Loading...
HomeMy WebLinkAboutID2390-Mitchell-Park-Monthly-Report-2-21-12City of Palo Alto (ID # 2390) City Council Staff Report Report Type: Action ItemsMeeting Date: 2/21/2012 February 21, 2012 Page 1 of 4 (ID # 2390) Summary Title: Mitchell Park Construction Contract Monthly Report Title: Submittal of Mitchell Park Library and Community Center Monthly Construction Contract Report and Council Direction to Staff to Continue Construction Contract Monthly Reports From:City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1)Accept this update on the Mitchell Park Library and Community Center (MPL&CC) construction contract change orders; and 2)Direct staff to continue to submit monthly reports to Council and to take related actions which Council may direct. Executive Summary The MPL&CC construction is approximately 67% complete. Council has authorized a 20% construction contract contingency ceiling for unanticipated construction costs and established specific project reporting requirements in order to manage costs. Actual change orders approved to date total $1,622,146 or about 6.7% of the base construction contract amount. Background On September 12, 2011, Council authorized an increase in change order authority and a ceiling for the MPL&CC construction contract from 10% to 20% to cover unanticipated construction costs. Council also directed staff to provide Council with a Monthly Report on Change Orders with Flintco, the general contractor. Discussion To date, 13 change orders have been approved for a total amount of $1,622,146. This amount constitutes 6.7% of the base construction contract amount. Council has authorized change orders up to 20% of the contract amount, leaving 13.3% available of the Council approved 20%. A breakdown of the change orders and the key components of each are contained in Table 1 listed below with a brief description of each. Please recognize that change orders can include reductions and credits as well as new costs. You will see this, for example, reflected in Change Order #5 in Table 1 below. February 21, 2012 Page 2 of 4 (ID # 2390) Note: The last three change orders (11, 12, and 13) are newly approved since the last report to Council. Table 1 Change Order Amount Change Order Summary 1 $41,725 Eight extra work items including the pruning of trees, clean- up of the old building, and removing conduit found during site clearing and grading. 2 $33,102 Four extra work items including the rerouting of a storm drain around tree roots and the addition of a new manhole that the drawings showed being present but wasn’t. 3 $215,501 10 extra work items including an adjustment needed due to tree root interference, an upgrade in wall insulation capability, and design coordination needed for steel installation. 4 $242,754 11 extra work items including the installation of dowels at additional locations, the installation of thicker glass railings to increase stability, increased gas transmission line coordination, and extra concrete water protection. 5 $4,436 24 extra work items including an extra light fixture cost, fire safety drawing coordination, and a variety of additional required supplies totaling $70,536 minus credit given for three of the 24 work items including spare fixtures no longer required and reimbursed City of Palo Alto dump fees totaling $66,100. 6 $25,123 Seven extra work items including additional gas main protection, curb strengthening, and deck support for the Building A green roof. 7 $74,304 19 extra work items including HVAC driven floor adjustments, electrical system adjustments, data cable rerouting, and a new load break cabinet totaling $109,965 minus credit given for two of the 19 work items including stones for the Arch provided by the artist and value engineering totaling $35,661. 8 $385,251 10 extra work items including additional fill, perforated metal panel ceiling work, various waterproofing, and conduit. 9 $195,706 18 extra work items including multiple curb installations, a basketball court slab, and an art sculpture foundation. 10 $78,514 18 extra work items including a Flintco field staff supplement, waterproofing, plumbing and electrical system alterations, and tree protection measures totaling $79,226 minus credit given for one of the 18 work items identified as plumbing fixture changes totaling $712. February 21, 2012 Page 3 of 4 (ID # 2390) 11 $224,662 14 extra work items including beam strengthening, interior & exterior roof tank pipe supports, electric vehicle chargers, load break cabinet bollards, and additional steel. 12 $20,347 Seven extra work items including A/V work, electrical changes, and a roof access ladder. 13 $80,721 13 extra work items including metal stud framing, light fixtures, and miscellaneous electrical work. TOTAL $1,622,146 TOTAL CO’s 1-13 ***For further information about each of the change orders see the attached corresponding Contract Change Order Scopes of Work. (Attachment A) Change order requests submitted by the contractor are typically bundled together on a monthly basis and summarized in one single change order. On September 12, 2011, Council further directed staff to submit any change order request which exceeds $85,000 to Council for approval (Attachment B). Staff is interpreting this to mean an individual change order line item more than $85,000. (You may note over the course of a month a number of on-site decisions are made, in order to not slow the project down, which when complied later can add up to more than $85,000). Thus, there are no change order requests greater than $85,000 which staff is recommending Council approve at this time. (Bundled Change Order 11, for example, totals $224,662, but includes as series of change orders, none of which exceeds $85,000). Council further directed that staff report to Council on the activities of the related Oversight Committees. Therefore, attached are the most recent documents from both the Library Bond Oversight Committee (Attachment C) and the Library Bond Stakeholders Committee (Attachment D). On October 17, 2011, Council requested information on two other related topics and these are addressed below. 1)Expenditures for New Consultants The City Attorney’s Office has hired three relatively new Consultants to assist with the review of construction costs requested by Council. The table below shows the amount encumbered and the amount spent to date. Contract Amount Amount Expended ZFA Structural Engineers $25,000 $15,332.52 Jarvis Fay (Law Firm)$50,000 $14,946.68 Reidinger Consulting (Scheduling)$30,000 $30,000 2)Outstanding Change Orders Proposed by the Construction Contractor (Flintco) In addition to knowing the amount of the Change Orders approved to date by the City (above), Council members asked the value of the outstanding change orders proposed by Flintco but not yet approved or rejected. This information is contained in Attachment E. February 21, 2012 Page 4 of 4 (ID # 2390) The latest Monthly Report concerning all Library Projects (“Palo Alto Library Projects”) is included as Attachment F. These will no longer be forwarded to Council via a separate staff report. Resource Impact There are no resource impacts associated with providing the monthly reports to Council. The approved change orders are within the Capital Improvement Program Project (CIP) Budget PE- 09006 for the MPL&CC project. Policy Implications There are no policy implications in providing the monthly reports to Council. Environmental Review Providing monthly reports on this topic to Council does not constitute a project under the California Environmental Quality Act (CEQA). Attachments: ·A -MPL COs # 1-13 (PDF) ·B -Staff Report #1711 Mitchell Park Contingency (PDF) ·C -LBOC Agenda_1-24-2012 (PDF) ·D -LBOC Minutes_10-25-2011 (PDF) ·E -Summary Charts_1-31-2012 (PDF) ·F -PAL Monthly Report -November and December 2011 (PDF) Prepared By:Philip L. Bobel, Interim Asst. Director, Engineering Services Department Head:J. Michael Sartor, Director City Manager Approval: ____________________________________ James Keene, City Manager City of Palo Alto (ID # 1711) City Council Staff Report Report Type: Action ItemsMeeting Date: 9/12/2011 September 12, 2011 Page 1 of 7 (ID # 1711) Summary Title: Contingency increase to 25% Mitchell Park Lib/CC Title: Approval of Increase in Construction Contingency from 10% to 25% on Contract C11136473 with Flintco Pacific Construction, Inc. for Construction of the Mitchell Park Library and Community Center, PE-09006; and Approval of Two Contract Amendments for Additional Construction Management and Design Services: Amendment No. Three with Turner Construction, Inc., to Add $205,287 for a Total Amount Not to Exceed $3,783,745 and Amendment No. Five with Group 4 Architecture, Inc. To Add $220,670 for a Total Amount Not to Exceed $7,902,421 From:City Manager Lead Department: Public Works Executive Summary Several issues have or are projected to increase the construction costs of the Mitchell Park Library and Community Center (MPLCC), including many underground utility conflicts and the overall complexity of the library itself, particularly the electrical-mechanical systems, which will contain cutting-edge technology. The building is expected to reach the level of Leadership in Energy and Environmental Design (LEED) Gold or Platinum; a very positive aspect, but one which increases complexity even further. Due to these factors, actual and known projected contract change orders for the Mitchell Park Library and Community Center construction through April have used 53 percent of the Council approved percent contingency amount while only 33 percent of the work is in place (see Attachment A for contingency graph). Based on the current usage rate, staff recommends that Council authorize increasing the contingency by an additional 15 percent for a total construction contingency of 25 percent. Having this amount available if necessary will help insure no disruption to the construction schedule. This added contract contingency will not change the Projected Project Cost of $41 million. Staff continues to estimate project savings (as calculated from the Engineer’s Estimate of $49,043,000) to be $7.4 million. These projections do not change because a larger contingency need had been anticipated in the Projected Project Cost. Recommendation Staff recommends that Council” September 12, 2011 Page 2 of 7 (ID # 1711) 1.The existing contingency for construction of the Mitchell Park Library and Community Center PE-09006) (“MPLCC”) is 10 percent of the construction contract of $24,365,000, or $2,436,500. Staff recommends the construction contingency for contract C11136473 with Flintco Pacific, Inc., be increased by $3,654,750 an additional 15 percent of the Contract amount. The revised total contingency authorization for this contract would be $6,091,250 for a total contract contingency of 25 percent. 2.Approve and Authorize the City Manager to execute Amendment No. Three (Attachment B) to contract C10131631 with Turner Construction, Inc., to add $205,297 for additional construction management services for a total contract amount of $3,783,745. This increase represents a 7.5 percent increase in the Additional Services budget. 