving and
awarding construction bid.
City shall perform construction administration duties, including
but not limited to, the preparation, approval, and issuance of
Certificates of Payment, Change Orders and Final Notices.
Page 2 of 3
PROJECT SCHEDULE
Cardoza-DiLallo-Harrington shall perform services as
expeditiously as is consistent with professional skill and care
to meet requested submittal dates.
PROPOSED PROJECT SCHEDULE
ITEM:
Initial Meeting & Organization
Preliminary Plans, Estimate & Outline Spec's.
Construction Documents - Complete, Including
Estimate
Bidding & Bid Administration
Construction Administration Including Plant
Maintenance
TIME FRAME:
1 Week
3 Weeks
8 Weeks
5 Weeks
18-22 Wks
*Ail time frames are exclusive of City Reviews and Approvals
Page 3 of 3
EXHIBIT B
City shall pay Consultant the total sum of $16,800
for the scope of services required pursuant to this Agreement as
follows:
TASK I: Preliminary Plans
$1,800.
SUBTOTAL $ 1,800.
TASK II: Construction Documents $9,000.
SUBTOTAL
DESIGN FEE TOTAL
$ 9,000.
$10,800.
TASK III: Bid Coordination/Construction Observation
Bid Coordination/Construction Observation shall
be compensated at the personnel hourly rates
listed herein. Eighty (80) hours at the Principal
Rate is estimated for this service. Basic
services, as presented above, are inclusive of
local telephone charges, reasonable transportation
costs and regular clerical services.
Reimbursable Expenses are actual expenditures in connection with
the project and are in addition to the compensation for the Scope
of Services and Change Orders. Payments for Reimbursable
Expenses shall be made monthly upon presentation of Cardoza-
DiLallo-Harrington's statement of expenses incurred at:
reproduction cost plus fifteen percent (15%) or
$.25/mile or
direct costs for long distance telephone,
mailings/shippings, permit fees, or other
expenses incurred at the City's request.
special
similar
Payments for Change Orders shall be made monthly upon
presentation of Cardoza-DiLallo-Harrington's statement of
services rendered. Unless a flat fee is quoted by Cardoza-
DiLallo-Harrington at the time of creation of the Change Order,
Change Orders shall be compensated at the Following personnel
hourly rates (where applicable, rates apply to travel time):
Senior Principal
Principal
Senior Associate
Associate
Draftsman
Clerical
$ 87.50/hour
75.00/hour
60.00/hour
52.50/hour
38.50/hour
32.50/hour
Payment for a Change Order involving services of consultants
including but not limited to, architectural and civil,
structural, electrical and mechanical engineers, shall be made
monthly upon presentation of Cardoza-DiLallo-Harrington's
statement of services rendered plus fifteen percent (15%).
Consultant shall submit invoices during the term of this
Agreement based on the cost for services performed; provided,
however, billings shall be no more often than once a month; and
provided further, in no event shall City pay
consultant a sum exceeding 25% of the total sum due for
services pursuant to this Agreement in any one month; and
provided further, City shall pay the last 20% of the total sum
due pursuant to this Agreement within forty-five (45)
days after completion of the services provided that all services
due pursuant to this Agreement have been satisfactorily
performed.
City shall make no payment for any extra, further or
additional service pursuant to this Agreement unless such extra
service and the price therefor is agreed to in writing executed
by an official of City authorized to obligate City thereto prior
to the time such extra service is rendered.
Page 1 of 2
The services to b~ provided under this Agreement may be
halted or postponed at any point in time at the sole and
exclusive discretion of City. In this event, City shall
compensate the Consultant for all outstanding costs incurred to
date of written notice thereof and terminate this Agreement.
Consultant shall maintain adequate logs and timesheets in order
to verify costs incurred to date.
Page 2 of 2
EXHIBIT C
GENERAL PROVISIONS
1. INDEPENDENT CONTRACTOR. At all times during the term of
this Agreement, Consultant shall be an independent contractor and
shall not be an employee of City. City shall have the right to
control Consultant only insofar as the results of Consultant's
services rendered pursuant to this Agreement; however, City shall
not have the right to control the means by which Consultant
accomplishes services rendered pursuant to this Agreement.
2. LICENSES; PERMITS; ETC. Consultant represents and warrants
to City that he has all licenses, permits, qualifications and
approvals of whatsoever nature which are legally required for
Consultant to practice his profession. Consultant represents and
warrants to City that Consultant shall, at his sole cost and
expense, keep in effect at all times during the term of this
Agreement any licenses, permits, and approvals which are legally
required for Consultant to practice his profession.
3. TIME. Consultant shall devote such time to the performance
of services pursuant to this Agreement as may be reasonably
necessary for satisfactory performance of Consultant's
obligations pursuant to this Agreement. Time is the essence of
this Agreement.
4. INSURANCE.
(a)
Public Liability And Property Damage. The Consultant
shall take out and maintain in the name of the
Consultant and the City during the life of the
Agreement, such public liability insurance as shall
protect himself, the City, its officials, officers,
directors, employees and agents from claims which may
arise from operations under the Agreement, whether such
operations be by himself, by subcontractors, or by
anyone directly or indirectly employed by either of
them. This liability insurance shall include, but
shall not be limited to, protection against claims
arising from bodily and personal injury and damage to
property resulting from the Consultant's, City's or
subcontractor's operations, use of owned or nonowned
automobiles, products, and completed operations. The
amounts of insurance shall not be less than the
following:
Single limit coverage applying to bodily and personal
injury liability and property damage: $1,000,000.00 or
a lesser amount deemed sufficient by the City Manager.
