HomeMy WebLinkAbout05085 - PALM SPRINGS PUBLIC LIBRARY FEASIBILITY STUDY PFEIFFER PARTNERS INC Pfeiffer Partners, Inc.
Library Feasibility Study
AGREEMENT#5085
MO 7661, 5-4-05
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and
entered into this AZRO-1 day of May, 2005, by and between the CITY OF PALM SPRINGS,
a municipal corporation, (herein "City") and Pfeiffer Partners, Inc., (herein "Contractor").
(The term Contractor includes professionals performing in a consulting capacity.) The
parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the"Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services
may be referred to herein as the"services"or"work" hereunder. As a material inducement
to the City entering into this Agreement, Contractor represents and warrants that Contractor
is a provider of first class work and services and Contractor is experienced in performing
the work and services contemplated herein and, in light of such status and experience,
Contractor covenants that it shall follow the highest professional standards in performing
the work and services required hereunder and that all materials will be of good quality, fit
for the purpose intended. For purposes of this Agreement,the phrase"highest professional
standards" shall mean those standards of practice recognized by one or more first-class
firms performing similar work under similar circumstances.
1.2 Contractor's Proposal. The Scope of Service shall include the
Contractor's proposal or bid which shall be incorporated herein by this reference as though
fully set forth herein. In the event of any inconsistency between the terms of such proposal
and this Agreement, the terms of this Agreement shall govern.
1.3 Compliance with Law. All services rendered hereunder shall be
provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of
the City and any Federal, State or local governmental agency having jurisdiction in effect at
the time service is rendered.
1 A Licenses, Permits, Fees and Assessments. Contractor shall obtain at
its sole cost and expense such licenses, permits and approvals as may be required by law
for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and
interest, which may be imposed by law and arise from or are necessary for the Contractor's
performance of the services required by this Agreement, and shall indemnify, defend and
hold harmless City against any such fees, assessments, taxes penalties or interest levied,
assessed or imposed against City hereunder.
LIBRARY FEASIBILITY STUDY 4-20-05 7� ,�y �p dry �^
ORIG N�AL L��L�
1.5 Familiarity with Work. By executing this Contract, Contractor warrants
that Contractor(a) has thoroughly investigated and considered the scope of services to be
performed, (b) has carefully considered how the services should be performed, and (c)fully
understands the facilities, difficulties and restrictions attending performance of the services
under this Agreement. If the services involve work upon any site, Contractor warrants that
Contractor has or will investigate the site and is or will be fully acquainted with the
conditions there existing, prior to commencement of services hereunder. Should the
Contractor discover any latent or unknown conditions, which will materially affect the
performance of the services hereunder, Contractor shall immediately inform the City of
such fact and shall not proceed except at Contractor's risk until written instructions are
received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during
the life of the Agreement to furnish continuous protection to the work, and the equipment,
materials, papers, documents, plans, studies and/or other components thereof to prevent
losses or damages, and shall be responsible for all such damages, to persons or property,
until acceptance of the work by City, except such losses or damages as may be caused by
City's own negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use
reasonable care and diligence to perform their respective obligations under this Agreement.
Both parties agree to act in good faith to execute all instruments, prepare all documents
and take all actions as may be reasonably necessary to carry out the purposes of this
Agreement. Unless hereafter specified, neither party shall be responsible for the service of
the other.
1.8 Additional Services. City shall have the right at any time during the
performance of the services, without invalidating this Agreement, to order extra work
beyond that specified in the Scope of Services or make changes by altering, adding to or
deducting from said work. No such extra work may be undertaken unless a written order is
first given by the Contract Officer to the Contractor, incorporating therein any adjustment in
(i)the Contract Sum, and/or(ii)the time to perform this Agreement,which said adjustments
are subject to the written approval of the Contractor. Any increase in compensation of up
to five percent (5%) of the Contract Sum or $25,000, whichever is less, or in the time to
perform of up to one hundred eighty(180) days may be approved by the Contract Officer.
Any greater increases, taken either separately or cumulatively must be approved by the
City Council. It is expressly understood by Contractor that the provisions of this Section
shall not apply to services specifically set forth in the Scope of Services or reasonably
contemplated therein.
1.9 Special Requirements. Additional terms and conditions of this
Agreement, if any,which are made a part hereof are set forth in the"Special Requirements"
attached hereto as Exhibit"B" and incorporated herein by this reference. In the event of a
conflict between the provisions of Exhibit"B" and any other provisions of this Agreement,
the provisions of Exhibit "B" shall govern.
2
LIBRARY FEASIBILITY STUDY 4-20-05
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement,
the Contractor shall be compensated in accordance with the "Schedule of Compensation"
attached hereto as Exhibit"C"and incorporated herein by this reference, but not exceeding
the maximum contract amount of One Hundred Twenty Eight Thousand Dollars, ($128,000)
(herein "Contract Sum"), except as provided in Section 1.8. The method of compensation
may include: (i) a lump sum payment upon completion, (ii) payment in accordance with the
percentage of completion of the services, (iii) payment for time and materials based upon
the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the
Contract Sum or (iv) such other methods as may be specified in the Schedule of
Compensation. Compensation may include reimbursement for actual and necessary
expenditures for reproduction costs, telephone expense, transportation expense approved
by the Contract Officer in advance, and no other expenses and only if specified in the
Schedule of Compensation. The Contract Sum shall include the attendance of Contractor
at all project meetings reasonably deemed necessary by the City; Contractor shall not be
entitled to any additional compensation for attending said meetings. Contractor hereby
acknowledges that it accepts the risk that the services to be provided pursuant to the
Scope of Services may be more costly or time consuming than Contractor anticipates, that
Contractor shall not be entitled to additional compensation therefore, and the provisions of
Section 1.8 shall not be applicable for such services.
