Loading...
HomeMy WebLinkAboutStaff Report 225-07City of Palo Alto Cit Manager’s Reportl TO:HONO~BLE CtTY~~~~ FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS 1 DATE: SUBJECT: MAY 7, 2007 CMR:225:07 APPROVAL OF CONTRACT C07122215 WITH GROUP 4 ARCHITECTURE, RESEARCH + PLANNING, INC., IN THE AMOUNT OF $1,280,400 FOR PRELIMINARY ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE MITCHELL PARK LIBRARY AND COMMUNITY CENTER, MAIN LIBRARY, AND DOWNTOWN LIBRARY- CAPITAL IMPROVEMENT PROGRAM PROJECT PE-04012 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute Contract No. C07122215 with Group 4 Architecture, Research + Planning, Inc. (Attachment A) in the amount of $1,280,400 for architectural and engineering design services for the Mitchell Park Library and Community Center and for the Main and Downtown Libraries, PE-07011, including $1,168,100 for basic services and $112,300 for additional services. BACKGROUND The Mitchell Park Library and Community Center are located off of Middlefield Road in south Palo Alto. The two buildings share a large site at Mitchell Park. The library was designed by Edward Durell Stone, a prominent international architect, as a one-story wood-framed building. It was constructed in 1958. An addition was constructed in 1975, expanding the building from 5,100 square feet to 9,500 sf. The addition so altered the Stone design that the building is no longer eligible for listing as a historic resource on either the National Register of Historic Places or with the State Registrar of Historic Resources. The Mitchell Park Community Center (MPCC) was constructed in 1970 immediately adjacent to the library. It is a one-story, 10,000 sf facility housing many City recreation programs and some staff. The facility is outdated and is in need of renovation and expansion in order to better accommodate current and future recreation programs. In December 2004, the City Council directed the Library Advisory Commission (LAC) to "recommend a strategy for creating a full-service library at the existing site or another site, a strategy to include maintaining neighborhood facilities and distributed services; to maintain collection services; and to direct the LAC to recommend a redefinition of branch services." Council later directed staff and the LAC to determine how large Mitchell Park Library needs to be and prepare preliminary cost models/projections/estimates for capital needs. CMR:225:07 Page 1 of 5 On June 12,2006, Council approved a recommended project timeline and methodology for determining the potential size and costs of a new Mitchell Park Library and deferring infrastructure upgrades on the College Terrace Library in order to give staffthe necessary time to work on the Mitchell Park Library study (CMR:260:06). On September 11, 2006, Council approved a contract with Group 4 Architecture (CMR:343:06)for design and cost estimating services for the-Mitchell Park Library and for an evaluation of space needs for Main Library and the branch libraries. Council directed Group 4 to study the following four options for the Mitchell Park Library: 1)Demolish the existing library and construct a new library without adversely impacting the community center. 2)Construct a new library on the surface parking lot south of the community center and add surface parking where the library currently stands. 3) Demolish the existing library and community center and construct a combined facility on the site. 4)Expand the existing library and incorporate a new community center into an expanded, remodeled library. A project management team (PMT) comprised of representatives from the Library Advisory Commission (LAC), Parks and Recreation Commission (PRC), Group 4 Architecture, and staff met regularly to evaluate the four study scenarios for the Mitchell Park Library. The scenarios were presented to the LAC and PRC. The two commissions recommended moving forward with Option 4, the joint use facility. On December 4, 2006, Group 4 Architecture presented the various site scenarios and related costs to Council (CMR:434:06). The item was continued to December 11, 2006, at which time Council approved in concept the proposed facility improvements contained in the Group 4 Architecture report and in the LAC’s Library Service Model Analysis and Recommendations (LSMAR) for the Main, Downtown, and College Terrace Libraries. The Group 4 report included recommendations for an expansion at the Main Library for group study and programming space, as well as for facility enhancements at the Main and Downtown libraries that would include improved electrical and mechanical systems, new lighting, and upgrades to the existing program spaces. On March 5, 2007, the City Council received the preliminary results of a survey regarding voter sentiment towards enhanced library services. The firm of Fairbank, Maslin, Maullin & Associates conducted a telephone survey during the month of February 2007 regarding potential public safety building and library facilities bond measures and a possible parcel tax. Solid majorities of voters support potential bond measures for both the libraries and the public safety building. While support is stronger for the libraries than for the public safety building, it still falls short of the 2/3 supermajority threshold. On April 9, 2007, staff requested direction on whether to move forward with a library-only option or with a combined library-community center design (CMR:193:07). Council directed staff to further develop the joint library/community center design options that had been presented by Group 4 Architecture at the December 4, 2006, meeting. It also directed staff to further CMR:225:07 Page 2 of 5 develop potential improvements at the Main and Downtown libraries. Additional polling to test voter sentiment would be conducted after the design options had been presented to the public. DISCUSSION Mitchell Park Library and Community Center The work performed by Group 4 Architecture under this contract will include architectural and engineering design services for Option 2 (building a new library only) and Option 3 (building a new joint library and community center) to the conceptual level (i.e., approximately 10 percent completion). City board and commission reviews and public comment will help identify which of the two designs should move forward for further design development. Staff will return to Council in late summer 2007 with a recommendation to focus the design on the favored scenario. The favored scenario would then be designed to the 35 percent completion stage in order to obtain enough detailed design information to prepare an accurate construction cost estimate. The construction cost estimate will form the cost basis that will be used in the funding process. The design will be presented at various stages to the Council, City reviewing bodies and at community meetings. The scope of work also includes the revision of the Mitigated Negative Declaration (MND) that had been prepared for the 2002 library bond, Measure D. That MND will be updated to reflect the current design and scope of work. Main Library Construction is nearing completion at the Main Library that will provide for an enlarged periodical room and public area by reconfiguring staff space and circulation desks (CMR:393;06). In addition, a project is scheduled for construction in FY 2008-2009 to replace the electrical and mechanical service and distribution systems, provide new carpet and paint the exterior of the building (PF-07010, Main Library Improvements). The December 2006 report by Group 4 Architecture recommended additional impro~vements at the Main Library, including group study areas that are acoustically separated from the rest of the building and a program space that seats 100 people. To accommodate these recommendations, the Main Library would need to expand an additional 1,800 to 5,500 square feet from the current 21,313 square feet (CMR:434:06). This contract with Group 4 Architecture provides for the preliminary design of this additional space, preparation of construction cost estimates and update of the environmental documents. The contract also provides for an update of the environmental assessment of the project. Construction cost estimates would be prepared for the expansion work, which could be used in any 2008 bond election. The financing of, and work on, the Main Library could also be deferred to a later phase that is separate from the bond or construction timeline for the Mitchell Park Library and Community Center. Downtown Library The evaluation by Group 4 Architecture stated that the existing programs at this library are adequate for its service population and significant capital improvements are not recommended. Future options for this library stem from the possibility of relocating technical services and/or library administration from the Downtown Library to any new Mitchell Park Library. In that CMR:225:07 Page 3 of 5 event, the current technical services area would likely become a program space and the library administration area would likely become a group study area. The contract with Group 4 Architecture provides for the design of these spaces should they be moved from the Downtown Library to a new Mitchell Park Library. The funding and construction of these improvements could be funded separately from any library bond. Upgrades to the existing lighting, heating and air conditioning systems are scheduled for construction in FY 2009-2010 as part of CIP PF-09001 (Downtown Library Mechanical and Electrical Upgrades). This work will provide for systems that are designed to meet the