3.Approve and Authorize the City Manager to execute Amendment No. Five (Attachment C) to contract C09130744 with Group 4 Architecture, Inc., to add $220,670 for additional design services for a total contract amount of $7,902,421. This increase represents a 5 percent increase in the Additional Services budget. Background Measure N, which passed on November 4, 2008, includes funding for construction of a new and expanded Mitchell Park Library and Community Center (MPLCC), renovation of the Downtown Library and renovation and expansion of the Main Library. Detailed history of the design development can be found in past City Manager’s Reports to Council (CMR:286:02, CMR:119:06, CMR:343:06, CMR:434:06, CMR:225:07, CMR:321:08, CMR:473:08, CMR:149:09, CMR:334:10 and CMR:435:10) that can be viewed at: http://www.cityofpaloalto.org/knowzone/reports/cmrs.asp). On August 5, 2010, Council awarded contract C11136473 to Flintco Pacific Inc., for construction of the Mitchell Park Library and Community Center in the amount of $24,365,000. Council also authorized a 10 percent construction contingency in the amount of $2,436,500 for a total of $26,801,500. The construction costs are a component of the overall Projected MPLCC Project Cost of $41,566,317, as reported in the May, 2011 Palo Alto Library Projects Monthly Report. · ·Discussion The American Institute of Architects recommends a construction change order contingency of 10 to 12 percent on projects the size of the MPLCC. Contingency has varied on past on City building projects based on the nature of the project: the College Terrace Library had a 25 percent contingency; the Downtown Library has 15 percent contingency; and the two downtown parking structures had a 15 percent contingency. This request would increase the Mitchell Park Library contingency to 25 percent of Flintco Pacific Inc.’s original contract, more typical of the City’s recent, large construction contracts. The construction manager for the MPLCC project, Turner Construction, had originally recommended a 10 percent contingency since new buildings not in a downtown area are typically more straightforward projects than building remodels, which can have many unforeseen factors such as termites, dry rot, and features not shown on the older plans used to September 12, 2011 Page 3 of 7 (ID # 1711) develop the remodel. In the case of the MPLCC, however, the complexity and sophistication of the project that is being undertaken make it distinguishable from typical new construction projects. The MPLCC building will contain complex, cutting-edge technology (such as blinds that open and close automatically in response to the amount of sunlight available) and is expected to reach the level of Leadership in Energy and Environmental Design (LEED) Gold or Platinum. As the complexity of a project goes up, it becomes more difficult for public “lump sum” bid documents to address every condition that will be encountered during construction. · ·In addition, significant unforeseen items have impacted the contingency budget to date. These items include issues related to the PG&E high-pressure gas transmission line, site utilities, foundations, and structural steel. Anticipated issues that may arise as construction continues and could potentially require increased contingency levels are the electrical and mechanical components. Details of the major categories impacting contingency are listed below: · ·PG&E High Pressure Gas Line ·The Notice to Proceed for construction was issued on September 7, 2010. Two days later, a PG&E gas transmission line exploded in San Bruno which led to a heightened awareness of gas line safety. A similar gas transmission line exists at the back of walk along Middlefield Road, including the frontage of this project and it was necessary to re-check the elevations and designs of all utilities crossing the gas line. Many underground utilities were in close proximity to the gas line and as a result, all members of the project team worked together to develop and implement additional, elevated safety protocols for working near that gas transmission line which included added cost for coordination meetings with all utilities and all relevant subcontractors. The safety protocols led to additional costs by requiring that more careful excavation methods, such as hand digging and vacuum excavation, be used near the gas line. These methods of excavating are also more expensive than standard methods that would have been reasonable to presume while bidding. · ·Structural Steel changes ·One of the unfortunate consequences of a competitive bid market and the weak economy is that many subcontractors find that they cannot meet the obligations of all the projects that they bid. This project has experienced more subcontractors pulling out than any other project that the City has done. One of the major components of a building like the MPLCC is that its structural steel frame is a significant portion of the work that needs to be done. Nearly all other components of the building are dependent on the completion of the structural steel frame. As a result, it becomes part of the critical path for scheduling and any delays to the progress of the structural steel frame delay the entire project. · ·One of the first subcontractors to withdraw from this project was the structural steel subcontractor. Such an action typically would cause a three month delay in the project. Through significant effort on the part of the general contractor, the construction manager, the design team, and the City, delays were avoided by approving a new subcontractor for the structural steel in an expeditious manner. In order to make up for some of the delay caused by September 12, 2011 Page 4 of 7 (ID # 1711) the three weeks that it took to find a new structural steel subcontractor, acceleration of the structural steel work was necessary, requiring overtime by the new structural steel subcontractor. In the process of working through all of the shop drawings necessary to get the structural steel done as quickly and efficiently as possible, modifications to the structural steel design were made. · ·Completeness of Design Plans and Specifications ·At the time of the public bidding process, it appears that certain areas of the design were not detailed to the level needed for actual construction. For example, while a detail was shown for the size of tube steel that would be needed to reinforce exterior walls, there was no mention of the spacing or length of said steel members. As a result, the steel actually necessary for construction was more than the amounts detailed in the design plans on which the contractor based its bid, and an additional approximately $250,000 was needed to reimburse the contractor for the additional steel that was needed for the building. · ·Other design areas where similar design plan issues have been identified relate to the means of connecting various parts of the building. The building is composed of a variety of angles and the angles may abut differing types of materials (stone to metal, etc). The way of connecting to one type of material is different from connecting to another type of material and the differing angles add complications. For the most part, the plans only showed a few standard details. · Staff is taking a two-fold approach to minimize potential delay resulting from these issues. First, Group 4 Architecture is working as quickly as possible to correct the plans and the contractor and construction manager are working together to implement them in the field. Second, Staff is reviewing the extent to which the change orders for this project were driven by the completeness of Group 4 Architecture’s design drawings and tracking related costs caused by the design changes. If it is determined that the number and type of deficiencies in the design work was atypical and resulted in significant delay or other change order costs, appropriate follow-up actions will be taken. · ·However, it is important to note that the additional costs associated with the steel and connections could likely not have been avoided. These are critical components of the building. If the details had been fully shown in the plans at the time of the bid, the contractor would probably have accounted for those details in the bid and the City would have likely paid a higher price for the building at the time of contract award. · ·Exterior Cladding of the Building ·The exterior cladding (skin) of the building has been more challenging to build than anticipated. The purpose of the exterior skin is keep the elements out, but also to provide the level of thermal and moisture protection necessary for efficient energy usage. The basis of design for the exterior skin required the development of a performance specification of specific structural and thermal properties which were incorporated into the building’s design. After September 12, 2011 Page 5 of 7 (ID # 1711) construction started, however, the project team came to the conclusion that the only way to meet the performance specification was to use a proprietary system instead of conventional framing. Additional effort by the contractor, construction manager, and design team was needed to detail how all of the parts would fit together since standard details do not necessarily apply to a proprietary system. Additionally, numerous openings in the exterior skin require coordination with other parts such as the book drops for the automated materials handling equipment, anchorage for art work, signs and plaques at the entrance, in addition to the doors and windows of the entrance. Since all of these parts were being designed by many different parties as the construction got underway, adjustments and interconnections required additional care, effort, and thought. · ·Interiors and Electrical-Mechanical Systems ·Interiors and electrical-mechanical systems are the two significant areas remaining to be addressed that have the potential to trigger the need for additional contingency funding. These areas are where the advanced building technology is most present, so it is possible that additional unexpected issues might arise. The rate at which the contingency is used should ease off after the electrical-mechanical issues are addressed · Analysis Actual and projected potential contract change orders for the MPLCC construction have thus far used 53 percent of the contingency while only 33 percent of the work is in place (Attachment A). During the first eight months of construction, contingency usage averaged $160,000 per month. The current 10 percent contingency funding level allows only an average of $120,000 per month. Therefore, staff recommends that Council authorize increasing the contingency by another 15 percent, for a total of 25percent. Based on a review of the construction documents, field conditions and change orders to date, staff projects a 20 percent contingency authorization would likely cover projected additional work required through completion of the project. Increasing the contingency to 25 percent, however, provides the Director of Public Works with the authority to continue approval of change orders through conclusion of the contract and ensures a sufficient funding cushion to avoid the possibility of delays due to lack of contingency funding. Any unused funding at the end of the project returns to its source, in this case to Bond proceeds. Even with this added contingency amount, the projected MPLCC project cost will continue to be $41,566,317, as reported in the May, 2011, Palo Alto Library Projects Monthly Report. The projected savings (as calculated from the Engineers’ Estimate of $49,043,000) will continue to be $7,476,683. The amount being added to the construction contract contingency does not impact the