2.2 Method of Payment. Unless some other method of payment is
specified in the Schedule of Compensation, in any month in which Contractor wishes to
receive payment, no later than the first (1 st) working day of such month, Contractor shall
submit to the City in the form approved by the City's Director of Finance, an invoice for
services rendered prior to the date of the invoice. Except as provided in Section 7.3, City
shall pay Contractor for all expenses stated thereon which are approved by City pursuant to
this Agreement no later than the last working day of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
3.2 Schedule of Performance. Contractor shall commence the services
pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all
services within the time period(s) established in the "Schedule of Performance" attached
hereto as Exhibit"D", if any, and incorporated herein by this reference. When requested by
the Contractor, extensions to the time period(s) specified in the Schedule of Performance
may be approved in writing by the Contract Officer, but not exceeding one hundred eighty
(180) days cumulatively.
3.3 Force Maleure. The time period(s) specified in the Schedule of
Performance for performance of the services rendered pursuant to this Agreement shall be
extended because of any delays due to unforeseeable causes beyond the control and
3
LIBRARY FEASIBILITY STUDY 4-20-05
without the fault or negligence of the Contractor, including, but not restricted to, acts of God
or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics,
quarantine restrictions, riots, strikes,freight embargoes, wars, litigation, and/or acts of any
governmental agency, including the City, if the Contractor shall within ten (10) days of the
commencement of such delay notify the Contract Officer in writing of the causes of the
delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend
the time for performing the services for the period of the enforced delay when and if in the
judgment of the Contract Officer such delay is justified. The Contract Officer's
determination shall be final and conclusive upon the parties to this Agreement. In no event
shall Contractor be entitled to recover damages against the City for any delay in the
performance of this Agreement, however caused, Contractor's sole remedy being extension
of the Agreement pursuant to this Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this
Agreement, this Agreement shall continue in full force and effect until completion of the
services but not exceeding one(1)year from the date hereof, except as otherwise provided
in the Schedule of Performance (Exhibit "D").
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor
are hereby designated as being the principals and representatives of Contractor authorized
to act in its behalf with respect to the work specified herein and make all decisions in
connection therewith:
Stephen Johnson, AIA
It is expressly understood that the experience, knowledge, capability and reputation
of the foregoing principals were a substantial inducement for City to enter into this
Agreement. Therefore, the foregoing principals shall be responsible during the term of this
Agreement for directing all activities of Contractor and devoting sufficient time to personally
supervise the services hereunder. For purposes of this Agreement,the foregoing principals
may not be replaced nor may their responsibilities be substantially reduced by Contractor
without the express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure
that the Contract Officer is kept informed of the progress of the performance of the services
and the Contractor shall refer any decisions which must be made by City to the Contract
Officer. Unless otherwise specified herein, any approval of City required hereunder shall
mean the approval of the Contract Officer. The Contract Officer shall have authority to sign
all documents on behalf of the City required hereunder to carry out the terms of this
Agreement.
4
LIBRARY FEASIBILITY STUDY 4-20-05
4.3 Prohibition Aqainst Subcontractinq or Assiqnment. The experience,
knowledge, capability and reputation of Contractor, its principals and employees were a
substantial inducement for the City to enter into this Agreement. Therefore, Contractor
shall not contract with any other entity to perform in whole or in part the services required
hereunder without the express written approval of the City. In addition, neither this
Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated
or encumbered voluntarily or by operation of law, whether for the benefit of creditors or
otherwise, without the prior written approval of City. Transfers restricted hereunder shall
include the transfer to any person or group of persons acting in concert of more than twenty
five percent(25%)of the present ownership and/or control of Contractor,taking all transfers
into account on a cumulative basis. In the event of any such unapproved transfer, including
any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall
release the Contractor or any surety of Contractor of any liability hereunder without the
express consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities
with offices located within the jurisdictional boundaries of the City of Palm Springs and, if
none are available,to persons or entities with offices located in the Coachella Valley("Local
Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts
to Local Subcontractors, if Local Subcontractors are qualified to perform the work required.
In requesting for the City to consent to a subcontract with a person or entity that is not a
Local Subcontractor, the Contractor shall submit evidence to the City that such good faith
efforts have been made or that no Local Subcontractors are qualified to perform the work.
Said good faith efforts may be evidenced by placing advertisements inviting proposals or by
sending requests for proposals to selected Local Subcontractors. The City may consider
Contractor's efforts in determining whether it will consent to a particular subcontractor.
Contractor shall keep evidence of such good faith efforts and copies of all contracts and
subcontracts hereunder for the period specified in Section 6.2.