current building code, increased occupant needs, and to optimize energy efficiency. RESOURCE IMPACT There is $1.28M currently available in CIP PE-04012 for the design work. The funding in this CIP had originally been intended for heating, ventilation and air conditioning (HVAC) upgrades at the Mitchell Park Library and for HVAC, accessibility, structural and electrical upgrades at the community center. This work had been deferred pending the outcome of the LSMAR report and is now pending the results of any subsequent Mitchell Park library and community center funding election. Should an election for library/community center improvements not be held, or if the bond measure does not pass, staff would return to Council with a request for additional funding to begin the work of upgrading the mechanical, electrical, and other systems upgrades at the Mitchell Park Library and Community Center. POLICY IMPLICATIONS This recommendation is consistent with Council’s direction to the LAC and consistent with the establishment of the Library as a Top 3 priority for 2006. It is also consistent with the Public Safety Building/Library Plan as a Top 4 priority for 2007. TIMELINE The consultant will begin its work shortly after contract approval. follows: The project schedule is as Review site analysis and develop design options: May 2007 Initial design review by City boards, commissions, public: May- June 2007 Council approves preferred scenario and funding mechanism: July-August 2007 Develop schematic design for preferred scenario: August-November 2007 Council approves updated MND, EIR and a June 2008 election date: December 2007 Prepare documents for a June 2008 election: Jan 2008-May 2008 Election date: June 3, 2008 If the community elects to fund the construction of the library and Mitchell Park Community Center options that are put on a ballot, staff would return to Council shortly after the 2008 election with a Budget Amendment Ordinance to fund the remainder of the design work. The contract includes a provision to retain Group 4 Architecture for further design services, should it prove responsive to the City’s needs and the quality of its work is acceptable. Staff will return to Council with a revised timeline should a November 2008 election date be preferred over a June date. CMR:225:07 Page 4 of 5 ENVIRONMENTAL REVIEW The MND that was prepared for the Mitchell Park Library as part of the 2002 Measure D election will be updated to reflect the current design. The MND will be presented to Council for approval in December 2007. An Environmemal Impact Report (EIR) was prepared for the Main Library as part of the 2002 Measure D election. The EIR would be revised by Group 4 Architecture to reflect the current design program. ATTACHMENTS Attachment A: Contract (includes Scope of Services and Certi~cation of Nondiscrimination) // KAREN RD Senior Engineer DEPARTMENT HEAD:. ,~ 2" GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:225:07 Page 5 of 5 CITY OF PALO ALTO CONTRACT NO. C07122215 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND GROUP 4 ARCHITECTURE, RESEARCH + PLANNING, INC. FOR PROFESSIONAL SERVICES Mitchell Park Library and Community Center, Main Library, and Downtown Library Initial Design This AGREEMENT is entered into by and between the CITY OF PALO ALTO, a California Charter City ~"CITY"), and Group 4 Architecture, Research + Planning, Inc., a California corporation located at 211 Linden Avenue, South San Francisco, CA 94080 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to replace Mitchell Park Library, <eplace or improve the Mitchell Park Community Center, and improve the Main Library and the Downtown Library (~Project") and desires to engage a consultant to complete phases of initial design in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional skill and expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described Exhibit ~A", attached to and made a part of this Agreement. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION i. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through the completion of the services unless terminated earlier pursuant to Section 21 of this Agreement. 1 CITY OF PALO ALTO CONTRACT NO. C07122215 SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit ~B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services (Basic Services) and reimbursable expenses, shall not exceed one million one hundred sixty-eight thousand one hundred dollars ($1,168,100.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed one million two hundred eighty thousand four hundred dollars ($1,280,400.00). The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who perf9rmed the services, hours worked, and hourly rates for additional services, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "C") . If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. Send all invoices to the CITY attention the Project Manager. The Project Manager is: Karen Bengard, Dept.: Public Works, Engineering Division, P.O. BOX 10250, Palo Alto, CA 94303, Telephone: 650-329- 2636. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT 050310 2 CITY OF PALO ALTO CONTRACT NO. C07122215 represents that it, its employees and subconsultants have and shali maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project Of the performance of the Services. All documentation prepared by CONSULTANT shall provide fo~ a completed project that conforms to all applicable codes, ru!~s, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the workproduct submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications o~~ other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project.This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION I0. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement cONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an 050310 3 CITY OF PALO ALTO CONTRACT NO. C07122215 independent contractor and not an agent or emp!oyee of the CITY. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shall be responsible for their performance. SECTION ii. ASSIGNMENT. The parties agree that the professional skill, expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Notwithstanding Section II above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 1 Gates & Associates Landscape 2 Davis Langdon - Cost Consulting 3 BKF Engineers - Civil 4 Page + Moris - Library Consultant 5 O’Mahony & Myer - Electrical Lighting 6 Guttmann & Blaevoet - Mechanical 7 Rutherford & Chekene - Structural 8 Watry Design Group 9 Smith, Fause & McDonald Inc. - Technology I0.David J. Powers & Associates, Inc. Environmental Ii.Other subconsultants may be added during the course of the project with approval of the project manager. CONSULTAIqT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. 050310 CITY OF PALO ALTO CONTRACT NO. C07122215 CITY assumes no responsibility whatsoever concerning such compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the City manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Wayne Gehrke as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and Dawn Merkes and David Schnee as the project coordinators to represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Agreement cause the substitution of the project director, project coordinator, or any other key personnel for any reason,- the ~appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under [his Agreement. Karen Bengard is designated as the project manager !ifor the CITY and will be assisted by Debra Jacobs, the Projhct Engineer. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. i SECTION 14. DUTIES OF CITY. To assist CONSULTANT in the performance of the Services, CITY will furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 15. OWNERSHIP OF MATERIALS. 15.1. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests (including all copyrightable interests arising under the 1990 Architectural Works Copyright Protection Act) developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the city manager or designee. 5 050310 CITY OF PALO ALTO CONTP~ACT NO. C07122215 15.2. In addition to the provisions of Subsection 15.1., above, the following shall apply to all plans, drawings, specifications, and related reports and documents, and electronic equivalents (collectively "Plans") developed pursuant to this Agreement: 15.2.1. CITY shall have the right to reproduce and use the Plans forpurposes of the Project that is the subject of this Agreement, including, but not limited to, any use associated with construction, reconstruction, modification, management, maintenance, and renovation of the Project. 15.2.2. CITY shall have the right to reproduce, use and modify the PLANS, or portions thereof, in the design and construction of any.other future CITY project. CITY acknowledges that CONSULTANT does not warrant the suitability of the PLANS for reuse other than as needed for the Project that is the subject of this AGREEMENT. 15.2.3. The right of the CITY to modify and reuse the PLANS pursuant to this Subsection 15.2. is subject to the provisions of California Business and Professions Code Sections 5536.25, 6735, 6735.3 or 6735.4, whichever is applicable. SECTION 16. AUDITS. CONSULTANT will permit CITY to audit,- at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 17. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. Notwithstanding the above, nothing in this Section 17 shall be construed to require CONSULTANT to .indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 17 shall survive the expiration or early 050310 6 CITY OF PALO ALTO CONTRACT NO. C07122215 termination of this Agreement. SECTION 18. WAIVERS. The-waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 19.INSURANCE. 