projected project cost because a larger contingency had been anticipated in the engineering estimate. Council had authorized 15 percent contingency on the Downtown Library and 25 percent on the recent College Terrace Library project. Construction efforts to date reveal that the MPLCC is at that level of complexity where a 25 percent contingency is justified. Staff had requested September 12, 2011 Page 6 of 7 (ID # 1711) the 25 percent contingency on the College Terrace Library due to the low bids received and to the competitive bidding climate in which profit margins were very thin or non-existent so that contractors could secure work for their crews. When bids are substantially below the project budget, as was the case with the College Terrace Library and the MPLCC, there is no room for the contractor to provide anything but what is shown on the plans. For example, in the past a contractor might have provided additional landscaping in a small area where it had not been shown on the plans but in today’s market the owner would be asked to pay for that small amount of extra work. Given that construction climate, staff will reassess whether to recommend 15, 20 or even 25 percent contingencies on future projects that are significantly below the engineer’s estimated cost. Consultant Contract Amendments Staff recommends approval of Amendments No. 3 and 5, respectively, to contracts with Turner Construction and Group 4 Architecture. The Additional Services (contingency) budgets within these contracts have been increased to correspond to the issues described in this report and allow for increased flexibility in the future. The previous Additional Services budgets have been depleted by increasing both Turner and Group 4 Architecture staffing in order to respond to design and construction issues, thereby reducing the likelihood of construction delay claims by the contractor. If additional services are not needed by the consultants, the funding will not be spent. In addition to the 5 percent increase requested by Group 4 Architecture, Turner Construction is requesting a higher contingency amount of 7.5 percent in order to assist staff with the preparation of the numerous contract packages (furniture, signage, equipment, telecommunication, etc.) that are required for this project. Resource Impact Additional 15 percent construction contingency funding in the amount of $3,654,750 is available in the Mitchell Park Library and Community Center CIP, PE-09006. This funding amount was initially set aside and assumed for budgeting purposes that it would be used for project costs. Its use for increased construction and consultant costs will therefore have no impact on the projected project reserves of $7.41M. The Measure N contracts and contract amendments encumbered to date are as follows: Contract Group 4 Architecture Turner Construction Construction Original contract $3,827,280 $138,198 $24,365,000 Original Contingency -10%$2,436,500 Additional Contingency -15%$3,654,750 Amendment 1 $92,034 $432,000 Amendment 2 $312,396 $3,008,250 Amendment 3 $3,192,000 $205,297 Amendment 4 $258,041 n/a September 12, 2011 Page 7 of 7 (ID # 1711) Amendment 5 $220,670 n/a Subtotals: Total Contract Value to Date $7,902,421 $3,783,745 $30,456,250 Policy Implications Increasing the contingency to 25 percent for the construction contingency budget and for increased consultant services does not conflict with any current City policy. Timeline Construction of the new Mitchell Park Library and Community Center began in September of 2010 and construction is anticipated to be completed in the summer of 2012. After the construction is completed, library and community center staff will move materials and equipment back into the new facilities which are expected to re-open in the fall of 2012. Attachments: ·A -Contingency Analysis (PDF) ·B -Turner Construction, Amendment 3 (PDF) ·C -Group 4 Architecture, Amendment 5 (PDF) Prepared By:Karen Bengard, Senior Engineer Department Head:J. Michael Sartor, Interim Director City Manager Approval: James Keene, City Manager Mitchell Park Library Community Center Flintco Construction General Contract Contingency Analysis August 2011 $0 $500 $1,000 $1,500 $2,000 $2,500 $3,000 $3,500 $4,000 $4,500 $5,000 $5,500 $6,000 Sep -10 Oct -10 No v -10 De c -10 Jan -11 Feb -11 Ma r - 11 Apr -11 Ma y - 11 Jun -11 Jul-11 Aug - 11 Sep -11 Oct -11 No v -11 Dec -11 Jan -12 Feb -12 Ma r - 12 Apr - 12 Ma y - 12 Jun -12 Jul -12 Au g - 12 Average monthly use 10% contingency Average monthly use 25% contingency Changes Orders approved to date Potential Change Orders 10 % Contingency 25%Contingency AMENDMENT NO.3 TO CONTRACT NO. CI0131631 BETWEEN THE CITY OF PALO ALTO AND TURNER CONSTRUCTION COMPANY This Amendment No.3 to Contract No. C10131631 ("Contract") is entered into on 12th day of September, 2011, by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California ("CITY"), and TURNER CONSTRUCTION COMPANY, a California corporation, located at 60 S. Market Street, STE 1100, San Jose, CA 95113 ("CONTRACTOR"). RECITALS: WHEREAS, the Contract was entered into between the parties for the provision for the Mitchell Park Library and Community Center construction services; and WHEREAS, the parties wish to amend the Contract to add funding for additional services; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions ofthis Amendment, the parties agree: Section 1. Section 4 of the contract. Not to exceed compensation. is hereby amended to read as follows: "The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Three Million Two Hundred Fifty-four Thousand Three Hundred Thirty-seven Dollars ($3,254,337.00). In the event Additional Services are authorized, the TOTAL compensation for services and reimbursable expenses shall not exceed ($3,783,745). Section 2. The following exhibits to the Contract are hereby amended to read as set forth in the attachments to this Amendment, which are incorporated in full by this reference: a. Exhibit "A" entitled "Scope of Work Mitchell Park LibrarylCommunity Center, Renovation of the. Downtown Library, Renovation and Addition to the Main Library & Temporary Library Design Services". b. Exhibit "B" entitled "EXHIBIT "B" SCHEDULE OF PERFORMANCE". c. Exhibit "c" entitled "EXHIBIT "c" COMPENSATION". Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. II II July 21, 2011. Page 1 of21 IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. APPROVED: City Manager APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": SCOPE OF SERVICES PROJECT SCHEDULE COMPENSATION TURNER CONSTRUCTION COMPANY BY:~~ T~ Name: ~~ J. Prr. fndt Title: VUL {Jr4.'} O\~. July 21, 2011 Page 2 of21 EXHIBIT" A" SCOPE OF SERVICES 1. INTRODUCTION In November 2008, voters approved Measure N, which provided for the upgrade, replacement and/or expansion of three libraries in Palo Alto. These libraries are the Downtown Library, the Mitchell Park Library and Community Center (MPLCC) and the Main Library. Environmental clearance has been completed and approved for the three sites. The design plans, which are currently approximately 50 percent complete, have been reviewed by City boards and commissions and have been presented to the community, although additional public meetings are scheduled. I>owntownLibrafY Improvements to the I>owntown Library, located at 270 Forest Ave, consist primarily of accessibility improvements, code required upgrades, electrical and mechanical systems upgrades, and interior space remodeling. The estimated 2008 construction cost was $2.4 million which was based upon 35% completed plans. The construction cost estimate excludes d'esign costs, contingency, inflation escalation, permits, testing, fixtures and furnishing. Environmental clearance has been completed and approved for the project. The Downtown Library will not be a certified LEED building but will follow the City's Green Building Policy and submittal requirements. Mitchell Park LibrafY and Community Center The existing Mitchell Park Library building is located at 3700 Middlefield Road and the adjacent Community Center building is located at 3800 Middlefield Road. The existing library building is less than 10,000 square feet. The existing community center building is approximately 10,000 square feet. Construction will entail demolition and removal of the existing buildings and parking lots, construction of a combined library and community center building and associated site amenities including parking. The new building'S total area will be approximately 51,000 square feet, of which 36,000 square feet will be a two-story library and 15,000 square feet will be a single-story community center around a heritage oak tree. The 2008 estimated construction cost was $28.1 million which was based upon the 35% plan design. The construction cost estimate excludes design costs, contingency, inflation escalation, permits, testing, fixtures and furnishing. The MPLCC will be designed to U.S. Green Building Council's Leadership in Energy Efficiency and I>esign (LEEI> ®) Gold standard. I>uring construction, the library services and the community center will be relocated to a temporary facility or facilities. Design of the temporary facility is underway and construction management services for that facility will be performed by Public Works staff. Main Library (Potential Future Phase) Construction management services for the Main Library are not included at this time, as design of improvements to the Main Library will not begin until approximately early 2011. The City reserves the right to negotiate a fee for and enter into a contract (amendment) with Turner Construction Company (hereinafter "Consultant") for these services, or to issue a new Request for Proposals for the services. July 21, 2011 Page 3 of21 The Main Library, located on Newell Road, will have both an interior renovation and an expansion. The renovation to the existing historic structure will consist of seismic, accessibility, and systems upgrades as well as minor expansions and reconfigurations. In addition, a detached building of approximately 4,500 square feet will be constructed. The 2008 estimated construction cost was $9 million which was based upon the 35% plan design. The construction cost estimate excludes design costs, contingency, inflation escalation, permits, testing, fixtures and furnishing. 