4.4 Independent Contractor. Neither the City nor any of its employees
shall have any control over the manner, mode or means by which Contractor, its agents or
employees, perform the services required herein, except as otherwise set forth herein. City
shall have no voice in the selection, discharge, supervision or control of Contractor's
employees, servants, representatives or agents, or in fixing their number, compensation or
hours of service. Contractor shall perform all services required herein as an independent
contractor of City and shall remain at all times as to City a wholly independent contractor
with only such obligations as are consistent with that role. Contractor shall not at any time
or in any manner represent that it or any of its agents or employees are agents or
employees of City. City shall not in any way or for any purpose become or be deemed to
be a partner of Contractor in its business or otherwise or a joint venturer or a member of
any joint enterprise with Contractor.
s
LIBRARY FEASIBILITY STUDY 4-20-05
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance. The Contractor shall procure and maintain, at its sole
cost and expense, in a form and content satisfactory to City, during the entire term of this
Agreement including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial
general liability insurance written on a per occurrence basis with a combined single
limit of a least$1,000,000 bodily injury and property damage including coverages for
contractual liability, personal injury, independent contractors, broad form property
damage, products and completed operations. The Commercial General Liability
Policy shall name the City of Palm Springs as an additional insured in accordance
with standard ISO additional insured endorsernent form CG2010(1185)or equivalent
language. The Commercial General Liability Insurance shall name the City, its
officers, employees and agents as additional insured.
(b) Worker's Compensation Insurance. A policy of worker's
compensation insurance in an amount which fully complies with the statutory
requirements of the State of California and which includes $1,000,000 employer's
liability.
(c) Business Automobile Insurance. A policy of business
automobile liability insurance written on a per occurrence basis with a single limit
liability in the amount of$1,000,000 bodily injury and property damage, Said policy
shall include coverage for owned, non-owned, leased and hired cars.
(d) Additional Insurance. Additional limits and coverages, which may
include professional liability insurance, will be specified in Exhibit "B".
All of the above policies of insurance shall be primary insurance. (Reference Section
5.4 regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution
it may have against the City, its officers, employees and agents, and their respective
insurers. In the event any of said policies of insurance are canceled, the Contractor shall,
prior to the cancellation date, submit new evidence of insurance in conformance with this
Section 5.1 to the Contract Officer. No work or services under this Agreement shall
commence until the Contractor has provided the City with Certificates of Insurance,
endorsements or appropriate insurance binders evidencing the above insurance coverages
and said Certificates of Insurance, endorsements, or binders are approved by the City.
The contractor agrees that the provisions of this Section 5.1 shall not be construed
as limiting in any way the extent to which the Contractor may be held responsible for the
payment of damages to any persons or property resulting from the Contractor's activities or
the activities of any person or person for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with
Section 4.3 of this Agreement the contract between the Contractor and such subcontractor
6
LIBRARY FEASIBILITY STUDY 4-20-05
shall require the subcontractor to maintain the same polices of insurance that the
Contractor is required to maintain pursuant to this Section.
5.2 Indemnification. Contractor agrees to indemnify the City, its officers,
agents and employees against, and will hold and save them and each of them harmless
from, any and all actions, suits, claims, damages to persons or property, losses, costs,
penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities")that may
be asserted or claimed by any person, firm or entity arising out of or in connection with the
negligent performance of the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the negligent
acts or omissions of Contractor hereunder, or arising from Contractor's negligent
performance of or failure to perform any term, provision, covenant or condition of this
Agreement, but excluding such claims or liabilities arising from the sole negligence or willful
misconduct of the City, its officers, agents or employees,who are directly responsible to the
City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection
with any of said claims or liabilities and will pay all costs and expenses, including legal
costs and attorneys' fees incurred in connection therewith;
(b) Contractor will promptly pay anyjudgment rendered against the
City, its officers, agents or employees for any such claims or liabilities arising out of or in
connection with the negligent performance of or failure to perform such work, operations or
activities of Contractor hereunder; and Contractor agrees to save and hold the City, its
officers, agents, and employees harmless therefrom;
(c) In the event the City, its officers, agents or employees is made a
party to any action or proceeding filed or prosecuted against Contractor for such damages
or other claims arising out of or in connection with the negligent performance of or failure to
perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay
to the City, its officers, agents or employees, any and all costs and expenses incurred by
the City, its officers, agents or employees in such action or proceeding, including but not
limited to, legal costs and attorneys' fees.
5.3 Performance Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a performance bond in the sum of the amount of this
Agreement, in the form provided by the City Clerk, which secures the faithful performance
of this Agreement, unless such requirement is waived by the Contract Officer. The bond
shall contain the original notarized signature of an authorized officer of the surety and
affixed thereto shall be a certified and current copy of his power of attorney. The bond shall
be unconditional and remain in force during the entire term of the Agreement and shall be
null and void only if the Contractor promptly and faithfully performs all terms and conditions
of this Agreement.
5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this
Agreement shall be satisfactory only if issued by companies qualified to do business in
LIBRARY FEASIBILITY STUDY 4-20-05
California, rated "A" or better in the most recent edition of Best Rating Guide, The Key
Rating Guide or in the Federal Register, unless such requirements are waived by the City
Manager or designee of the City ("City Manager") due to unique circumstances. In the
event the City Manager determines that the work or services to be performed under this
Agreement creates an increased or decreased risk of loss to the City, the Contractor
agrees that the minimum limits of the insurance policies and the performance bond required
by this Section 5 may be changed accordingly upon receipt of written notice from the City
Manager or designee; provided that the Contractor shall have the right to appeal a
determination of increased coverage by the City Manager to the City Council of City within
ten (10) days of receipt of notice from the City Manager.