19.1.CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 19.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement Will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as.ian additional insured under such policies as required above. 19.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement.. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled by the insurer excep< after filing with the Purchasing Manager thirtY (30) days’ prior written notice of the cancellation, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 19.4.The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 20. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer 050310 7 CITY OF PALO ALTO CONTRACT NO. C07122215 to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. SECTION 21.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 21.1.The city manager may suspend, the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (i0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 21.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 21.3.Upon such suspension or termination, CONSULTANT shall deliver to the City.Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 21.4.Upon such suspension or termination bY CITY, CONSULTANT will be paid for the Services r~ndered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., I0 days after giving notice) Of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise Of his/her discretion 21.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights Under this Agreement. 21.6.FORCE MAJEURE. Neither party shall be liable for damages caused by any failure or delay in performance under this Agreement to the extent that such damage, failure, or delay is caused by conditions beyond its reasonable control including, but not limited to, strikes or other labor disputes, catastrophes, riots, fires, Government restrictions (including the denial or cancellation of any export or other necessary license), wars, insurrections, or other Acts of God, or for other similar causes 050310 8 CITY OF PALO ALTO CONTRACT NO. C07122215 beyond that party’s reasonable control and occurring without its fault or negligence, including, without limitation, failure of suppliers, subcontractors, and carriers, or.party to substantially meet its performance obligations under this Agreement, provided that, as a condition to the claim of nonliability, the party experiencing the difficulty shall give the other prompt written notice, with full details following the occurrence of the cause relied upon. Dates by which performance obligations are scheduled to be met will be extended for a period of time equal to the time lost due to any delay so caused. SECTION 22.NOTICES. All notices hereunder will he given in writing and mailed,postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited a~ove SECTION 23. CONFLICT OF INTEREST. 23.1.In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial .or otherwise, which would conflict in any manner or degree with the performance of the Services. 23.2.CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance With the applicable provisions of the Palo Alto Municipal Code’ and the Government Code of the State of California. 23.3. If the Project Manager determines that CONSULTANT is a ~Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 24. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate in the employment of any 050310 CITY OF PALO ALTO CONTRACT NO. C07122215 person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E". SECTION 25.MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2.In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 25.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 25.4.This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 25.6.If a court of competent jurisdiction finds or rulesthat any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference .incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds 050310 i0 CITY OF PALO ALTO CONTRACT NO. C07122215 are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This Section 25.8 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. ii 050310 CITY OF PA!~O ALTO CONTP.ACT NO, C07122215 IN WITNESS WHEREOF~ the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney AssiStant City Manager APPROVED: Director of Administrative Services GROUP 4 ARCHITECTURE, RESEARCH Name: (If eo~oration: Secreta~ or Treasurer} Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT ’~C-I" EXHIBIT "D": EXHIBIT "E": Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternatiVe, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable} SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION HOURLY RATES INSURANCE NONDISCRIMINATION COMPLIANCE FORM 12 EXHIBT A SCOPE OF SERVICES - INITIAL DESIGN PHASE Mitchell Park Library and Community Center, Main Library, and Downtown Library Initial Design 1.0 1.1 1.0.1 1.0.2 1.1.1 1.1.2 GENERAL INFORMATION A "Final Report of the Mitchell Park Library Space Study" (Final Report), November 2006, was prepared by Group 4 Architecture and presented to Council on December 4, 2006. The City’s Library Advisory Commission also presented their Library Service Model Analysis and Recommendations (LSMAR) to City Council in December of 2006. The LSMAR report and the Group 4 study made a number of recommendations for improvements across the library system. The focus of this scope of work will be on three of the City’s libraries, Mitchell Park Library, the Main Library and the Downtown Library. The design services contained herein are based on the recommendations of the Group 4 space study and the LSMAR report. The Consultant shall prepare schematic design plans for each of the three libraries, Mitchell Park, the Main Library and the Downtown Library and the respective environmental reviews for the Main and Mitchell Park Libraries. PROJECT DESCRIPTION The project includes developing sites analysis and site options for the Main and the Mit~chell Park Library, developing building programs for the Main, Mitchell Park and Downtown libraries, as well as Conceptual designs and Schematic designs for all three projects. The process will include a high level of participation by the City’s Boards and Commissions as well as the Community. The Consultant shall work closely with a project management team established by the City that will be comprised of Public Works Staff, Library Staff, City Manager staff as well as representatives from the Library Advisory and the Park and Recreation Advisory Commission. A summary description of the three library projects follows: 1.1.2.1 MITCHELL PARK LIBRARY is located within Mitchell Park which is a community park serving the entire city of Palo Alto. The park is located in a residential area with surrounding land uses that include several schools, churches, a senior complex, and other educational facilities. The approximately 22 acre Mitchell Park is comprised of an 18 acre outdoor recreational park with surface parking and an adjoining 3.2 acre area that contains the library, community center, and surface parking area. The library and community center are not on dedicated park land. The Mitchell Park Library was designed by Edward Durell Stone and built in July of 1958. It has been used exclusively as a library since its construction and is not considered as historically significant. The Library was expanded in 1974 to its current size of 9,478 square feet. The recommendation for the Mitchell Park Library and Community Center is to analyze a range of size options; Library only 28-37,500sf, Library and Community Center 42- 51,000sf, and phasing options; 1 phase-library only, 1 phase -library and Community center, 2 phase- library phase 1, community center phase 2 and then to determine the preferred option for further development. City of Palo Alto - Contract C07122215 Page 1 of 28 1.1.2.2 1.1.2.3 All of the Site Design Options will be based on a new library sited on non-dedicated parkland south of the existing library and will have surface parking where the existing library is currently located, with the exception of Option 2a which will be located west of the existing library. Parking needs will be met with surface parking in all site design options except for Option 2a which requires under-building parking as well. Th~ work shall include aligning the current offset intersection of Mayview Road and the site entrance. The intersection will be realigned so that the entrance to the site will be aligned with Mayview Road. 1.1.2.4 The characteristics of each of the Site Design Options are summarized as follows: 1.1.2.4.1 1.1.2.4.2 1.1.2.4.3 1.1.2.4.4 Option 2a: Construct a new library to house the library program as defined in the Final Report. The new library (approximately 28,500 square foot (sf) and one-story in height) would be constructed at the southwest comer of site. The existing community center would remain and would receive planned, scheduled accessibility, heating and air conditioning upgrades. Option 2b: Construct a new library to house the library program as defined in the Final Report. The new library (approximately 37,500 sf) and two-story in height) would be constructed at the southwest comer of site. The existing community center would remain and would receive planned, scheduled accessibility, heating and air conditioning upgrades. Option 3a: Demolish the existing library and community center and construct a combined facility (of approximately 42,000 sf) for the library program as defined in the Final Report. The