2. SCOPE OF SERVICES All work described below will be done in conjunction with the City's ongoing review and approval process for the projects described above. The Consultant's services shall include full Construction Management Services as required to assist staff in the management of the design and construction of the above projects. If at any time, the City is not satisfied with the performance of Consultant's staff, the City reserves the right to request the services of a different individual. If for any reason the Consultant proposes a change of staffing during the course of the project, the City reserves the right to approve any new staff. Additional Services must be approved in advance of services, in writing, by the City Project Manager. Office space, computers, cell phones, furnishings and other equipment needed for Consultant's staff shall be provided by the Consultant. These costs shall be included in the Consultant fee proposal. Downtown Library Phase I -Design Phase Staff support for this library will be primarily by City staff. During the design phase, Consultant services are primarily required for specialty (mechanical, electrical) and for pre-qualifiction of contractors and key subcontractors. A. Preconstruction Document and Constructability review Consultant shall: • become familiar with the project history, plans, and specifications. • review plans, specifications and cost estimates submitted for City review. Review by Consultant shall be performed by engineers or contractors who have experience in relevant fields. Review of documents shall be done at the current and 100% completion stage of Design Development and at 60%, 95% and 100% of Construction Development. • provide a constructability review for the project documents and make appropriate cost and/or time-savings recommendations to the City. • provide an independent opinion of probable cost. • analyze and document the costs and benefits associated with combining construction of the Downtown Library with the MPLCC. • coordinate as-needed and directed with the ArchitectlEngineers (AE) firm, City staff, City boards and commission members, and community members. July 21, 2011 Page 4 of21 • assist the City's Contracts Manager with the preparation of the "Instructions to Bidders" which will define the scope of work that must be included in the bid packages and other related bid documents needed to ensure a complete bid package. The AE will prepare technical specifications. • become familiar with the various City department functions and requirements for project coordination. Contractor and Key Subcontractor Pre qualification Prior to the construction bid phase, the Consultant shall prepare, and obtain approval from the City of Palo Alto, to advertise forms required for Contractor and key subcontractor Pre qualification. Consultant shall administer the feedback from same, including but not limited to: answering questions from contractors and subcontractors, coordinating responses with the City's Purchasing Division, preparing spreadsheets or other documentation necessary to compile and compare contractor responses, preparing a recommended bidder's list with a brief report summarizing findings, assisting in representing the City in any subsequent hearings challenging the validity of the results and any follow-up documentation resulting from said hearings. The City Purchasing Division will verify Consultant's recommendation in order to finalize the decision. Additional Services Additional Services include, but are not limited to, attendence at meetings, value engineering, calculations and reimbursable expenses not included in the base fee. Phase II -Construction Phase Services -Downtown Library A. Turner Staff Services General: Consultant shall be the point of contact for the project's contractor (Contractor), and shall endeavor to enforce compliance with all of Contractor's contractual requirements, as follows: Daily Construction Management: Consultant shall oversee the day-to-day construction work performed by the Contractor. Consultant shall track the construction process, logistics, Request For Information (RFI), Change Order (CO) and other information or requests. Consultant shall oversee the construction activities and ensure that all aspects of LEED ® construction requirements are followed and documented and shall work closely with the project's Commissioning Agent and design consultant, Group 4 Architecture (ARCHITECT), in that regard. City shall approve Additional Services requests and other items that are part of the City's contract with the ARCHITECT firm. Consultant shall work with the Contractor and any involved parties to implement logistical and communications measures to minimize any impacts to the nearby residential neighborhood, park, fire station, and the various pre-school, elementary, middle, special needs, and charter schools on that block. Consultant shall implement expeditious methods for resolving conflicts. Consultant shall handle the coordination between the City staff, Contractor, and ARCHITECT. If night time, holiday or weekend work is required periodically to minimize impacts or due to delay in schedule, Consultant services shall still be required in full effect, but will be compensated as additional services, for costs incurred. Consultant shall assume that the third Monday in January (Martin Luther King Day), the second Monday in October (Columbus Day) July 21, 2011 Page 5 of21 and November 11 (Veteran's Day) of each year shall be a working day for the contractor and for the Consultant. December 24 (Christmas Eve) and the Friday following Thanksgiving Day (the fourth Thursday in November) shall also be considered to be regular working days. Consultant shall install, advertise, and maintain a hot-line for community updates, questions, and complaints. Advertisement, equipment and other related costs shall be included in the Reimbursables cost section below. Consultant shall liaison with City staff and assist Contractor as-needed in the connection of a Contractor-installed video camera(s) that will be connected to a website to monitor site progress. Documentation: Consultant shall oversee and manage the Contractor's preparation and/or review of all necessary documentation for the project including, but not limited to, daily logs and inspection progress reports, photos/videos, RFI, correspondence, shop drawings, and other contractor submittals. Consultant shall maintain all files and documentation related to managing the project. Consultant shall track all RFI, correspondence, and submittal status. Responses, approvals, and decisions relative to Contractor's documents shall be provided in a timely manner and as required in the construction documents. Consultant shall review and comment on any project-related correspondence as requested by the City. Routine correspondence that is related to product information or minor design issues may be prepared and answered by Consultant on its letterhead, with a copy of the response directed to PM and ARCHITECT. Correspondence requiring City response, including but not limited to correspondence with residents, cost or contractual issues, may be drafted by Consultant but shall be signed only by City. Submittals: Consultant shall manage, log and track all project submittals (i.e. shop drawings, product information, substitution request, and samples) for approval in timely manner as required by the construction documents and in order to prevent any delays to the project. Comments from different reviewers of the submittal shall be compiled before being returned to the Contractor for revisions. All submittals shall be sent directly between the Contractor and the Design team, with copies, documentation and management reports submitted to and managed by the Consultant. Construction Schedule: Consultant shall review the Contractor's construction schedule. Consultant shall analyze, monitor, and request updates for the master schedule as the project progresses. Consultant shall analyze the schedule for logical construction, constraints, level of critical activities and to verify progress in conjunction with the analysis of pay applications. Consultant shall review Contractors' individual Critical Path Method (CPM) schedules, monitor the contractor's progress, notify the City of any slippage, and coordinate contractor recovery plans. Progress Payments: Consultant shall review progress payment requests submitted by Contractor, within five (5) days of receipt and verify the accuracy and percentage of completion against the schedule, and resolve any discrepancies in the invoices. Consultant shall review the invoices and backup for completeness and compliance with contract documents and make a recommendation to PM for payment of the progress payment requests. Change Order Monitoring and Processing: Consultant shall review and evaluate all Contractor extra work requests. Consultant shall review the contract documents to determine entitlement, complete an independent estimate of the cost of the changes, and reconcile with the contractor's change order request. Consultant shall prepare contract change order authorizations for City July 21, 2011 Page 6 of21 approval and track all scope and schedule changes. Consultant shall also implement expeditious methods for resolving conflicts. Claims: Consultant shall analyze any claims from the contractors (i.e., compensation and delay) as to whether they are excusable, inexcusable, or compensable and prepare a response for City. Meetings: Throughout the construction process, Consultant shall be prepared to address comments and concerns of the construction contractors, ARCHITECT, PM, the City Staff, and the general public on an as-needed basis. Consultant shall set up and conduct weekly progress meetings and any other meetings necessary to facilitate the project work. Consultant shall write and distribute the meeting agendas, and meeting minutes, including: City-Consultant meetings, regular site meetings, and meetings with the City staff, contractors, various City departments, and also the public. The meeting minutes will explicitly track who has the responsibility for each action item with expected completion dates. Consultant shall coordinate the logistics related to a ground-breaking and to a ribbon-cutting ceremony, including working with committees, identifying power sources, etc. Costs for beverages, materials, photographs shall not be the responsibility of the Consultant. Soils-related testing shall be under the Consultant's . contract. Physical oversight of the geotechnical aspects of the construction project shall be contracted by the ARCHITECT firm. Miscellaneous: Consultant shall monitor Contractor's compliance in general with the construction documents and contract. Consultant shall address comments and concerns of the contractors and the ARCHITECT as needed. During construction, the Consultant's office space shall be provided, maintained and removed by the Contractor, including offices, furniture and office equipment. Quality Control and Assurance: Consultant shall monitor and document the Contractors' work for any deviations in scope, schedule, or performance and keep the City informed of and assist in resolving any issues that may arise. Record Drawings: Consultant shall coordinate the preparation of record drawings with the Contractors and ARCHITECT on a regular basis, both during the construction and post construction phases, and review the drawings for "as-built" accuracy. Training: Consultant shall set up and coordinate contractor-provided training of City staff as required by the contract documents and as necessary to ensure that the appropriate City personnel are adequately trained and familiar with the new equipment and systems. Commissioning: Consultant shall work with the commissioning agent, design consultants, and the Contractors to ensure that all new equipment have been installed in accordance with the contract documents, are working properly as stand-alone equipment, and are working properly as part of a complete system. Substantial Completion: As per the construction contract, once the Contractor requests substantial completion and it is determined to be warranted, Consultant shall prepare and compile a project punch list with the assistance from the City and ARCHITECT to be forwarded to the Contractor. Consultant shall oversee the completion of the punch list items before the final notice of completion is issued. July 21, 2011 Page 7 of21 As-Built drawings shall be scanned by Consultant for archiving by City. Close Out: Consultant shall ensure completion and delivery of all