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the
Contract Officer such reports concerning the performance of the services required by this
Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the
City is greatly concerned about the cost of work and services to be performed pursuant to
this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of
any facts, circumstances, techniques, or events that may or will materially increase or
decrease the cost of the work or services contemplated herein or, if Contractor is providing
design services, the cost of the project being designed, Contractor shall promptly notify the
Contract Officer of said fact, circumstance, technique or event and the estimated increased
or decreased cost related thereto and, if Contractor is providing design services, the
estimated increased or decreased cost estimate for the project being designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep,
such books and records as shall be necessary to perform the services required by this
Agreement and enable the Contract Officer to evaluate the performance of such services.
The Contract Officer shall have full and free access to such books and records at all times
during normal business hours of City, including the right to inspect, copy, audit and make
records and transcripts from such records. Such records shall be maintained for a period
of three (3) years following completion of the services hereunder, and the City shall have
access to such records in the event any audit is required.
6.3 Ownership of Documents. All drawings, specifications, reports,
records, documents and other materials prepared by Contractor, its employees,
subcontractors and agents in the performance of this Agreement shall be the property of
City and shall be delivered to City upon request of the Contract Officer or upon the
termination of this Agreement, and Contractor shall have no claim for further employment
or additional compensation as a result of the exercise by City of its full rights of ownership
of the documents and materials hereunder. Any use of such completed documents for
other projects and/or use of uncompleted documents without specific written authorization
by the Contractor will be at the City's sole risk and without liability to Contractor, and the
City shall indemnify the Contractor for all damages resulting therefrom. Contractor may
retain copies of such documents for its own use. Contractor shall have an unrestricted right
to use the concepts embodied therein. All subcontractors shall provide for assignment to
8
LIBRARY FEASIBILITY STUDY 4-20-05
City of any documents or materials prepared by them, and in the event Contractor fails to
secure such assignment, Contractor shall indemnify City for all damages resulting
therefrom.
6.4 Release of Documents. The drawings,specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services
under this Agreement shall not be released publicly without the prior written approval of the
Contract Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 California Law. This Agreement shall be construed and interpreted
both as to validity and to performance of the parties in accordance with the laws of the
State of California. Legal actions concerning any dispute, claim or matter arising out of or
in relation to this Agreement shall be instituted in the Superior Court of the County of
Riverside, State of California, or any other appropriate court in such county, and Contractor
covenants and agrees to submit to the personal jurisdiction of such court in the event of
such action.
7.2 Disputes. In the event of any dispute arising under this Agreement,the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefor. The injured party shall continue performing its obligations hereunder so long as
the injuring party commences to cure such default within ten (10) days of service of such
notice and completes the cure of such default within forty-five (45)days after service of the
notice, or such longer period as may be permitted by the injured party; provided that if the
default is an immediate danger to the health, safety and general welfare, such immediate
action may be necessary. Compliance with the provisions of this Section shall be a
condition precedent to termination of this Agreement for cause and to any legal action, and
such compliance shall not be a waiver of any party's right to take legal action in the event
that the dispute is not cured, provided that nothing herein shall limit City's or the
Contractor's right to terminate this Agreement without cause pursuant to Section 7.8.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from
any amount payable to Contractor (whether or not arising out of this Agreement) (i) any
amounts the payment of which may be in dispute hereunder or which are necessary to
compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all
amounts for which City may be liable to third parties, by reason of Contractor's acts or
omissions in performing or failing to perform Contractor's obligation under this Agreement.
In the event that any claim is made by a third party, the amount or validity of which is
disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis
for a claim of lien, City may withhold from any payment due, without liability for interest
because of such withholding, an amount sufficient to cover such claim. The failure of City
to exercise such right to deduct or to withhold shall not, however, affect the obligations of
the Contractor to insure, indemnify, and protect City as elsewhere provided herein.
9
LIBRARY FEASIBILITY STUDY 4-20-05
7.4 Waiver. No delay or omission in the exercise of any right or remedy by
a nondefaulting party on any default shall impair such right or remedy or be construed as a
waiver. A party's consent to or approval of any act by the other party requiring the party's
consent or approval shall not be deemed to waive or render unnecessary the other party's
consent to or approval of any subsequent act. Any waiver by either party of any default
must be in writing and shall not be a waiver of any other default concerning the same or
any other provision of this Agreement.
7.5 Rights and Remedies are Cumulative. Except with respect to rights
and remedies expressly declared to be exclusive in this Agreement, the rights and
remedies of the parties are cumulative and the exercise by either party of one or more of
such rights or remedies shall not preclude the exercise by it, at the same or different times,
of any other rights or remedies for the same default or any other default by the other party.
7.6 Legal Action. In addition to any other rights or remedies, either party
may take legal action, in law or in equity, to cure, correct or remedy any default, to recover
damages for any default, to compel specific performance of this Agreement, to obtain
declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes
of this Agreement.
7.7 Liquidated Damaqes. Since the determination of actual damages for
any delay in performance of this Agreement would be extremely difficult or impractical to
determine in the event of a breach of this Agreement, the Contractor and its sureties shall
be liable for and shall pay to the City the sum of _NONE (waived in Exhibit B)__($-----)
as liquidated damages for each working day of delay in the performance of any service
required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City
may withhold from any monies payable on account of services performed by the Contractor
any accrued liquidated damages.