remains of the existing parking lot would be connected to a new one-story librarylocated along Middlefield Road. The new community center would be located at the southwest comer of the site. Option 3b: Demolish the existing library and community center and construct a combined facility (of approximately 51,000 sf) for the library program as defined in the Final Report. The remains of the existing parking lot would be connected to a new two story library located along Middlefield Road. The new community center would be located at the southwest comer of the site. 1.1.2.5 1.1.2.6 THE MAIN LIBRARY is located at 1213 Newell Road and is the backbone of the City Library network. The original building was designed by Edward Durell Stone and constructed in 1956, then in 1982-84 the building was renovated and a 2,200 square foot addition completed. The recommendations for the Main Library from the LSMAR report and the Group 4 space study is add an addition to the existing building to accommodate a new program room for the library, group study rooms and new public restrooms. The new addition may range in size from 1,700-5,500 square feet in size. The existing Main Library is 21,313 square feet on grade with a 5,000 square foot basement. THE DOWNTOWN LIBRARY is located at 270 Forest Avenue across from the civic center in downtown Palo Alto; it was constructed in 1971. The LSMAR and Group 4 space study recommendations for this branch include an analysis of program for this branch and based on those recommendations a major interior renovation which would include the structural, electrical (power, lighting, data) and mechanical systems of the building. 1.2 RESPONSIBIITIES OF THE CITY 1.2.1 The City shall provide the following services and information if necessary for the Project. 1.2.1.5 Public Finance Consultant. 1.2.1.6 Testing and surveys and design or mitigation for hazardous materials. City of Palo Alto - Contract C07122215 Page 2 of 28 1,3 1.3.1 1.3.2 1.3.3 1.2.1.7 1.2.1.8 1.2.1.9 Scheduling of and advertising for community meetings and Public Hearings. Geotechnical Engineering. Topographic & Boundary surveys RESPONSIBILITIES OF THE CONSULTANTS Basic Architect/Engineer design services shall include the following: 1.3.1.1 1.3.1.2 1.3.1.3 1.3.1.4 1.3.1.5 1.3.1.6 1.3.1.7 1.3.1.8 1.3.1.9 1.3.1.10 1.3.1.11 1.3.1.12 1.3.1.13 1.3.1.14 1.3.1.15 1.3.1.16 1.3.1.17 1.3.1.18 1.3.1.19 Architectural Design Structural Engineering Mechanical Engineering Electrical Engineering Civil Engineering Traffic Engineering Fire Protection Engineering Communications Systems Design Criteria Audio/Visual Systems Design Criteria Acoustic Design Criteria Low Voltage and Security Electronics Design Criteria Landscape Design Concept Cost Estimating Documentation and Coordination for U.S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) requirements and Checklist for a submission for LEED Silver (Building) rating. Value Engineering Construction Cost Consultant Services Library Programmer Services Building Technology Consultant Services Environmental Consultant Services ~ Cost Estimating Services: The Consultant shall develop a cost estimate of sufficient detail for a possible bond and/or parcel tax election in November of 2008. Cost estimates shall be prepared as outlined in the scope of work for each task. 1.3.2.1 In addition, the City is currently designing a public safety building for a November 2008 bond]parcel measure. The prices for utilities, finishes and 0thOr similar items shall be compared between the two projects to ensure that their costs are similar. The Consultant shall coordinate with the cost-estimator for the Public Safety Building project, identify reasons for significant cost discrepancies between the two projects and work with the Public Safety Building estimator and City staff to resolve and reconcile the estimates for any areas of significant discrepancies. The Project Manager for the Public Safety Building project is Susan Oldroyd, Ross Drutis Cusenbery Architecture, (707) 996.8448, extension 113. Service Exclusions: Additional hazardous materials studies or abatement, base isolation foundation system and design, construction document preparation beyond 35% plan completion, bidding services, construction administration, geotechnical inspections during construction, costs of permits or fees and production of as-built documentation and geotechnical engineering services. Some of these items may be included in a future amended contract. 2.0 PHASE I: BASIC SERVICES 2.0.1 SCOPE OF WORK The CONSULTANTS Basic Services shall include all Task AI" Project Initiation, Task A2: Site Analysis and Site Options for the Mitchell Park Library, Task B2: Site Analysis and Site City of Palo Alto - Contract C07122215 Page 3 of 28 2.1 2.1.1 2.1.2 Options for the Main Library, Task A3: Conceptual Design for the Mitchell Park Library, Task B3: Conceptual Design for the Main Library, Task C3: Conceptual design for the Downtown Library, Task A4: Schematic Design for the Mitchell Park Library, Task B4: Schematic Design for the Main Library, Task C4: Schematic Design for the Downtown Library, Task D: Participation, Task El: Environmental Clearance for Mitchell Park Library, Task E2: Environmental Clearance for Main Library and Task E3: Historic Architectural Consultant for the Main Library. TASK A: DESIGN TASK A1 - PROJECT INITIATION 2.1.1.1 Design Kick-Off Meeting: 2.1.1.1.1 The Consultant shall meet with Public Works and Library Department representatives to verify the architectural program, adjacency, operational assumptions, and budget. 2.1.1.1.2 Consultant shall prepare and refine the project management tools: work plan, participation plan, project directory, and project schedule. 2.1.1.1.3 The Consultant shall review information and documents provided by the City and Library. 2.1.1.1.4 Project Kick-Off Meeting 2.1.1.2 Deliverables: Project Schedule and Work Plan, Participation Plan, and Project Directory TASK A2 - SITE ANALYSIS AND SITE OPTIONS FOR MITCHELL PARK LIBRARY 2.1.2.1 Site Analysi; and Site Options 2.1.2.1.1 The Consultant shall analyze the Mitchell Park Library 2.1.2.1.2 2.1.2.1.3 2.1.2.1.4 2.1.2.1.5 2.1.2.1.6 2.1.2.1.7 2.1.2.1.8 and Community Center sites for opportunities and constraints related to the development of a library and possible community center. The Consultant shall review City-provided site information, including survey reports, zoning and planning ordinances, and other site reports, and planning and traffic documents. The Consultant shall prepare diagrams for site options that address building location and massing, pedestrian and traffic circulation, library and community center operational functions (such as book drop-off, deliveries, and refuse collection), project phasing, and other relevant considerations. The Consultant shall develop conceptual cost models for the site options. The Consultant shall meet with the City’s Planning Department in order to confirm zoning, environmental review requirements, identify any other approval requirements and to review site diagrams and massing. The Consultant shall refine the site strategy diagrams for review by the Project Management Team (PMT) and for presentation at a public meeting. The PMT is comprised ot~ City staff, City board members and residents and guided the preparation of the Final Report during the initial study phase. The Consultant shall refine and develop the preferred site option to address grading, relationship to street, pedestrian and vehicle access, parking, deliveries, refuse collection, book drop-offs, and related concerns. The Consultant shall refine the conceptual cost model for the preferred site option. City of Palo Alto - Contract C07122215 Page 4 of 28 2.1.2.1.9 The Consultant shall prepare a preliminary traffic report to analyze impacts of the project on the traffic, develop the parking requirements for the project. The Consultant shall study the realignment of the site entrance opposite Mayview Avenue. If an entrance realignment at Mayview Avenue is feasible, the Consultant shall develop a schematic design including identifying utility relocations, signal modifications and other design features that might impact project construction costs. 2.1.2.2 Deliverables: Summary site program, Site Option diagrams, Site Option Cost Models, Refined Preferred Site Option and Cost Model, Parking and Traffic Analysis, and Mayview Avenue Alignment Analysis 2.1.2.3 City Responsibilities: Review and comment on site development strategies, survey, Geotech. 2.1.3 TASK B2 2.1.3.1 SITE ANALYSIS AND SITE OPTIONS FOR THE MAIN LIBRARY Site Analysis and Site Options 2.1.3.1.1 The Consultant shall analyze the site for opportunities 2.1.3.1.2 2.1.3.1.3 2.1.3.1.6 2.1.3.1.7 and constraints related to the development of an addition to the Main Library. The Consultant shall revie~v City-provided site information, including survey reports, zoning and planning ordinances, and other site reports, and planning and traffic documents. The Consultant shall prepare diagrams for site options that address building location and massing, pedestrian and traffic circulation, library operational functions (such as book drop-off, deliveries; and refuse collection), project phasing, and other relevant considerations. The Consultant shall develop conceptual cost models for the site options. The Consultant shall meet with the City’s Planning Department in order to confirm zoning, environmental review requirements, identify any other approval requirements and to review site diagrams and massing. The Consultant shall refine the site strategy diagrams for review by the Project Management Team (PMT) and for presentation at a public meeting. The PMT is comprised of City staff, City board members and residents and guided the preparation of the Final Report during the initial study phase. The Consultant shall refine and develop the preferred site option to address grading, relationship to street, pedestrian and vehicle access, parking, deliveries, refuse collection, book drop-offs, and related concerns. The Consultant shall refine the conceptual cost model for the preferred site option. The Consultant shall prepare a preliminary traffic report to develop the parking requirements for the project. 