required close out documentations including operation and maintenance (O&M) manuals, record drawings, and warranties. Consultant shall review all these materials for compliance with the contract documents and for completeness, and report any deficiencies or discrepancies to Contractor for corrections and re-submittal. Consultant shall work under the direction of the Project Manager to resolve any contract claim issues that may arise (stop work notices, bonding, delays, extra work, etc). Files: Consultant shall consolidate and deliver all project files and documentation maintained to be retained by the City B. Testing Laboratories and Special Inspections: Testing and Special Inspections: A testing agency shall be under contract with and paid for by the Consultant. Consultant shall coordinate with the Contractor in scheduling the testing agency services for materials testing and special inspections needed for the life of the project. This testing includes, but is not limited to, collecting and running geotechnical tests, concrete strength and weld inspection. Consultant shall ensure that all required sign-offs are reviewed and distributed and are in compliance with the specifications and the California' Building Codes. Geotechnical Engineering is included by the Architect, and is not included by the Consultant. C. Electronic Documents: Electronic Documents: Consultant shall provide electronic, fully addressable and cross referenced electronic document filing system. It will be developed and used as the project filing system during construction and will be updated with all closeout documentation, and cross referenced for simple search and retrieve functionality for all project documentation for City's use after construction. Consultant will provide Labor to input all documentation, and to train City in the use and access to all electronic project files. Any monthly service fees shall be included herein and not in Reimbursables. D. Additional Services: Additional Services: Include, but are not limited to, additional meetings, additional public outreach, unforeseen testing or inspection needs. E. Reimbursables: Reimbursables: Travel and meal expenses shall not be Reimbursable items but shall be considered as included in the fee for associated work items. Any temporary trailers, computers, copiers, printers and office supplies are not considered as a Reimbursable expense, but will be provided to the Consultant under the Contractor's Contract. City may, at its option, provide working space and computer connection for Consultant. Printing of plans and specifications shall be paid by City. Consultant shall, at the direction of the Project Manager, install, advertise, and maintain a hot­ line for community updates, questions, and complaints. Printing of flyers, presentation boards, advertisement, equipment and other related outreach material costs shall considered a Reimbursable expense, the cost for which shall be approved in writing in advance by the Project July 21, 2011 Page 8 of21 Manager. Phase III-Post Construction Services -Downtown F. Post Construction Services Post Construction and Warranty Services: Consultant shall meet with Library, Community Services and Public Works staff (Staff) monthly for three months commencing after the building is open to the public in order to complete any remaining punch-list items and/or to contact the Contractor for any warranty issues that might arise. After the initial three month period, Consultant shall contact the Staff quarterly for a period of nine months to determine whether any new building or systems issues have been identified. Systems deficiencies that cannot be resolved by the Contractor shall be reported to the Commissioning Agent. Commissioning Verification: Consultant shall participate in the post-construction activities of the Commissioning Agent as follows: Participate in an off-season testing (Le., testing the heating system prior to winter) session and work with the Contractor to correct any deficiencies. Compile the final testing documentation for the Commissioning Record and O&M manuals. Return to the site at month 10 of the 12 month warranty period and review operating conditions with City facility staff and the Commissioning Agent in order to identify any outstanding issues related to the original and seasonal commissioning. The Commissioning Agent will interview facility staff and identify problems or concerns that they have with operating the building as originally intended. The Commissioning Agent will make suggestions for improvements and for recording these changes in the O&M manuals. The Commissioning Agent will identify areas that may come under warranty or under the original construction contract. The Construction Management Consultant shall work with the Contractor to resolve any warranty issues. Mitchell Park Library and Community Center Phase I -Design Phase A. Preconstruction Document and Constructability review Consultant shall: • become familiar with the project history, plans and specifications • review plans, specifications and prepare cost estimates submitted for City review. Review by Consultant shall be performed by engineers or contractors who have experience in relevant fields. Review of documents shall be done at the current and 100% completion stage of Design Development and at 60%, 95% and 100% of Construction Development. • provide a constructability review for the project documents and make appropriate cost and/or time-savings recommendations to the City. • provide an independent opinion of probable construction cost. • coordinate as-needed and directed with the ArchitectlEngineers (AE) firm, City staff, City boards and commission members and community members. • assist the City's Contracts Manager with the preparation of the "Instructions to Bidders" which July 21, 2011 Page 9 of21 will define the scope of work that must be included in the bid packages and other related bid documents needed to ensure a complete bid package. The AE will prepare technical specifications. • become familiar with the various City department functions and requirements for project coordination. Community Outreach The Consultant shall collect information and prepare community, City Manager, oversight committee, boards and commission and any other needed updates, presentations or reports not provided by the AE. The Consultant shall attend community meetings to update various civic orginazations (Kiwanas, school groups, etc.) or community meetings on the project progress. Fee for this service shall be included in 'Meetings'. Seven public meetings are currently scheduled from Sept 22,2009 through January 26, 2010, however, Consultant shall budget for up to five (5) additional public meetings. Contractor and Key Subcontractor Pregualification Prior to the construction bid phase, the City shall prepare, with City of Palo Alto approval, and advertise forms required for Contractor and key subcontractor Prequalification. Consultant shall administer the feedback from same, including but not limited to: answering questions from contractors and subcontractors, coordinating responses with the City's Purchasing Division, preparing spreadsheets or other documentation necessary to compile and compare contractor responses, prepare a recommended bidder's list with a brief report summarizing findings, assist in representing the City in any subsequent hearings challenging the validity of the results, and any follow-up documentation reSUlting from said hearings. Bidding: Consultant shall organize and manage contractor participation. Consultant shall review the contractor bids for compliance with the technical portions of the bid requirements as set forth in the specifications and make a recommendation for award or rejection. Consultant shall assist with the bid period work items including clarifications, and bid evaluation relative to the contract documen!s. Consultant shall review the subcontractor list for completeness and compliance with the bid documents. The City Purchasing Division will verify Consultant's recommendation in order to finalize the decision. Pre-bid Conference and Pre-construction Meeting: Consultant shall coordinate and facilitate the Pre-bid Conference and Pre-construction Meeting including preparation of the agendas and meeting minutes Addenda: If changes to the construction documents are required during the bidding period, Consultant shall prepare the addenda items with the assistance from the AE. The City will issue the addenda. Budget: Consultant shall work with the City to develop a construction budget format and tracking system. Hazardous Material Abatement: Hazardous materials may be removed from the existing structures prior to their demolition (under City contract) or may be included as part of the construction bid package. Consultant shall assume that the abatement will be done by City contract and Consultant shall prepare, assist in the bidding of and coordinate the remediation contract. A third party consultant shall be employed by the City to survey, test, develop and July 21, 2011 Page 10 of21 implement removal procedures, monitor abatement and report. Relocation of Existing Library Services The Consultant shall provide CM Services to support the City of Palo Alto in relocating library services to a temporary facility. It is estimated the move coordination for the Consultant wi11last approximately 3 weeks. Meetings: Throughout the design process, Consultant shall be prepared to address comments and concerns of the contractors interested in bidding on the project, AE, City Staff, boards and commissions and the general public on an as-needed basis. Consultant shall schedule and conduct weekly progress meetings and any other meetings necessary to facilitate the project work. City will provide the administrative support to provide a meeting room and invite attendees. Consultant shall write and distribute the meeting agendas, and meeting minutes, including: City-Consultant meetings, regular site meetings, and meetings with the City staff, contractors, various City departments and also the public. The meeting minutes will explicitly track who has the responsibility for each action item with expected completion dates. Additional Services Additional Services include, but are not limited to, attendence at meetings, value engineering, calculations and reimbursable expenses not included in the base fee. Phase II -Construction Phase Services -MPLCC A. Turner Staff Services General: Consultant shall be the point of contact for the project's contractor (Contractor), and shall endeavor to enforce compliance with all of Contractor's contractual requirements, as follows: Daily Construction Management: Consultant shall oversee the day-to-day construction work performed by the Contractor. Consultant shall track the construction process, logistics, Request For Information (RFI), Change Order (CO) and other information or requests. Consultant shall oversee the construction activities and ensure that all aspects of LEED ® construction requirements are followed and documented and shall work closely with the project's Commissioning Agent and design consultant, Group 4 Architecture (ARCHITECT), in that regard. City shall approve Additional Services requests and other items that are part of the City's contract with the ARCHITECT firm. Consultant shall work with the Contractor and any involved parties to implement logistical and communications measures to minimize any impacts to