7.8 Termination Prior to Expiration Of Term. This Section shall govern any
termination of this Agreement except as specifically provided in the following Section for
termination for cause. The City reserves the right to terminate this Agreement at any time,
with or without cause, upon thirty(30) days'written notice to Contractor, except that where
termination is due to the fault of the Contractor, the period of notice may be such shorter
time as may be determined by the Contract Officer. In addition,the Contractor reserves the
right to terminate this Agreement at any time upon, with or without cause, upon sixty (60)
days'written notice to City, except that where termination is due to the fault of the City, the
period of notice may be such shorter time as the Contractor may determine. Upon receipt
of any notice of termination, Contractor shall immediately cease all services hereunder
except such as may be specifically approved by the Contract Officer. Except where the
Contractor has initiated termination, the Contractor shall be entitled to compensation for all
services rendered prior to the effective date of the notice of termination and for any
services authorized by the Contract Officer thereafter in accordance with the Schedule of
Compensation or such as may be approved by the Contract Officer, except as provided in
Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be
entitled to compensation only for the reasonable value of the work product actually
10
LIBRARY FEASIBILITY STUDY 4-20-05
produced hereunder. In the event of termination without cause pursuant to this Section,the
terminating party need not provide the non-terminating party with the opportunity to cure
pursuant to Section 7.2.
7.9 Termination for Default of Contractor. If termination is due to the
failure of the Contractor to fulfill its obligations under this Agreement, City may, after
compliance with the provisions of Section 7.2, take over the work and prosecute the same
to completion by contract or otherwise, and the Contractor shall be liable to the extent that
the total cost for completion of the services required hereunder exceeds the compensation
herein stipulated (provided that the City shall use reasonable efforts to mitigate such
damages), and City may withhold any payments to the Contractor for the purpose of set-off
or partial payment of the amounts owed the City as previously stated.
7.10 AttorneVs' Fees. If either party to this Agreement is required to initiate
or defend or made a party to any action or proceeding in any way connected with this
Agreement, the prevailing party in such action or proceeding, in addition to any other relief
which may be granted,whether legal or equitable,shall be entitled to reasonable attorney's
fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party
entitled to attorney's fees shall be entitled to all other reasonable costs for investigating
such action,taking depositions and discovery and all other necessary costs the court allows
which are incurred in such litigation. All such fees shall be deemed to have accrued on
commencement of such action and shall be enforceable whether or not such action is
prosecuted to judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 Non-liability of CitV Officers and Employees. No officer or employee of
the City shall be personally liable to the Contractor, or any successor in interest, in the
event of any default or breach by the City or for any amount which may become due to the
Contractor or to its successor, or for breach of any obligation of the terms of this
Agreement.
8.2 Conflict of Interest. No officer or employee of the City shall have any
financial interest, direct or indirect, in this Agreement nor shall any such officer or employee
participate in any decision relating to the Agreement which effects his financial interest or
the financial interest of any corporation, partnership or association in which he is, directly or
indirectly, interested, in violation of any State statute or regulation. The Contractor
warrants that it has not paid or given and will not pay or give any third party any money or
other consideration for obtaining this Agreement.
8.3 Covenant Aqainst Discrimination. Contractor covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,that
there shall be no discrimination against or segregation of, any person or group of persons
on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in
the performance of this Agreement. Contractor shall take affirmative action to insure that
tt
LIBRARY FEASIBILITY STUDY 4-20-05
applicants are employed and that employees are treated during employment without regard
to their race, color, creed, religion, sex, marital status, national origin, or ancestry.
9.0 MISCELLANEOUS PROVISIONS
9.1 Notice. Any notice,demand, request,document,consent, approval, or
communication either party desires or is required to give to the other party or any other
person shall be in writing and either served personally or sent by prepaid,first-class mail, in
the case of the City, to the City Manager and to the attention of the Contract Officer, CITY
OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of
the Contractor, to the person at the address designated on the execution page of this
Agreement. Either party may change its address by notifying the other party of the change
of address in writing. Notice shall be deemed communicated at the time personally
delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this
Section.
9.2 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of this Agreement or any other rule of
construction which might otherwise apply.
9.3 Integration; Amendment. It is understood that there are no oral
agreements between the parties hereto affecting this Agreement and this Agreement
supersedes and cancels any and all previous negotiations, arrangements,agreements and
understandings, if any, between the parties, and none shall be used to interpret this
Agreement. This Agreement may be amended at any time by the mutual consent of the
parties by an instrument in writing.
9.4 Severability. In the event that any one or more of the phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared
invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction,
such invalidity or unenforceability shall not affect any of the remaining phrases, sentences,
clauses, paragraphs, or sections of this Agreement which are hereby declared as severable
and shall be interpreted to carry out the intent of the parties hereunder unless the invalid
provision is so material that its invalidity deprives either party of the basic benefit of their
bargain or renders this Agreement meaningless.
9.5 Corporate Authority. The persons executing this Agreement on behalf
of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are
duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so
executing this Agreement, such party is formally bound to the provisions of this Agreement,
and (iv) the entering into this Agreement does not violate any provision of any other
Agreement to which said party is bound.
(SIGNATURES ON NEXT PAGES)
12
LIBRARY FEASIBILITY STUDY 4-20-05
IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of
the date first written above.
CITY OF PALM SPRINGS
- a municipal corporation
ATTEST:
ByK�------ - --
®® _ city Manager APPROVED BY C COUNCIL
- Ity Clerkjj
APPROVED ASS Tr,6;F6RM' � (xJ(�
� Qfl
/J✓ , � � /^� .Am•eemcnt over•/zi--'alet• $25,000
Byi
Reviewed and aya4geoved by
cityAttorne Procur,•etn�ent & Contracting
Y1�itiais '""4 �Date
P.O. Number
13
LIBRARY FEASIBILITY STUDY 4-20-05
CONTRACTOR: Pfeiffer Partners, Inc Check one:__Individual__Partnership l/poration
811 West 7"Street, 7" Floor
Los Angeles, CA 90017
Corporations require two notarized signatures,one from A and one from B: A.Chairman of Board,President,or any Vice
President:and B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer).