2.1.3.2 Deliverables: Summary site program, Site Option diagrams, Site Option Cost Models, Refined Preferred Site Option and Cost Model, and Parking Analysis. City Responsibilities: Review and comment on site development strategies, Survey, Geotech. City of Palo Alto - Contract C07122215 Page 5 of 28 2.1.4 2.1.5 TASK A3: CONCEPTUAL DESIGN FOR THE MITCHELL PARK LIBRARY 2.1.4.1 Conceptual Design 2.1.4.1.1 The Consultant shall: prepare exhibits for a Design 2.1.4.1.4 2.1.4.1.5 2.1.4.1.6 2.1.4.1.9 Values Workshop with the community in Order to address site, interior and exterior needs values and design goals. The Consultant shall prepare summary of findings resulting from the Design Values Workshop The Consultant shall prepare a building program based on the pr.eferred Site Option and the direction received from the City that includes the general requirements, space need descriptions, and spatial relationships for the proposed library and community center. The Consultant shall develop up to three preliminary site plan alternatives for City review. These diagrammatic plans will show preliminary landscape and. hardscape concepts as well as relationships with Mitchell Park. The Consultant shall develop up to three preliminary floor plan alternatives for City review. These plans will show preliminary architectural concepts and adjacencies of most significant spaces. The Consultant shall prepare up to three preliminary exterior alternative illustrations showing varied approaches that respond to input gathered in the Design Values process. These may include building elevations, vignettes, and/or photomontages. The Consultant shall prepare exhibits of design alternatives for City input.. The Consultant shall prepare a refined conceptual floor plan, site plan, and preliminary exterior illustration that reflect the City’s input and comments. The Consultant shall conduct Integrated Design Workshop #1 ’(IDW#1) for the Mitchell Park Library with City representatives and the Design Team (the project architect and technical sub-consultants) to discuss sustainable goals and objectives, review the LEED matrix and to identify strategies and opportunities to meet the goals and objectives as established by the team. Based on the preferred Conceptual Design, the Consultant shall develop an Estimate of Probable Construction Costs. The Consultant shall prepare a CAD program verification diagram identifying all spaces and furniture identified in the building program. 2.1.4.2 Deliverables: Exhibits for meetings, Site plans, floor plans, and exterior illustrations, Illustrations of refined selected conceptual design alternative, Summary of IDW #1 and the LEED worksheet, Estimate of Probable Construction Costs, Program verification diagrams, Mitchell Park Library and Community Center Program draft report (electronic format and one reproducible unbound print copy), and Mitchell Park Library and Community Center Program final report (bound print copies and one electronic copy on CD-ROM) 2.1.4.3 City Responsibilities: Review and comment on conceptual design alternatives, Participation in Integrated Design Workshop #1 (IDW#1), and Review and comment on draft report. TASK B3: CONCEPTUAL DESIGN FOR THE MAIN LIBRARY 2.1.5.1 Conceptual Design City of Palo Alto -Contract C07122215 Page 6 of 28 2.1.5.1.1 2.1.5.1.4 2.1.5.1.5 2.1.5.1.6 2,1.5.1.9 The Consultant shall: prepare exhibits for a Design Values Workshop with the community in order to address site, interior and exterior needs values and design goals. The Consultant shall prepare summary of findings resulting from the Design Values Workshop The Consultant shall prepare a building program based on direction from the City and the preferred Site Option that includes the general requirements, space need descriptions, and spatial relationships for the proposed library. The Consultant shall develop up to two preliminary site plan alternatives for City review. These diagrammatic plans will show preliminary landscape and hardscape concepts as well as site relationships with the Art Center. The Consultant shall .develop up to two preliminary floor plan alternatives for City review. These plans will show preliminary architectural concepts and adjacencies of most significant spaces. The Consultant shall prepare up to two preliminary exterior alternative illustrations showing varied approaches that respond to input gathered in the Design Values process. These may include building elevations, vignettes, and/or photomontages. The Consultant shall prepare exhibits of design alternatives for City input. The Consultant shall prepare a refined conceptual floor plan, site plan, and preliminary exterior illustration that reflect the City’s input and comments. The Consultant shall conduct Integrated Design Workshop #1 (IDW#I) for the Main Library with City representatives and the Design Team (the project architect and technical sub-consultants) to discuss sustainable goals and objectives, review the LEED matrix and to identify strategies and opportunities to meet the goals and objectives as established by the team. Based on the preferred Conceptual Design, the Consultant shall develop an Estimate of Probable Construction Costs. The Consultant shall prepare a CAD program verification diagram identifying all spaces and furniture identified in the building program. 2.1.5.2 Deliverables: Exhibits for meetings, Site plans, floor plans, and exterior illustrations, Illustrations of refined selected conceptual design alternative, Summary of IDW #1 and the LEED worksheet, Estimate of Probable Construction Costs, Program verification diagrams, Main Library Program draft report (electronic format and one reproducible unbound print copy), and Main Library Program final report (bound print copies and one electronic copy on CD- ROM) City Responsibilities: Review and comment on conceptual design alternatives, Participation in Integrated Design Workshop #1 (]])W#1), and Review and comment on draft report. 2.1.6 TASK C3: CONCEPTUAL DESIGN FOR THE DOWNTOWN LIBRARY 2.1.6.1 Conceptual Design 2.1.6.t.1 The Consultant shall prepare a building program based on information collected from the Library Advisory Commission, and the direction received from the City that includes the general City of Palo Alto - Contract C07122215 Page 7 of 28 2.1.6.2 2.1.6.3 2.1.6.1.2 2.1.6.1.3 2.1.6.1.4 2.1.6.1.5 requirements, space need descriptions, and spatial relationships for the proposed library. The Consultant shall develop up to two preliminary floor plan alternatives for City review. These plans will show preliminary " architectural concepts and adjacencies of most significant spaces. The Consultant shall prepare exhibits of design alternatives for City input. The Consultant shall prepare a refined conceptual floor plan, and site plan that reflects the City’s input and comments: The Consultant shall conduct Integrated Design Workshop #1 (IDW#1) for the Downtown Library with City representatives and the Design Team (the project architect and technical sub-consultants) to discuss sustainable goals and objectives, review the LEED matrix and to identify strategies and opportunities to meet the goals and objectives as established by the team. Based on the preferred Conceptual Design, the Consultant shall develop an Estimate of.Probable Construction Costs. The Consultant shall prepare a CAD program verification diagram identifying all spaces and furniture identified in the building program. Deliverables: Exhibits for meetings, Site plans, floor plans, Illustrations of refined selected conceptual design alternative, Summary of IDW #1 and the LEED worksheet, Estimate of Probable Construction Costs, Program verification diagrams, Downtown Library Program draft report (electronic format and one reproducible unbound print copy), and Downtown Library Program final report (bound print copies and one electronic copy on CD-ROM) City Responsibilities: Review and comment on conceptual design alternatives, Participation in Integrated Design Workshop #1 (IDW#1), and Review and comment on draft report. 2.1.7 TASK A4: SCHEMATIC DESIGN FOR THE MITCHELL PARK LIBRARY 2.1.7.1 Schematic Design 2.1.7.1.1 The Consultant shall Develop and refine the preferred site and building design alternatives incorporating sustainable LEED Silver- level design goals as established in IDW#1. 2.1.7.1.2 Develop a conceptual approach to building systems such as structural, mechanical, electrical, fire protection, telecommunications, and other building systems. 2.1.7.1.3 Conduct Integrated Design Workshop #2 for the Mitchell Park Library, update design strategies to meet sustainable design and other project goals. The workshop shall be attended by City representatives and the Design Team. 2.1.7.1.4 Establish approaches to structural, mechanical, electrical, civil, lighting, fire protection, and technology/AV systems. 2.1.7.1.5 Develop CAD floor plan, site plan and primary elevations for the preferred design alternative for stakeholder input. 