the nearby residential neighborhood, park, fire station, and the various pre-school, elementary, middle, special needs, and charter schools on that block. Consultant shall implement expeditious methods for resolving conflicts. Consultant shall handle the coordination between the City staff, Contractor, and ARCHITECT. If night time, holiday or weekend work is required periodically to minimize impacts or due to delay in schedule, Consultant services shall still be required in full effect, but will be compensated as additional services, for costs incurred. Consultant shall assume that the third July 21, 2011 Page 11 of21 Monday in January (Martin Luther King Day), the second Monday in October (Columbus Day) and November 11 (Veteran's Day) of each year shall be a working day for the contractor and for the Consultant. December 24 (Christmas Eve) and the Friday following Thanksgiving Day (the fourth Thursday in November) shall also be considered to be regular working days. Consultant shall install, advertise, and maintain a hot-line for community updates, questions, and complaints. Advertisement, equipment and other related costs shall be included in the Reimbursables cost section below. Consultant shall liaison with City staff and assist Contractor as-needed in the connection of a Contractor-installed video camera(s) that will be connected to a website to monitor site progress. Field Inspection and Supervision: For Mitchell Park Library and Community Center, the Consultant, whose title shall be CM Field Superintendent (CMFS), shall maintain a field presence whenever work is under way by the Contractor. The role of the CMFS will be to enforce the Contract daily in the field to ensure that the work is being constructed in compliance with the contract documents, the approved shop drawings, the current RFI answers, etc, and in general, 'to protect the interest of the City of Palo Alto daily in the field. The CMFS will also observe and report daily field problems with respect to quality, cost and schedule. The CMFS will develop and maintain deficiency, incomplete work item, and preliminary punch list reports and will maintain a daily construction report, as the daily history of the project, to include significant jobsite field events that occur each day. The CMFS will not be responsible for means and methods of the general Contractor, nor for safety of any of the contractor's employees, but will have the authority, but not the responsibility, to observe and report concerns with regard to such issues. Documentation: Consultant shall oversee and manage the Contractor's preparation and/or review of all necessary documentation for the project including, but. not limited to, daily logs and inspection progress reports, photos/videos, RFI, correspondence, shop drawings, and other contractor submittals. Consultant shall maintain all files and documentation related to managing the project. Consultant shall track all RFI, correspondence, and submittal status. Responses, approvals, and decisions relative to Contractor's documents shall be provided in a timely manner and as required in the construction documents. Consultant shall review and comment on any project-related correspondence as requested by the City. Routine correspondence that is related to product information or minor design issues may be prepared and answered by Consultant on its letterhead, with a copy of the response directed to PM and ARCHITECT. Correspondence requiring City response, including but not limited to correspondence with residents, cost or contractual issues, may be drafted by Consultant but shall be signed only by City. . Submittals: Consultant shall manage, log and track all project submittals (i.e. shop drawings, product information, substitution request, and samples) for approval in timely manner as required by the construction documents and in order to prevent any delays to the project. Comments from different reviewers of the submittal shall be compiled before being returned to the Contractor for revisions. All submittals shall be sent directly between the Contractor and the Design team, with copies, documentation and management reports submitted to and managed by the Consultant. Construction Schedule: Consultant shall review the Contractor's construction schedule. Consultant shall analyze, monitor, and request updates for the master schedule as the project progresses. Consultant shall analyze the schedule for logical construction, constraints, level of July 21, 2011 Page 12 of21 critical activities and to verify progress in conjunction with the analysis of pay applications. Consultant shall review Contractors' individual Critical Path Method (CPM) schedules, monitor the contractor's progress, notify the City of any slippage, and coordinate contractor recovery plans. . Progress Payments: Consultant shall review progress payment requests submitted by Contractor, within five (5) days of receipt and verify the accuracy and percentage of completion against the schedule, and resolve any discrepancies in the invoices. Consultant shall review the invoices and backup for completeness and compliance with contract documents and make a recommendation to PM for payment of the progress payment requests. Change Order Monitoring and Processing: Consultant shall review and evaluate all Contractor extra work requests. Consultant shall review the contract documents to determine entitlement, complete an independent estimate of the cost of the changes, and reconcile with the contractor's change order request. Consultant shall prepare contract change order authorizations for City approval and track all scope and schedule changes. Consultant shall also implement expeditious methods for resolving conflicts. Claims: Consultant shall analyze any claims from the contractors (Le., compensation and delay) as to whether they are excusable, inexcusable, or compensable and prepare a response for City. Meetings: Throughout the construction process, Consultant shall be prepared to address comments and concerns of the construction contractors, ARCHITECT, PM, the City Staff, and the general public on an as-needed basis. Consultant shall set up and conduct weekly progress meetings and any other meetings necessary to facilitate the project work. Consultant shall write and distribute the meeting agendas, and meeting minutes, including: City-Consultant meetings, regular site meetings, and meetings with the City staff, contractors, various City departments, and also the public. The meeting minutes will explicitly track who has the responsibility for each action item with expected completion dates. Consultant shall coordinate the logistics related to a ground-breaking and to a ribbon-cutting ceremony, including working with committees, identifying power sources, etc. Costs for beverages, materials, photographs shall not be the responsibility of the Consultant. Consultant shall, at the direction of the Project Manager, install, advertise, and maintain a hot­ line for community updates, questions, and complaints. Printing of flyers, presentation boards, advertisement, equipment and other related outreach material costs shall considered a Reimbursable expense, the cost for which shall be approved in writing in advance by the Project Manager. Miscellaneous: Consultant shall monitor Contractor's compliance in general with the construction documents and contract. Consultant shall address comments and concerns of the contractors and the ARCHITECT as needed. During construction, the Consultant's office space shall be provided, maintained and removed by the Contractor, including offices, furniture and office equipment. Ouality Control and Assurance: Consultant shall monitor and document the Contractors' work for any deviations in scope, schedule, or performance and keep the City informed of and assist in resolving any issues that may arise. July 21, 2011 Page 13 of21 Record Drawings: Consultant shall coordinate the preparation of record drawings with the Contractors and ARCHITECT on a regular basis, both during the construction and post construction phases, and review the drawings for "as-built" accuracy. Training: Consultant shall set up and coordinate contractor-provided training of City staff as required by'the contract documents and as necessary to ensure that the appropriate City personnel are adequately trained and familiar with the new equipment and systems. Commissioning: Consultant shall work with the commissioning agent, design consultants, and the Contractors to ensure that all new equipment have been installed in accordance with the contract documents, are working properly as stand-alone equipment, and are working properly as part of a complete system. Substantial Completion: As per the construction contract, once the Contractor requests substantial completion and it is determined to be warranted, Consultant shall prepare and compile a project punch list with the assistance from the City and ARCHITECT to be forwarded to the Contractor. Consultant shall oversee the completion of the punch list items before the final notice of completion is issued. Close Out: Consultant shall ensure completion and delivery of all required close out documentations including operation and maintenance (O&M) manuals, record drawings, and warranties. Consultant shall review all these materials for compliance with the contract documents and for completeness, and report any deficiencies or discrepancies to Contractor for corrections and re-submittal. Consultant shall work under the direction of the Project Manager to resolve any contract claim issues that may arise (stop work notices, bonding, delays, extra work, etc). As-Built drawings shall be scanned by Consultant for archiving by City. Files: Consultant shall consolidate and deliver all project files and documentation maintained to be retained by the City. Additional Services: Include, but are not limited to, additional meetings, additional public outreach, unforeseen testing or inspection needs. Reimbursables: Travel and meal expenses shall not be Reimbursable items but shall be considered as included in the fee for associated work items. Temporary trailers, computers, copiers, printers and office supplies are not considered as a Reimbursable expense, but will be provided to the Consultant under the Contractor's Contract. Printing of plans and specifications shall be paid by City. Printing of flyers, presentation boards, telephone hotlines and other communication materials needed to fulfill outreach as described herein shall be budgeted for and provided as a Reimbursable item by Consultant. Job site safety fencing is a reimbursable expense. B. Testing and Special Inspections Testing and Special Inspections: A testing agency shall be under contract with and paid for by the Consultant. Consultant shall coordinate with the Contractor in scheduling the testing agency services for materials testing and special inspections needed for the life of the project. This testing includes, but is not limited to, collecting and running geotechnical tests, concrete strength and weld inspection. Consultant shall ensure that all required sign-offs are reviewed and July 21, 2011 Page 14 of21 distributed and are in compliance with the specifications and· the California Building Codes. Geotechnical In~pections are included by the Architect, and are not included by the Consultant. Building Code Inspection Services -Mitchell Park Library and Community Center: Consultant shall provide all building