By'--£�'�-6_3i tKd✓I� -------- By: - ----
1
Signature(notarized) Signature( tarized)
Name:'I � ��' u'j(1 , �1__ _ Name: B�6V� -"f �� 0
Title: Chi g�V'ry=pJ Q - — k--(�-9---- -- Title: ,, '
Address: to 11�I1.1!%� � � r Address:_ 'D_
State of�tmVi GN""A Ps State of-M
County of INAIX ✓W 2 _}Ss County of��1�Y'
Ong-1p5_before me,�� �• On ./UZ before me,1Yt_ .�1�wd
personally appeared_ 4 vwo - personally appeared_�•A' tJ _
(or proved on the basis of perseaa14Lkncuaa4�(or proved to me on the basis of
satisfactory evidence)to be the person(sjwhose name(e)- satisfactory evidence)to be the person(s)whose name(s)•
is/ete, subscribed to the within instrument and is/are subscribed to the within instrument and
acknowledged tome that he/slae4hey executed the same acknowledged tome that he/sh@Akey executed the same
in his/herkheir authorized capacity(ies), and that by in his/he4heh authorized capacity(iesj, and that by
hislherliheirsignaturefsjon the instrument the persor(* hisfher/theirsignature(s)on the instrument the person(sj,
or the entity upon behalf of which the persor>sj cted, or the entity upon behalf of which the person(stacted,
executed the instrument. executed the Instrument.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature:, 0 Notary Signature: 1—
Notary Seal. Notary Seal:
pEME ADOAS-UWRENCE C a +oELYfE ApNMg,UWRfiNCE
_1 Cammiubn#1539231 f 111 Commyflo�*133y2J1 r
i Nplary Ra7Nc-CogfomW _ Nakwy p Aft-C
GWOM
J Los AngMa Carry •• Los AngMa C
1 ` ounty
, , My Comm.Ef�Jan2O, MNCamn.EVWJan4O,
204
14
LIBRARY FEASIBILITY STUDY 4-20-05
� .A.F,.:fy:uf 'r,.,n/M q►wrW,wrHn - wF' W.x� ..Yt aN d�++•wF wYa nww rF«r sM q
..x�.
., ',
� �'' � r
+-,
f rY 1 � 'Z t �. FL N � � i ��
EXHIBIT "A"
SCOPE OF SERVICES
The scope of work in this agreement is to develop a feasibility study for the Palm Springs
Public Library that provides options and a recommendation for renovation and expansion of
the existing facility, or if renovation and expansion appear to be infeasible, to provide a
program and cost option for a new facility. The work will be developed in five increments
and allowable reimbursable expenses, as described below:
Task A: Existinq Buildinq Analysis
The Contractor (Architectural and Program Consultant) will become familiar with the
existing building and available drawings, and develop CAD base architectural plan and
elevation drawings from these documents for use in the study. The Contractor will rely on
the available drawings and observable conditions to develop these base drawings and does
not warrant the base drawings to be "as built' documents.
The existing building systems, including structural, mechanical, plumbing,fire suppression,
electrical, lighting,technology,fire alarm, and security will be reviewed, and an assessment
report will be developed noting existing conditions, remaining system life, ability of existing
systems to meet current codes, and ability of existing systems to meet future library needs.
In addition, a code review will outline existing building issues related to accessibility(ADA),
occupancy counts and egress, and fire protection/alarm systems that will need to be
addressed in a renovation and expansion program. These reports will be included along
with an architectural assessment of the interior and exterior of the building.
Also included in the analysis is a review of the current site including provisions for parking,
service access, emergency access, and potential areas for expansion
Task B: Program Planninq
The Contractor will review the current layout and functions of the library, and develop a
matrix of functions with the assignable area (ASF) attributable to each activity. The team
will meet with the library director and staff to become familiar with previous planning work,
understand the service plan and service limitations of the current facility, and discuss
community input strategies.
The Contractor will review the demographic data gathered by the library and conduct a
series of focus groups with library staff and key stakeholders(4 sessions, scheduled on two
consecutive days) and a community meeting, and prepare summaries of these sessions.
The contractor will also gather, review, and analyze resource level statistics, and will work
with library staff to define the size and types of the current collection and current growth
patterns.
Based on the information received, the Contractor will prepare draft service level
recommendations (collection size, seating capacity, computers, programming space) for
15
LIBRARY FEASIBILITY STUDY 4-20-05
review and comment. Reflecting the library's comments, the Contractor will prepare a draft
space needs summary for review, and revise the space needs summary as needed. The
space needs summary is expected to include public service areas, public seating areas,
public technology areas, quiet rooms, children's area, young adult/teens area,study rooms,
collection display and storage, Friends of the Library shop, special collections/local history,
information literacy, basic literacy one-on-one tutoring, exhibit and display, community
meeting rooms, video conferencing, staff and processing areas, server and technology
support areas, building support, and storage spaces.
The contractor will prepare a narrative report summarizing service level recommendations
and space needs for the library.
Task C: Concept Planninq
Based on the space needs requirements, the Contractor will develop adjacency diagrams
and planning options which will include three reconfiguration alternates and expansion
alternates. The alternates will include a review of building systems and recommended
upgrades or replacement of selected systems, and a review of site impacts and needs.