2.1.7.1.6 Refine the CAD plans based on stakeholder input, and add furniture and stack layouts for stakeholder input. 2.1.7.1.7 Refine the site plan and building elevations and prepare building sections. 2.1.7.1.8 Prepare presentation-quality renderings of the proposed building exterior (one) and interior spaces (up to three). City of Palo Alto - Contract C07122215 Page 8 of 28 2.1.7.1.9 2.1.7.1.10 2.1.7.1.11 2.1.7.1.12 2.1.7.1.13 Prepare outline specifications as needed for cost-estimating clarity Prepare an estimate of probable construction cost in detailed construction system format. Based on direction from the PMT, prepare a preliminary phasing plan for development of the proposed new library and community center. Prepare material sample boards. Prepare a Schematic Design report to include a proposed construction phasing plan. 2.1.7.2 Deliverables: 5 full-size sets and 20 half-sized sets of Mitchell Park Library Schematic Design Packages for staff review consisting of: .Site plan ¯ArchiteCtural plans, elevations, and sections ¯Structural plans ¯Building system plans ¯Any relevant supporting materials Furniture.and stack layout plans, U.S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) Sustainable Design Consultation and Checklist, Estimate of probable construction cost, Schematic Design report (electronic format plus one reproducible unbound print copy), outline specifications in CSI format, preliminary exterior product/finish boards for review by boards and commissions, preparation of a model for the ARB, and other deliverables for various City boards are contained below in Task D: Participation. 2.1.7.3 City Responsibilities: Review and comment on interim schematic design documents, Review and comment on draft Schematic Design report, and Participate in IDW #2. 2.1.8 TASK B4: SCHEMATIC DESIGN FOR THE MAIN LIBRARY 2.1.8.1 Schematic Design 2.1.8.1.1 The Consultant shall Develop and refine the preferred site and building design.alternatives incorporating sustainable LEED Silver- level design goals as established in IDW#1. 2.1.8:1.2 Develop a conceptual approach to building systems such as structural, mechanica!, electrical, fire protection, telecommunications, and other building systems. 2.1.8,1.3 Conduct Integrated Design Workshop #2 for the Main Library, update design strategies to meet sustainable design and other project goals. The workshop shall be attended by City representatives and the Design Team. 2.1.8.1.4 Establish approaches to structural, mechanical, electrical, civil, lighting, fire protection, and technology/AV systems. 2.1.8.1.5 Develop CAD floor plan, site plan and primary elevations for the preferred design alternative for stakeholder input. 2.1.8.1.6 Refine the CAD plans based on stakeholder input, and add furniture and stack layouts for stakeholder input. 2.1.8.1.7 Refine the site plan and building elevations and prepare building sections. 2.1.8.1.8 Prepare presentation-quality renderings of the proposed building exterior (one) and interior spaces (up to two). 2.1.8.1.9 Prepare outline specifications as needed for cost-estimating clarity City of Palo Alto - Contract C07122215 Page 9 of 28 2.1.9 2.1.8.1.10 Prepare an estimate of probable construction cost in detailed construction system format. 2.1.8.1.11 Prepare material sample boards. 2.1.8.1.12 Prepare a Schematic Design report to include a proposed construction phasing plan. 2.1.8.2 Deliverables: 5 full-size sets and 20 half-sized sets of the Main Library Schematic Design Packages for staff review consisting of: ¯Site plan ¯Architectural plans, elevations, and sections .Structural plans .Building system plans .Any relevant supporting materials Furniture and stack layout plans, U.S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) Sustainable Design Consultation and Checklist, Estimate of probable construction cost, Schematic Design report (electronic format plus one reproducible unbound print copy), outline specifications in CSI format, preliminary exterior product/finish boards for review by boards and commissions, preparation of a study model for the ARB, and other deliverables for various City boards are contained below in Task D: Participation. 2.1.8.3 City Responsibilities: Review and comment on interim schematic design documents, Review and comment on draft Schematic Design report, and Participate in IDW #2. TASK C4: SCHEMATIC DESIGN FOR THE DOWNTOWN LIBRARY 2.1.9.1 Schematic Design 2.1.9.1.1 The Consultant shall Develop and refine the preferred conceptual design alternative incorporating sustainable LEED Silver-level design goals as established in IDW#1. 2.1.9.1.2 Develop a conceptual approach to building systems such as structural, mechanical, electrical, fire protection, telecommunications, and other building systems. 2.1.9.1.3 Conduct Integrated Design Workshop #2 for the Downtown Library, update design strategies to meet sustainable design and other project goals. The workshop shall be attended by City representatives and the Design Team. 2.1.9.1.4 Establish approaches to structural, mechanical, electrical, civil, lighting, fire protection, and technology/AV systems. 2.1.9.1.5 Develop CAD floor plan, and primary interior elevations for the preferred design alternative for stakeholder input. 2.1.9.1.6 Refine the CAD plans based on stakeholder input, and add furniture and stack layouts for stakeholder input. 2.1.9.1.7 Refine the floor plan and interior elevations and prepare interior vignettes. 2.1.9.1.8 Prepare presentation-quality renderings of the proposed building interior spaces (up to two). 2.1.9.1.9 Prepare outline specifications as needed for cost-estimating clarity 2.1.9.1.10 Prepare an estimate of probable construction cost in detailed construction system format. 2.1.9.1.11 Prepare a Schematic Design report to include a proposed construction phasing plan. City of Palo Alto - Contract C07122215 Page 10 of 28 2.1.9.2 Deliverables: 5 full-size sets and 20 half-sized sets of the Downtown Library Schematic Design Packages for staff review consisting of: -Site plan -Architectural floor plans, interior elevations, and sections -Structural plans ¯Building system plans -Any relevant supporting materials Furniture and stack layout plans, U.S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) Sustainable Design Consultation and Checklist, Estimate of probable construction cost, Schematic Design report (electronic format plus one reproducible unbound print copy), outline specifications in CSI format, preliminary exterior product/finish boards for review by boards and commissions, and other deliverables for various City boards are contained below in Task D: Participation. 2.1.9.3 City Responsibilities: Review and comment on interim schematic design documents, Review and comment on draft Schematic Design report, and Participate in IDW #2. 2.1.10 TASK D: PARTICIPATION In addition to meeting with staff as needed to discuss design direction, the following meetings are included in the Scope of Work: 2.1.10.1 Design Phase Meetings and Presentations 2.1.10.1.1 Task A1; Project Initiation 2.10.1.1.1 Project Kickoff meeting (meeting with Project Management Team) 2.1.10.1.2 Task A2 and B2: Site Analysis and Site Options for Mitchell Park Library and the Main Library. 2.10.1.2.1 2 meetings with Project Management Team 2.1.10.1.3 Task A3, B3, and C3: Conceptual Design for the Mitchell Park Library, the Main Library and the Downtown Library 2.10.1.3.1 4 meetings with City staff and Project Management Team 2.10.1.3.2 1 Integrated Design Workshop 2.10.1.3.3 2 Community input meetings as-needed 2.10.1.3.4 1 meeting with City code, fire, and safety officials ¯ 2.10.1.3.5 Public hearings with thefollowing boards and commissions : 1.10.1.3.5.1 1 Library Advisory Commission Meeting 1.10.1.3.5.2 1 Parks &Recreation Commission Meeting 1.10.1.3.5.3 1 Planning Commission Meeting 1.10.1.3.5.4 1 meeting with the Planning department’s Development Review Committee (DRC) 1.10.1.3.5.5 1 Architectural Review Board Meeting 2.10.1.3.6 1 City CouncilMeeting 2.1.10.1.4 Task A4, B4 and C4: Schematic Design for Mitchell Park Library, the Main Library and the Downtown Library. 2.10.1.4.1 5 meetings with City staff and Project Management Team 2.10.1.4.2 1 meeting with City code, fire, and safety officials City of Palo Alto - Contract C07122215 Page 11 of 28 2.1.10.1.5 2.10.1.4.3 2.10.1.4.4 2.10.1.4.5 2.10.1.4.6 Public hearings with the commissions : 1.10.1.4.3.1 1.10.1.4.3.2 1.10.1.4.3.3 1.10.1.4.3.4 1.10.1.4.3.5 following boards and 1 Library Advisory Commission meeting 1 Parks and Recreation Commission meeting 1 Public Arts Commission meeting 1 Architectural Review Board meeting 1 Planning Commission meeting 1 Integrated Design Workshop 3 Community meetings as-needed 1 City Council meeting Cost Estimating Services 2.10.1.5.1 2 meetings with City staff and public safety building cost estimator 2.1.11 TASK E: SPECIALIZED SERVICES 2.1.11.1 TASK E1: ENVIRONMENTAL CLEARANCE FOR MITCHELL PARK LIBRARY 2.1.11.1.1 Provide environmental review in the form of a Mitigated Negative Declaration (MND) for two design scenarios (one scenario with a new library and community center and a second scenario with a new library and existing community center to remain) and provide the necessary documentation services or assist City staff per the following process: 2.1.11.1.2 Initial data collection and review to investigate and verify site conditions (Consultant task) 2.1.11.1.3 Develop Project Description and complete City’s initial study checklist (Consultant task) 2.1.11.1.4 Staffreview of above (Planning Department task) 2.1.11.1.5 