The following endorsements must be attached to the
policy:
(1)
If the insurance policy covers on an "accident"
basis, it must be changed to "occurrence".
(2)
]
(3)
The policy must cover personal injury as well as
bodily injury.
The policy must cover complete contractual
liability. Exclusions of contractual liability
as to bodily injuries, personal injuries and
property damage must be eliminated from the basic
policy endorsements.
{4)
Broad from property damage liability must be
provided. Deductible shall not exceed $500
without special approval of the City.
Page 1 of 3
The City must be named as an additional named
insured under the coverage afforded with respect
to the work being performed under the Agreement.
(6)
An endorsement shall be provided which states the
coverage is primary insurance and that no other
insurance effected by the City will be called
upon to contribute to a loss under this
coverage.
(7)
The insurance policy shall contain a standard form
of cross-liability.
(8)
The insurance policy shall provide for an
unconditional notice of cancellation. Should the
policy or policies be cancelled before the
expiration date thereof, the issuing company will
mail 30 days written notice to the City.
b)
Worker's Compensation. During the term of this
Agreement, Consultant shall fully comply with the
terms of the law of California concerning worker's
compensation. Said compliance shall include, but not
be limited to, maintaining in full force and effect one
or more policies of insurance insuring against any
liability Consultant may have for worker's
compensation.
(c)
Professional Liability. Consultant shall carry
professional liability insurance in an amount deemed by
the City to adequately protect the Consultant against
liability caused by negligent acts, errors or omissions
on the part of the Consultant in the course of
performance of the services specified in this
Agreement.
(d)
Certificate of Insurance. Consultant shall take out
and keep policies of public liability, property damage,
worker's compensation and professional liability
insurance in full force and effect during the term of
this Agreement and shall submit to City a policy,
certificate or certificates of insurance evidencing
such coverage prior to commencement of work.
5. CONSULTANT NO AGENT. Except as City may specify in writing,
Consultant shall have no authority, express or implied, to act on
behalf of City in any capacity whatsoever as an agent.
Consultant shall have no authority, express or implied, pursuant
to this Agreement to bind City to any obligation whatsoever.
6. ASSIGNMENT PROHIBITED. No party to this Agreement may
assign any right or obligation pursuant to this Agreement. Any
attempted or purported assignment of any right or obligation
pursuant to this Agreement shall be void and of no effect.
7. PERSONNEL. Consultant shall assign only competent personnel
to perform services pursuant to this Agreement. In the event
that City, in its sole discretion, at any time during the term of
this Agreement, desires the removal of any such persons,
Consultant shall immediately upon receiving notice from City of
such desire of City cause the removal of such person or persons.
8. STANDARD OF PERFORMANCE. Consultant shall perform all
services required pursuant to this Agreement in the manner and
according to the standards observed by a competent practitioner
of the profession in which Consultant is engaged in the
geographical area in which Consultant practices his profession.
Ail instruments of service of whatsoever nature which Consultant
delivers to City pursuant to this Agreement shall be prepared in
a substantial, first class and workmanlike manner and conform to
the standards of quality normally observed by a person practicing
in Consultant's profession.
Page 2 of 3
9. HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consultant
shall take all responsibility for the work, shall bear all losses
and damages directly or indirectly resulting to him, to any
subcontractor, to the City, to City employees, or to parties
designated in any Special Provisions, on account of the
performance or character of the work, unforeseen difficulties,
accidents, occurrences or other causes predicated on active or
passive negligence of the Consultant or of any subcontractor.
Consultant shall indemnify and hold harmless the City, its
officers, officials, directors, employees and agents from and
against any or all loss, liability, expense, claim, costs
(including costs of defense), suits, and damages of every kind,
nature and description directly or indirectly arising from the
performance of the work.
Approval of the insurance contracts does not relieve the
Consultant or subcontractors from liability under this Hold
Harmless and Responsibility of Consultants clause.
10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement
may be funded by fiscal assistance from another governmental
entity, Consultant shall comply with all applicable rules and
regulations to which City is bound by the terms of such fiscal
assistance program.
11. INTEREST OF CONSULTANT. In accepting this Agreement,
Consultant covenants that it presently has no interest, and shall
not acquire any interest, direct or indirect, financial or
otherwise, which would conflict in any manner or degree with the
performance of the services hereunder. Consultant further
covenants that, in the performance of this Agreement, no
subcontractor or person having such an interest shall be
employed. Consultant certifies that no one who has or will have
any financial interest under this Agreement is an officer or
employee of City.
12. OWNERSHIP OF WORK PRODUCT. If requested in writing by the
City, all documents prepared by Consultant shall become the
property of the City upon completion of the project or
termination of this Agreement. The Consultant may retain a copy
of all material produced by Consultant pursuant to this Agreement
for use in its general business activities. Should the City
desire to use the work completed under this Agreement for
purposes other than those intended under this Agreement, the City
will notify Consultant in writing prior to any other reuse of
said documents.
Page 3 of 3