Alternates will be evaluated for functional fulfillment of library program needs as well as
potential aesthetic impacts on the preservation of the existing building and site. Alternates
will be developed to evaluate a range of interior and exterior design approaches.
Review of the alternates will determine if the Library can expand while retaining the
architectural lines of the original Cody building; if the Library can expand sufficiently to
obtain the necessary public meeting spaces; if the Library site can support an expanded
building; if the Library can expand, but in doing so would lose the original building's
architectural character; and if the existing cannot be expanded or remodeled, determine
that a new building is necessary and if the current library site can support a new building.
If it is determined that expansion is not a viable option, concept and bubble
recommendations for a new building will be developed for review. Site evaluation of
alternate sites for new construction is not included in the scope of services.
Task D: Implementation Planninq
Based on the recommended planning alternative, options will be reviewed for the phasing
of the work, including concepts for the zoning and sequencing of construction work and
interim service options.
A cost model will be developed for the project which will include interior reconfiguration and
improvements, exterior and roof renovations, new expansion construction, upgrade or
replacement of building systems, interior finishes and specialties, sitework, interim
construction and phasing premiums, general contractor overhead and profit allowances,
escalation and contingencies, shelving, furnishings and equipment, technology, signage,
fees, and other costs.
If a new building is determined to be the most viable option, a cost model will be prepared
for that option as well, based on either re-use of the existing site or a hypothetical site to be
16
LIBRARY FEASIBILITY STUDY 4-20-05
determined.
A project schedule will be developed indicating anticipated timelines for funding, design,
construction, renovation, and occupancy.
Task E: Recommendations and Approvals
The contractor will prepare a draft final report for review and comment which will include the
recommended service plan; program space needs summary, the concept plan,
photographs of study models, an exterior rendering or presentation model, cost plan, and
schedule. Based on the comments received, a final report will be submitted.
Upon completion of the site and building investigation, a presentation of the findings will be
made to the Palm Springs Public Library Board and City Manager, the City's Planning
Commission, and City Council. It is anticipated that interested community members will
attend one or more of these meetings and offer additional public input.
Reimbursable Expenses: Reimbursable expenses in addition to compensation for the
Architect's services and include expenses incurred by the Architect and Architect's
employees and consultants directly related to the project up to the maximum amount
specified in Exhibit "C", including:
1) transportation in connection with the project, authorized out-of-town travel and
subsistence, and electronic communications;
2) fees paid for securing approval of authorities having jurisdiction over the project;
3) reproductions, plots, standard form documents, postage, handling and delivery of
instruments of service;
4) requested renderings, models, and mock-ups;
5) other similar direct project-related expenditures.
17
LIBRARY FEASIBILITY STUDY 4-20-05
EXHIBIT "B"
SPECIAL REQUIREMENTS
Section 5.1(d) — Contractor shall procure and maintain a policy of Professional Liability
insurance in the amount of$1,000,000 for the duration of this contract.
Section 5.3 —The requirement of Section 5.3 for a Performance Bond is hereby waived.
Section 7.7 —The requirement of Section for Liquidated Damages is hereby waived.
18
LIBRARY FEASIBILITY STUDY 4-20-05
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Total compensation for all tasks shall not exceed $128,000.00.
Lump Sum compensation for the individual tasks identified in Exhibit"A"Scope of Services
is indicated below with letters corresponding to the tasks in Exhibit "A". Payments to
Contractor shall be made no more frequently than monthly. For each task, the Contractor
may request and City shall make payments to Contractor based upon the percentage of
completion of the task up to a maximum of 90%of the task lump sum compensation prior to
completion of the task, with the remaining portion of task lump sum compensation released
after completion of the task and acceptance by the City. Each request for payment shall
contain Contractor's statement of the work or tasks completed or portion performed with
supporting documentation. The determination of payment due shall be made based on the
reasonable judgment of the Contract Officer.
THE MAXIMUM AMOUNT OF CITY'S OBLIGATION UNDER THIS AGREEMENT FOR
EACH TASK IDENTIFIED IN THE SCOPE OF WORK(EXHIBIT"A")ARE THE AMOUNTS
ATTRIBUTED TO EACH SUCH TASK AS PROVIDED IN THIS EXHIBIT "C". IF THE
CITY'S MAXIMUM OBLIGATION FOR ANY ONE OR MORE TASKS, LESS ANY
REQUIRED RETENTION, IS REACHED BEFORE THE SERVICES REQUIRED FOR
COMPLETING SUCH TASK OR TASKS ARE COMPLETED, CONTRACTOR WILL
NEVERTHELESS COMPLETE THE SERVICES WITHOUT LIABILITY ON THE CITY'S
PART FOR FURTHER PAYMENT BEYOND THE MAXIMUM AMOUNT SO SPECIFIED.
Task Compensation:
Task A: Existing Building Analysis $25,000
Task B: Program Planning $20,000
Task C: Concept Planning $35,000
Task D: Implementation Planning $16,000
Task E: Recommendations and Approvals $20,000
Allowance for Reimbursable Expenses $12,000
19
LIBRARY FEASIBILITY STUDY 4-20-05
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
The study shall be conducted over a four month period, with completion of the final report
and deliverables by September 23, 2005.