Update transportation and circulation study (Consultant Task) 2.1.11.1.6 Hazardous materials impact assessment based on reports that were prepared in 2002 by City (Planning Department task) 2.1.11.1.7 Review of Subconsultant Reports (Public Works, Planning task) 2.1.11.1.8 Submittal of Administrative Draft (Consultant task) 2.1.11.1.9 City Staff comments (Public Works, Planning task) 2.1.11.1.10 Submittal of Screen Check Administrative Draft Initial Study (Consultant task) 2.1.11.1.11 City Staff comments on Screen Check (Public Works, Planning task) 2.1.11.1.12 Circulate MND (Planning task) 2.1.11.1.13 Public Hearing MND (Planning task) 2.1.11.2 2.1.11.3 TASK E2: ENVIRONMENTAL CLEARANCE FOR MAIN LIBRARY 2.1.11.2.1 Provide environmental review in the form of an amendment to the Environmental Impact Report completed in May 2002, and provide assistance to City staff as directed. TASK E3 : HISTORIC ARCHITECTURAL CONSULTANT FOR MAIN LIBRARY 2.1.11.3.1 Throughout the design of the addition and renovation of the Main Library, the Historic Architectural Consultant shall provide design support to the team in regards to the historic integrity of the building. Included in this work shall be design meetings, reviewing and City of Palo Alto - Contract C07122215 Page 12 of 28 2.1.12 commenting on design progress and attendance at key meetings and presentations. TASK F: REIMBURSABLE ALLOWANCE 2.1.12.1.1 Reimbursables covers the Cost of color printing, copying, plots, delivery, faxes, and other items not covered in above Tasks. 2.1.12.1.2 The cost of travel and meals shall be included in Task D: Participation 2.1.12.1.3 It is anticipated that the reimbursablebudget includes the following: 2.12.1.3.1 Plan sets for the following meetings: ¯Library Advisory Commission (18 half-size sets) ¯Parks and Recreation Commission (11 half-size sets) -Public Arts Commission (10 half-size sets) ,Architectural Review Board (7 half-size sets and 1 full-size set)¯Planning and Transportation Commission (10 half-size sets) ,Development Review Committee (1. 5 full-size sets) .City Council (10 half-size sets) ¯Community meetings (5 full-size sets) 2.12.1.3.2 Progress plans and specifications for staff review 2.12.1.3.3 Plans and graphics for Project Management Team meetings 2.12.1.3.4 Presentation graphics and documentation for public meetings 2.12.1.3.5 Meeting attendance and facilitation 2.12.1.3.6 Meeting summaries 2.1.7.1.3.7 Technical back-up for presentation data 2.1.13 TASK G: OPTIONAL ADDITIONAL SERVICES 2.1.13.1 If approved by the City Project Manager in advance and in writing, additional services may include but are not limited to: additional meetings, study scenarios, additional subconsultants or cost estimates. 2.2 PHASE II: SUPPLEMENTAL ADDITIONAL SERVICES (Not Included in this Scope of Work) 212.1.1 Upon successful completion of the above Scope of Work, the Consultant may be asked to negotiate a fee for continued design of the Mitchell Park Library, the Main Library or the Downtown Library if sufficient funding is found for the project(s). This work might include, but not be limited to, continued design for construction and the incorporation of public art into the design. Other services excluded from this phase that may be included in subsequent phases: 2.2.1.3.1 Design Development, Construction Documents, Bidding and Award, Construction Administration, Project Close Out and Record Document services. 2.2.1.3.2 Final specifications in CSI format. 2.2.1.3.3 Interior design, furniture selection, equipment selection, signage design, public art and or other specialized design or technical services. 2.2.1.3.4 Analyses of other sites or buildings. 2.2.1.3.5 Additional meetings and presentations. 2.2.1.3.6 Additional scale models. City of Pal0 Alto - Contract C07122215 Page 13 of 28 Services of other Consultants other than those listed in Basic Services. Other services not specifically identified under Basic Services above. City of Palo Alto - Contract C07122215 Page 14 of 28 EXHIBIT "B" SCHEDULE OF PERFORMANCE - INITIAL DESIGN PHASE CONSULTANT shall perform the services described in project tasks so as to complete each milestone within the time specified. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and the CITY. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 14 days of receipt of the Notice to Proceed. Task Completion from NTP Notice to Proceed Task A, B, C Design Task AI: Project Initiation Task A2, B2: Site Analysis and Site Options Task A3, B3, C3: Conceptual Design Task A4, B4, C4: Schematic Design Task D: Participation Task E: Specialized Services Task El: Environmental Clearance for Mitchell Park Task E2: Environmental Clearance for Main Library Task E3: Historic Renovation for Main Library May 2007 May2007 May-June 2007 June-Aug 2007 Sept-Nov 21,2007 Concurrent w/Task A,B, C Concurrent w/Task A1, A2, and A3 Concurrent w/Task A1, B2, and B3 Concurrent w/ Tasks A1, B2, B3 and B4 City of Palo Alto - Contract C07122215 Page 15 of 28 Task Description EXHIBIT "C" COMPENSATION - INITIAL DESIGN PHASE Not to Exceed Compensation Basis TASK A1: Basic Services TASK A2: Basic Servaces TASK B2: Basic Services TASK A3: Basic Services TASK B3: Basic Services TASK C3: Basic Services TASK A4: Basic Services TASK B4: Basic Services TASK C4: Basic Services TASK D: Basic Services TASK E 1: Basic Services TASK E2: Basic Servaces TASK E3: Basic Services Project Initiation $18,100 Lump Sum Site Analysis and Site Options ’ for Mitchell Park Library Site Analysis and Site Options for Main Library Conceptual design for Mitchell Park Library Conceptual design for Main Library Conceptual design for Downtown Library Schematic Design for Mitchell Park Library Schematic Design for Main Library Schematic Design for Downtown Library Participation Environmental Clearance for Mitchell Park Environmental Clearance for Main Library Historic Architectural Consultant for Main Library $97,100 $32,900 $166,700 $85,600 $43,100 $297,400 $151,500 $90,300 $65,400 $20,000 $15,000 $40,000 Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Per Meeting Time and Materials Time and Materials Time and Materials Sub-total Basic Services Reimbursable Expenses (Task F) Total Basic Services and Reimbursable expenses Additional Services (Not to Exceed) (Task G) Maximum Total Compensation $1,123,100.00 $45,000.00 $1,168,100.00 $112,300.00 $1 ~280~400.00 City of Palo Alto - Contract C07122215 Page 16 of 28 REIMBURSABLE EXPENSES Reimbursable expenses related to the project are billable at 1.10 times direct cost or at the rates indicated below. Such costs include, but are not necessarily limited to: Outside service printing/copying of drawings and documents of any size. In-house printing of CAD check sets and presentation drawings larger than 1 l"x 17": $2.00 per square foot. In-house black & white photocopying for draft and final reports and specifications: $.20 per page, In-house color and grayscale printing and photocopying up to 1 l"x 17" for in-house, consultant or client use: $1.25 per page. Software purchase and licensure on behalf of the client. Postage, delivery and messenger service. Photographic and digital imaging. Architectural renderings and scale models. Travel expenses outside the Bay Area (200 miles round trip from San Francisco). Subconsultant costs not part of Basic Services. Presentation boards. Facilitation tools. Workshop accessories. Workshop facilitation materials. All requesfs for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide Additional Services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. City of Palo Alto - Contract C07122215 Page 17 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE (and Meeting Rates for Additional Services) Group 4 Position Principal -in-charge Principal Project Manager Project Designer Professional I Professional II Professional III Technical I Technical II Technical III Project Support Hourly Rate $180 $160 $140 $i40 $120 $110 $100 $110 $100 $90 $70 Meeting Type (Architect only) Project Management Team Commission Meeting City Council Presentation Town Hall/Community Meeting Fee $1,000 $2,000 $2,500 $5,000 Meeting Type (Architect +One Consultant) Project Management Team Commission Meeting City Council Presentation Town Hall/Community Meeting Fee $1,750 $3,000 $3,500 $6,000 City of Palo Alto - Contract C07122215 Page 18 of 28 EXHIBIT "C-I" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Gates & Associates - Landscape Position Hourly Rate President Principal Senior Associate Irrigation Designer Associate Draftspersons/Landscape Designer Clerical Staff $175 $120-$155 $105-$120 $110 $90-$105 $75-$90 $65-$75 City of Palo Alto - Contract C07122215 Page 19 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Davis Langdon - Cost Estimator Position Principals Associates Principals Senior Associates A~sociates Cost Planners Clerical Deposition and Trial Hourly Rate $220-$250 $180-$210 $160 $150 $90-$145 $65 AddifionN 50% City of Palo Alto - Contract C07122215 Page 20 of 28 EXHIBIT "C-1 " - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE BKF Engineers - Civil Position Engineering Associate Project Manager Engineer IV Engineer I, II, III Planning Senior Planner Associate Planner Surveying Project Manager Surveyor I, II, III Field Surveyor Survey Party Chief Survey Chairman Apprentice I, II, III, IV Design and Drafting Technician I, II, III Drafter I, II, III, IV Stu’dent Engineers/Surveyor Construction Administration Senior Construction Admin. Resident Engineer Field Engineer I, II, III Services and Expenses Project Assistant Clerical / Admin. Assistant Principals’ time on projects is chargeable at Hourly Rate $156 $148 $137 $97-$111-$125 $115 $109 $148 $97-$111-$125 $123 $123 $97 $51-$70-$80-$90 $93-$100-$109 $722580-$88-$96 $53 $146 $106 $97.$108-$124 $62 $55 $182-$206/hr City of Palo Alto - Contract C07122215 Page 21 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Page + Moris - Program Position Kathryn Page Assistant Hourly Rate $175 $75 City of Palo Alto - Contract C07122215 Page 22 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE O’Mahony & Myer- Electrical Position Founding Principal Principal Project Electrical Engineer Project Lighting Designer Electrical/Lighting Designer CAD Supervisor CAD Technician Administrative Hourly Rate $225 $190 $125 $125 $11o $95 $85 $65 City of Palo Alto- Contract C07122215 Page 23 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Guttmann & Blaevoet - Mechanical Position Principal Associate Principal Associate Senior Engineer Engineer CAD Manager Designer Drafter Administrative Hourly Rate $195 $185 $155 $140 $120 $110 $105 $95 $60 City of Palo Alto - Contract C07122215 Page 24 of 28 EXHIBIT "C-1 " - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Rutherford & Chekene- Structural Position Hourly Rate Executive Principals $190-$200 Principals $165-$185 Senior Engineers $120-$165 Engineers $95-$120 -Designers $85-$95 Field Technicians $85-$95 CADD Specialists $90-$105 CityofPalo Alto Contract C07122215 Page 25 of 28 EXHIBIT "C-I" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Watry Design Group - Parking Position Principal Senior Project Manager Project Manager Assistant Project Manager Senior Project Engineer Project Engineer Senior Project Architect Project Architect Senior Parking Planner Parking Planner Senior Job Captain Job Captain Senior Drafter Staff Designer Proj ect Administrator Administrator Condition Assessment Legal Expert Deposition Litigation Hourly Rate $180 $150 $140 $135 $145 $135 $145 $135 $145 $130 $135 $130 $120 $110 $85 $70 $180 $230 $360 $400 City of Palo Alto -Contract C07122215 Page 26 of 28 EXHIBIT "C-1 " - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE Smith, Fause & McDonald Inc. - Technology Position Hourly Rate Principal Consultants/Engineers Associates/Senior Engineers Project Consultant/Engineers Consultants/Engineers Engineering Aides/CAD Operators Pro ductiordAdministrative $165 $145 $130 $110 $85 $60 City of Palo Alto - Contract C07122215 Page 27 of 28 EXHIBIT "C-1" - INITIAL DESIGN PHASE HOURLY RATE SCHEDULE David, J. Powers & Associates, Inc. - Environmental Position Hourly Rate Principal Senior Environmental Senior Project Manager Environmental Specialist Project Manager Assistant Project Manager Researcher Draftsperson! Graphic Artist Document Processor/Quality Control Administrative Manager Office Support $205 $180 $158 $145 $135 $98 $82 $77 $77 $77 $60 Materials at Outside Services and Subconsultan(s at Mileage cost plus 15% cost plus 15% per the current IRS standard mileage rate of the time costs occur City of Palo Alto - Contract C07122215 Page 28 of 28 Client#: 160 CERTIFICATE PR~OUCER Dealey, Renton & Associates P. O. Box 12675 Oakland, CA 94604-2675 510 465-3090 EXHIBIT "D"GRO, ARC . OF LIABILITY INSURANCE ITHIS CERTIFICATE IS ISSUED AS A MAI-[ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER.THIS CERTIFICATE DOESNOT AMEND, EXTEND ORALTERTHECOVERAGE AFFORDEDBY THE POLICIESBELOW. Group 4 Architecture Research + Planning, Inc. 211 Linden Avenue South San Francisco, CA 940801 cOVERAGES I INSURERS AFFORDINGCOVERAGE ~NSURER A:Hartford Casuaity Insurance Co. ~NSURER e:Zurich American Insurance Co. INSURER C: INSURER O; INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATEO. NOTWITHSTANDING ANY REQUIREMENT. TERM OR. CQNOITION OF ANY CONTRACT OR OTHER OOCUNIENT WiTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR I MAY PERTAIN. THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBEO HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONOITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- i POLICY EFFECT ME ~OLICY EXPIRAT Ol’~!~pE OF,NSURA.CE POL,CY NUMBEROAT~l~,OO,~.t OAT~lM~,OO"m L,M,TS ~T GE~E~,L UAB~UTY 57SBALT2278 07/18/06 07/18107 EACH OCCURRENCE $2,000,000 iGeneral Liab Excludes Claims Arising Out Of The Performance Qf Professional Services 07/18/06 07/18/07 X--1COM M ERCIAL GENERAL LIA8 __ J cLAIMS MADE [~ OCCUR GENERJ~L AGGREGATE s4~0~0,000 PRODUCTS -COMPIOP AGG $4,000,000 $2,000,000 BODILY INJURY Pe(person) BODILY INJURY Pet accident) PROPE&TY DAMAGE (per accldenl) ~.UTO ONLY - EA ACCIOENT $ OTHER THAN EA ACC .1; AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE WC STATU-I OTH- TORY LIMIT5 1 E.L EACH ACCIDENT E.L. O~SE,~.SE -EA EMPLOYEE E.L DISEASE - POLICY LIMIT $2,000,000 per claim $2,000,000 annl aggr. 57SBALT2278AAUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS ICOMBINED SINGLE LIMIT (Ca accident) --I SCHEOULEO AUTOS X !HIREO AUTOS X NON-OWNE0 AUTOS GAFtAG E LIABILITY L~ESS LIABILITY ___~ OCCUR [~ CLAIMS MADE DEOUCTIBLE AETENTION $ WORKERS COMPE~NSATION AND EMPLOYERS’ LIABILITY B OTHER professional /EQC9138.76800 07122106 07122107 ,_lability DESCRIPTION OF OpEP..ATIONSILOCATIoNSIVEHICLESIEXCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS Project : Mitchell Park Library All Operations of the Named Insured CERTIFICATE HOLDER I I AOOITIONALINSUREO;INSURERLETTER: City of Paid Alto Purchasing and Contract Administration Attn: Jose Arreolo 250 Hamilton Ave PaloAIto, CA 94303 ACORD 25-S (7/97)1 of 1 #M166762 CANCELLATION SHOULO ANYOF THE ABOVE O ESCRIB ED POLICIES BE C.,VICELLEO 8 EFORE~ TH E EXPIRAT10N DATE THEREOF, THE ISSUING INSURER Wl~,.h(~)(~l~ TQMAIL3~___OAYSWRIT[E-N No’ncETOTHE CERTIFICATE ROLOERN,aJME0 TOTI-IE AUTHORIZED REPRESENTATIVE LJT e ACORD CORPORATION 1988 Client#: 160 CERTIFICATE PRODUCER Dealey, Renton & Associates P. O. Box 12675 Oakland, CA 94604-2675 510 465~3090 Group 4 Architecture Research + Planning, Inc. 211 Linden Avenue South San Francisco, CA 94080 COVERAGES GR- )4ARC LIABILITY INSURANCE I07’O /o OATE’MM’DB ’’ THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW. OF INSURERS AFFORDING COVERAGE INSURERA: American Automobile Ins. Co. i’P ;~. INSURER B: INSURER C: iNSURER 0: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED 8Y THE POLICIES OF_SCRIBED HEREIN IS SUBJECT TO ALL: THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH I POLICIES. AGGREGATE LINIITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .NSR R POLICY EFFECTIVE DLICY EXPIRATIOLTR J TYPE OF INSURANCE POLICY NUMBE OATE (MMIDDfY’Y)OATE GENERAL LIABILITY ~CQMM ERCIAL GEN ERAL~L lAB ILITY ____J CLAIMS MADE U OCCUR GEN’L AGGREGATE LIM IT APPLIES PER:F-q PRO-I-~ LOC ----] POLICYI I JECT AUTOMOBILE UAelLITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTQS RETENTION A WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY OTHER LIMITS EACH OCCURRENCE FIRE DAMAGE (Any one tire)$ ’ MEO EXP (Any one person)$ PERSONAL & ADV INJURY GENERAL A~GREGATE PRODUCTS -COMP!OP AGG " ¯COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY 8DOILY INJURY $(Per accidenl) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT EA ACCOTHER THAN. AUTO ONLY; AGG EACH OCCURRENCE AGGREGATE WC STATU- E.L. EACH ACCIOENT E.L. DISEASE -EA EMPLOYEE s1,000,000 E.L DISEASE -POLICY LIMIT 51,000,000 $ $ $ $ $ WZPB0943234 07/01/06 07/01/07 DESCRIPTION OF OPEFLATIORSILOCATIONS/VEHICLESIEXCLUSIQNS ADDED BY EHOORSEMENTISPECIAL PROVISIONS To evidence renewal of Workers’ Compensation only. All other coverages remain in force. RE: Paid Alto City.Offices. Certificate holder is an additional insured for General Liability per policy form wording. CERTIFICATE HOLDER I } ADOITIONALINSUREO:INSURERLE’FrER: City of PaiD Alto 1 Attn: Johnella Walker 250 Hamilton Avenue, 1st Floor P.O. Box 10250 Paid Alto, CA 94301 ACORD 25-S (7197)1 of 1 #M164511 CANCELLATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRI]q’EN NOTICE TOTH’E CERTIFICATE HOLDERNAMEB TOTHE LEFT, BUTFPJLURE TO OOSOSHALL IMPOSE NQ OBLIGATION OR LIABILITY OF ANY KiNDUPON TH E INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE JXL (~ ACORQ CORPORATION 1988 EXHIBIT "E" Certification of Nondiscrimination As suppliers of goods or services t6 the City of Polo Alto, the firm and individuals lisl:ed below certify Ihat they do not discriminate in emploYmenl of any person because of race, skin color, ~ender, age, religion, disabilily, national origin, anceslry, sexual orienlafion, housing slalus, marilal slatus, l~amilial slatus, weigh[ or he]ghl of such persoh; [hat Ihey are in compliance with all Federal. SIale and local direclives and executive orders regarding nondiscrimination in employment. 1.If Proposer is INDIVIDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Parthers or ’each of the Joint Venturers shall sign here: Partnership or Joint Venture blame (type or print) Da,e. Member of the Partnership 6r Join[ Venture signature Date: Member of the Partnership or Joint Venture signature Proposer is aCORPORATION , the duly authorized officer(s) shall sign as follows: The undersigned cerlify that Ihey are respectively: ~/~ ~/-~g /b ~J--f and Title Title Of Ihe corporation named below; thai they are designated ~o sign the Proposal Cost Form by resolulion (attach a certified copy, with corporate seal, if applicable, notarized as to its au~henticil.y or Secretary’s certifidate of authorization) for and on behalf ol the below named CORPORATION, and lhat they are authorized to execule same for and on behalf of said CORPORATION. Group 4 Architecture, Corporation Name (type or print) By: ~ /,~ A ..-~--~-Date: Research + Plannin~ Ctt-y o [ Polo Alto - I:LFP ! l 8134