The work shall be conducted in substantial accordance with the schedule of task
completion noted below:
Month 1: 75% Existing Building Analysis
40% Program Planning
Month 2: 100% Existing Building Analysis
85% Program Planning
50% Concept Planning
Month 3: 100% Existing Building Analysis
100% Program Planning
100% Concept Planning
85% Implementation Planning
Month 4: 100% Existing Building Analysis
100% Program Planning
100% Concept Planning
100% Implementation Planning
75% Recommendations and Approvals
Month 4'/z: 100% Existing Building Analysis
100% Program Planning
100% Concept Planning
100% Implementation Planning
100% Recommendations and Approvals
20
LIBRARY FEASIBILITY STUDY 4-20-05
ate: 5/S/2005 Time: 12:12 PM To: @ 17603238238 1-510.452-2193 Page: 002-003
_ Client#:12066 PFEIFPART
ACnRn CERTIFICATE OF LIABILITY INSURANCE DATE(M/DD/YY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Donley,Renton&Associates _ ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
199 S Los Robles Ave Ste 540 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Pasadena ,CA 91101
626 844.3070 _ INSURERS AFFORDING COVERAGE
1NsuRED INSURBRA: Fidelity&Guaranty Ins.Co,
Pfeiffer Partners,Inc.
811 W.7th St.,7th Floor INSURERS United States Fidelity&Guaranty
`w
INsuRERc: American Automobile Ins.Co,
Los Angeles,CA 90017 INSURERD ACE American Insurance Company
_ INSURER 8:
COVERAGES
THE POLICIES OF INSURANCE LISPED 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 CERTIFICATE MAY BE ISSUED OF
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCF
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS2 TYPE OF INSURANCE POLICY NUMHCR POLICY EFFECTIVE POLICYEXPIRATION LIMITS
LTR DATEIMM/DDIYYI DATE IMMIDD/YYI
A GENERALLIABILITY BKO1927988 08/01/04 08/01/06 EACH OCCURRENCE $1,000,000 _
T
MERCIALGENHRALLIABILITY FIRE DAMAGE(Any ane[rc) $1,BB0,000
CLAIMS MADE OCCUR MED EST(M'one person) $10,000
PERSONAL&ADV INJURY $1,000,000
GENBRALAGGREGAT2 s2,000,000
GEN'LAGGREGATE LIMITAPPLPS PER: PRODUCTS -COMP/OPAGG 52,000,000
IPOLICY n IECf n LOC
B ALROMOBILELIABILITY BA01928490 08/01/04 08/01/05
COMBINED SINGLE LIMIT $1,BB0 oH6
X ANY AUTO
(Ea accident)OR.
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULRD AUTOS (Pa Parson)
X HIRED AUTOS
BODILY
INJURY $
X NON-OIVNEDAUTOS (Per 'dent)
-- PROPERTY DAMAGE $
(Per xcident)
GARAGE LIABILITY AUTO ONLY-EAACCIDENT $
�ANYAUTO OTHERTHAN EA ACC $
AUTO ONLY. AGO S
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ❑CLAIMS MADE AGGREGATE $
DEDUCTIBLE S
RBTENTION $ S
C WORKERS COMPENSATION AND WZP80924285 08/01/04 08/01/05 X IWcsrnnl- IoPHTIRYLTMITS R
EMPLOYERS'LIABILITY
B.L.EACH ACCIDENT 215000,000
E.L.DISEASH -BABMPLOYEH 21,000,000
EL.DISEASE -POLICYLIMIT $1,0005000
D OTHER Professional EONG21656574001 08/01/04 08/01/05 $1,000,000 per claim
Liability $1,000,000 annl aggr.
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
City of Palm Springs,its officers,employees and agents are named as
additional insured as respects general liability for claims arising from
the operations of the named Insured.
CERTIFICATE HOLDER ADDHC0NAL1NSURED;1VSURERLETTER: CANCELLATION
SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORZ-THEC.IRIRATION
City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILLCNDEAVOR TOMAIL30_DAYS WRHTEN
Bruce.Johnson - NOTICETOTHECERnFICATEHOLDERNAMEDTOTHELERP,BUPFA URE TODOSOSH.ALL
3200 E.Tahq uitz Canyon Way IMPOSE NO OBLIGATION OR LIAB ILITY OF ANYKIND UPON THE INSURER ITS AGENTS OR
Palm Springs,CA 92262 NEPRESCNTATIVE5.
AU'PH RIZEDREPRDSENTATIVE
ACORD 25-S(7/97) 1 of 1 #S126105/M OW42 NLS 0 ACORD CORPORATION 1988
ace: b,5,2005 Ti — 12:12 ..,. O 17603238238 1-510-452-2193 Page: 003-003
Policy Number: BKO1927988
Owners Lessees or Contractors (Form B)
ADDITIbNAL INSURED
Change(s) Effective: 5/5/05
THIS,ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY. This endorsement modifies insurance policy under the following:
LIABILITY COVERAGE PART:
Schedule
Name of Person or Organization:
City of Palm Springs
Bruce Johnson
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
SECTION II -WHO IS AN INSURED is amended to include as an insured the
person or organization shown in the Schedule, but only with respect to liability
arising out of "your work" for that insured by or for you.
City of Palm Springs, its officers, employees and agents are named as
additional insured as respects general liability for claims arising
from the operations of the named insured.
PRIMARY INSURANCE:
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED
SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS
INSURANCE.
WAIVER OF SUBROGATION:
IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF
SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S) , BUT ONLY AS RESPECTS
THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO.
CL/BF 22 40 03 95