code inspection services for construction phases for the Mitchell Park Library and Community Center. Inspectors shall have a minimum of 5 years of experience as inspectors and be certified by the International Code Council (ICC) or International Building Code Officials (IBC) as inspectors. The City reserves the right to review the qualifications of the inspectors, approve their working on the project, and to request a change of inspectors at any time. Soils-related testing shall be under the Consultant's contract. Physical oversight of the geotechnical aspects of the construction project shall be contracted by the ARCHITECT firm. C. -Electronic Documentation and Photograph Recording Electronic Documents: Consultant shall provide electronic, fully addressable and cross referenced electronic document filing system. It will be developed and used as the project filing system during construction and will be updated with all closeout documentation, and cross referenced for simple search and retrieve functionality for all project documentation for City's use after construction. Consultant will provide Labor to input all documentation, and to train City in the use and access to all electronic project files. Any monthly service fees shall be included herein and not in Reimbursables. Project Documentation -Photographic Record: Based upon a build period of twenty three (23) months, provide a photographic pre-construction site-survey of existing conditions; twenty three (23) maximum exterior progressions; interior progressions; six (6) maximum interior mechanical, electrical and plumbing; pre-concrete slab pour; exterior elevation, including window-flashing and waterproofing; three (3) maximum roofing exact built showing the roof at various stages of the project; and finished condition prior to occupancy. All documentation shall include consultations with City identifying project-specific needs, appropriate photographic intervals, schedules, determination of optimal locations based on the site plans, a representative number of digital photographs at such intervals and for such durations and at the specified milestones; linking each photo set to the appropriate location on the site plans and floor plans; online web hosting of the documentation on the Multivista website for the construction period covered by the documentation and for a minimum period of I-year thereafter; password protected access to the documentation and two CD or DVD ROM copies of the entire documentation upon completion. D -Extended Construction Duration Provide Construction Phase services for extended construction duration, if not caused by the CONSULTANT. Services in this category are to be provided and compensated only with the approval of the CITY Project Manager. Schedule C includes 30 working days of extended duration. Phase III: Post Construction Services A -Turner Staff Services: July 21, 2011 Page 15 of21 Post Construction and Warranty Services: Consultant shall meet with Library, Community Services and Public Works staff (Staff) monthly for three months commencing after the building is open to the public in order to complete any remaining punch-list items and/or to contact the Contractor for any warranty issues that might arise. After the initial three month period, Consultant shall contact the Staff quarterly for a period of nine months to determine whether any new building or systems issues have been identified. Systems deficiencies that cannot be resolved by the Contractor shall be reported to the Commissioning Agent. Commissioning Verification: Consultant shall participate in the post-construction activities of the Commissioning Agent as follows: Participate in an off-season testing (i.e., testing the heating system prior to winter) session and work with the Contractor to correct any deficiencies. Compile the final testing documentation for the Commissioning Record and O&M manuals. 12 Month Warranty Follow Up: Return to the site at month 10 of the 12 month warranty period and review operating conditions with City facility staff and the Commissioning Agent in order to identify any outstanding issues related to the original and seasonal commissioning. The Commissioning Agent will interview facility staff and identify problems or concerns that they have with operating the building as originally intended. The Commissioning Agent will make suggestions for improvements and for recording these changes in the O&M manuals. The Commissioning Agent will identify areas that may come under warranty or under the original construction contract. The Construction Management Consultant shall work with the Contractor to resolve any warranty issues. MAIN LIBRARY Phase I -Design Phase -Main Library A.l -Turner Staff Services for Temporary Library (Conceptual Design Phase Only) The ARCHITECT will research a location for a temporary Main Library site for use during the construction of the Main Library renovation and expansion. The temporary Main Library would consist of a space approximately 8,000 to 10,000 square feet. The ARCHITECT will develop schematic electrical and mechanical plans, floor plans, signage landscaping and cost estimates for said facility. The Consultant shall participate and assist in the selection of a temporary Main Library site, review and comment on designs prepared by ARCHITECT and prepare independent construction cost estimates. Consultant shall attend meetings with staff and ARCHITECT, which include two (2) technical meetings and three (3) project management team meetings. Fee for these meetings shall be included in the cost for the Temporary Main Library item. Detailed design on any temporary library will not proceed until Council reviews and approves the cost, size, location and other information related to the temporary library. If Council approves completing the design of a temporary library, a scope and fee will be negotiated with Consultant for services related to oversight of the design phase. A.2 -Turner Staff Services for permanent Main Library July 21, 2011 Page 16 of21 Design of the Main Library expansion and renovation is anticipated to begin in mid to late 2010 or early 2011 Consultant shall provide three (3) construction cost estimates: One at 100% Schematic Design, one at 100% Design Development and one at 50% Construction Documents. Consultant shall perform constructability and design document review at the Design Development Phase Consultant shall develop and grade pre-qualification forms, attend any protest hearings and defend findings . . Consultant shall review overall project schedule and budget development and update same. Contractor Prequalification Prior to the construction bid phase, the Consultant shall prepare,and obtain approval from the City of Palo Alto, to advertise forms required for Contractor Prequalification. Consultant shall administer the feedback from same, including but not limited to: answering questions from contractors and subcontractors, coordinating responses with the City's Purchasing Division, preparing spreadsheets or other documentation necessary to compile and compare contractor responses, preparing a recommended bidder's list with a brief report summarizing findings, assisting in representing the City in any subsequent hearings challenging the validity of the results and any follow-up documentation resulting from said hearings. The City Purchasing Division will verify Consultant's recommendation in order to finalize the decision. Additional Services Additional Services include, but are not limited to, attendence at meetings, value engineering, calculations and reimbursable expenses not included in the base fee. Phase II -Construction Phase Services (Potential Future Phase) -Main Library Services and Fee for Construction Administration services may, at the City's sole discretion, be negotiated prior to the start of construction for the Main Library. July 21, 2011 Page 17 of21 EXHIBIT "C" (page 1 of 3) COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-l up to the not to exceed budget amount for each task set forth below. For Subconsultants, such as Inspections, special inspections, electronic document services, and photographic documentation services, the CITY agrees to compensate the CONSULTANT for services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the actual cost of the sub consultant, plus a fee of 5%, up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhjbit "A" ("Basic Services") and reimbursable expenses shall not exceed $3,254,337,00 .. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $3,783,745.00. Any work performed or expenses incurred for which payment would result in a t6talexceediiigthe lllaxil11umamourifbf compensation set forth herein shall beat no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $3,254,337.00 and the total compensation for Additional Services does not exceed $529,408.00 . July 21, 2011 Page 19 of21 EXHIBIT "C" (page 2 of 3) COMPENSATION DESCRIPTION: NOT TO EXCEED AMOUNT BASIC SERVICES Downtown Library Phase I -Design Phase A Pre-construction Phase Downtown Library Phase II -Construction Phase A Turner Staff Services B Testing and Special Inspections C Electronic Documents Downtown Library Phase III Post Construction & Warranty Phase F Turner Staff Services TOTAL DOWNTOWN LIBRARY BASIC SERVICES Mitchell Park Phase I Design Phase A Preconstruction Mitchell Park Phase II Construction Phase A Turner Staff Services B Testing and Special Inspections C Electronic Documents & Photo Recording D Extended Construction Duration Mitchell Park Phase III Post-Construction Phase A Turner Staff Services TOTAL MITCHELL PARK BASIC SERVICES Main Library Phase I $17,545 $345,000 $12,000 $20,000 $10,000 $404,545 $107,292 $1,835,000 $445,000 $135,000 $115,000 $45,000 $2,682,292 . (Design Phase for Main Library & Concept Design Phase for Temporary Main Library) A.l A.2 Turner Staff Services -Temporary Library for Main Turner Staff Services -Permanent Main Library TOTAL MAIN LIBRARY BASIC SERVICES (Design Phase Only) ALLOWANCE FOR REIMBURSABLE EXPENSES DT Library (not to exceed) MP Library (not to exceed) Main Library Total Allowance for Reimbursables TOTAL BASIC SERVICES (including Allowance for Reimbursables July 21, 2011 $15,000 $90,500 $105,500 $5,000 $55,000 $2,000 $62,000 $3,254,337 Page 20 of21 EXHIBIT "C" (Page 3 of 3) COMPENSATION DESCRIPTION: NOT TO EXCEED AMOUNT ADJ>ITIONAIJ SERVICES: ALLOWANCE FOR ADDITIONAL SERVICES-Not to Exceed DTLibrary MPLCC Main Library TOTAL ALLOWANCE FOR ADDITIONAL SERVICES TOTAL NOT TO EXCEED COMPENSATION REIMBURSABLE EXPENSES $42,632 $476,026 $10,750 $529,408 $ 3.783.745 The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. 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. July 21, 2011 Page 21 of21 1 110829 sm 010 AMENDMENT NO. 5 TO CONTRACT NO. C09130744 BETWEEN THE CITY OF PALO ALTO AND GROUP 4 ARCHITECTURE, RESEARCH + PLANNING INC. This Amendment No. 5 to Contract No. C09130744 (“Contract”) is entered into on ___ of September, 2011, by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California (“CITY”), and Group 4 Architecture, Research + Planning Inc., a California corporation, located at 211 Linden Avenue, South San Francisco, CA 94080 (“CONTRACTOR”). R E C I T A L S: WHEREAS, the Contract was entered into between the parties for the provision of design services forthe Mitchell Park Library and community center, rehabilitation of the Downtown Library, Main Libraries, and Community Center, and provide temporary facilities during the construction of the other projects; and WHEREAS, the parties wish to amend the Contract to add funding for additional services; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: Section 1. Section 4 of the Contract,. Not to exceed compensation. is hereby amended to read as follows: “The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A”, including both payment for professional services and reimbursable expenses, shall not exceed Seven Million Six Thousand One hundred Eighty-Nine Dollars ($7,006,189). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed same ($7,902,421). The applicable rates and schedule of payment are set out in Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement.” Section 2. The following exhibits to the Contract are hereby amended to read as set forth in the attachments to this Amendment, which are incorporated in full by this reference: a. Exhibit “A” entitled “Scope of Work Mitchell Park Library/Community Center, Renovation of the Downtown Library, Renovation and Addition to the Main Library & Temporary Library Design Services”. b. Exhibit “B” entitled “EXHIBIT “B” SCHEDULE OF PERFORMANCE”. c. Exhibit “C” entitled “EXHIBIT “C” COMPENSATION”. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. APPROVED: City Manager APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "8": EXHIBIT "C": 110829 sm 010 SCOPE OF SERVICES PROJECT SCHEDULE COMPENSA nON GROUP 4 ARCHITECTURE, RESEARCH + PLANNING INC. BY :-+~IJflL:..J6j~~L-__ ]>AVI.D (Yl, 5Tf.1 VIC'£' Pf?£.>J1JCAlr f. FOre. -r/<VrJU~~ Name: Dawn Merkes Title: President 2 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 3 110829 Scope of Work Mitchell Park Library/Community Center, Renovation of the Downtown Library, Renovation and Addition to the Main Library & Temporary Library Design Services I. INTRODUCTION AND GENERAL INFORMATION 1.0 GENERAL INFORMATION 1.1 The “Palo Alto Libraries Schematic Design Report” and drawings, dated May 2008, were prepared by Group 4 Architecture, Research + Planning Inc. (CONSULTANT) for the City of Palo Alto (CITY). These reports include the schematic design documents for three libraries in Palo Alto: the renovation of the Downtown Library, the renovation and addition to the Main Library and the design for the new Mitchell Park Library/Community Center. The building programs for these projects are documented in an earlier Conceptual Design Report also prepared by Group 4 and dated October 2007. The scope of work included in this contract is for preparation of construction documents for the renovation, construction administration, record documents and project closeout for the Downtown Library; the preparation of construction documents, bidding and award, construction administration, record documents and project closeout for the new Mitchell Park Library/Community Center; construction documents for the renovation and construction administration for the Mitchell Park Library Temporary Library Facilities, ; the preparation of construction documents, bidding and award, for the renovation and addition to the Main Library and the preparation of the site analysis and preliminary design for the Temporary Main Library, this work is based on the approved designs for these projects documented in the aforementioned reports. 1.2 The CONSULTANT’s Basic Services shall include: 1.2.1 For the new Mitchell Park Library/Community Center preparation of Design Development Documents, Construction Documents, assistance with Bidding and Award, Construction Administration and Project Closeout Services.. 1.2.2 For the renovation of the Downtown Library programming, budgeting, space planning, Construction Documents, assistance with Bidding and Award, Construction Administration and Record Documents and Project Closeout Services. 1.2.3 For the renovation of the Cubberley Auditorium into the Mitchell Park Temporary Library Construction Documents and Construction Administration Services. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 4 110829 1.2.4 For the renovation and addition to the Main Library - preparation of Design Development Documents, Construction Documents, and assistance with Bidding and Award. 1.2.5 For the Temporary Main Library Site Analysis and Preliminary Design. 1.3 Participation for the projects shall include presentations and meetings as directed by the CITY to the CITY’s Council, Boards and Commissions at appropriate phases in the projects to solicit feedback and comments on the progress of the design(s). 1.4 In selecting the CONSULTANT, the CITY recognizes that the CONSULTANT has qualifications to provide additional planning, architecture, and interior design services including construction phase services specifically related to the renovation and addition of the Main Library and the design documentation for the Temporary Main Library. The CITY, at its discretion, may choose to amend this contract to add these services to the CONSULTANT’s Scope of Services for Additional Compensation if mutually agreed to by the CITY and the CONSULTANT. 2.0 THE PROJECT 2.1 The project includes the new Mitchell Park Library/Community center, the Downtown Library renovation, the Temporary Mitchell Park Library and Library Technical Services Facility, the Main Library renovation and new addition and the site analysis and preliminary design for the Temporary Main Library (collectively, the “Project”). 2.2 The new Mitchell Park Library/Community Center (the “Mitchell Park Project”) is located at 3800 Middlefield Road at the site of the existing Mitchell Park Library and Community Center buildings. The new joint use facility will include a separate 36,254 sf library and a 16,291 sf community center, new parking lots, the realignment of Mayfair Avenue, and associated signal work, and site work. The Mitchell Park Project shall be designed to meet the standards for LEED Gold certification by the US Green Building Council (USGBC). 2.3 The Downtown Library is located at 270 Forest Avenue in downtown Palo Alto. The 9000 square foot building was constructed in 1971. The CITY’s LSMAR and Group 4’s space study recommendations for this branch include a major interior renovation of the building, including its architecture, structure, electrical (power, lighting, data) and mechanical systems. The Downtown Library Project shall be designed to meet the standards for LEED certification by the US Green Building Council (USGBC). 2.4 The Temporary Mitchell Park Library and Technical Services facility is CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 5 110829 located at the Cubberley Community Center at 4000 Middlefield Road in the existing Auditorium Building. 2.5 The Main Library is located at 1213 Newell Road in Palo Alto. 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 project includes the renovation of the existing building structure, mechanical, electrical and interior finishes as well as additions to accommodate a new program room, group study rooms and new public restrooms. The new additions will add approximately 4,200 square feet. The existing Main Library is 21,313 square feet on grade with a 5,000 square foot basement. The Main Library Project shall be designed to meet the standards for LEED certification by the US Green Building Council (USGBC). 2.5.1 In addition to the work described above, the following deferred maintenance items shall be included in the Construction Documents phase of the project: 2.5.1.1 Replace or the existing wood shake roof 2.5.1.2 Replace or provide new site pedestrian paving and site landscaping 2.5.1.3 Replace the existing fire sprinkler system 2.5.1.4 Replace the existing exterior plywood walls at the staff area 2.5.1.5 Replace basement sump pumps 2.5.1.6 Upgrade stormwater treatment system 2.5.1.7 Upgrade parking lot lighting 2.5.1.8 Provide for separate access to the Teen room conference area 2.5.1.9 Outfit the library to function as a broadcast center for the local television station. 2.5.1.10 Develop concepts to analyze the integration of the Art Center and Main Library sites and prepare design documents and cost estimates for the parking lots, pedestrian plaza and landscaping to the south and south east of the library (between the library, Art Center and Community Gardens). CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 6 110829 2.6 The Temporary Main Library will be located at a site yet to be determined by the CITY. The work includes site selection services, facility and site option analysis, building programming; budgeting and schematic design. 3.0 CITY DUTIES 3.1 During the term of CONSULTANT’s professional services under this AGREEMENT the following items will be the responsibilities of the CITY: 3.1.1 The CITY’s Project Manager or authorized designee shall manage the CONSULTANT’s performance under the Agreement. CONSULTANT shall receive final direction only from the Project Manager or his or her authorized designee. The Project Manager shall resolve any conflicting direction from other groups, departments or agencies. 3.1.2 The CITY shall provide evaluation, mitigation design and administration of work for hazardous materials at each site and in the existing building. 3.1.3 The CITY shall provide reviews and comment on what may be necessary to complete design milestones, and/or approve completion of design milestones and cost estimates. At the completion of each phase, the CITY shall provide written authorization to the CONSULTANT to proceed to the next phase. Said written authorization shall require the signature(s) of the CITY's Project Manager or his/her authorized designee. 3.1.4 CITY shall provide record drawings of existing project facilities (when available). 3.1.5 CITY shall provide all applicable building permits. 3.1.6 CITY shall provide Division 0 and 1 specifications (front-end), in Microsoft Word format to CONSULTANT for review and comment. 3.1.7 CITY shall print and provide construction contractors with copies of bid documents (Plans and Specifications). 3.1.8 CITY shall advertise and award construction contracts. 3.1.9 CITY shall manage the construction of the Project and provide building code and quality control inspections. 3.1.10 The CITY shall oversee and manage the artist selection process, CITY and artist agreements, artwork approvals, budgets and schedule, coordination of artwork with the building design, and artwork installation. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 7 110829 3.1.11 The CITY may prequalify general contractors and key subcontractors and limit bidding to only those firms that have been deemed by the CITY to be qualified. CITY shall actively market the project to general contractors and major trades to increase likelihood of receiving competitive bids. 3.1.12 The CITY shall manage all construction and procurement contracts related to the overall project and shall oversee and coordinate each of the budgets. Within the overall project budget the CITY shall determine with input from the CONSULTANT the specific budgets for each of the procurement contracts including, but not limited to:  Site development  Site preparation  Building and garage construction  Furniture procurement, including multiple contracts for custom, general, systems and miscellaneous furniture  Construction management services  Public art  Moving  Publicity  Computer systems  Telecommunication systems. 3.1.13 CITY shall identify, select and procure all equipment such as copy machines, vending machines, miscellaneous office equipment, etc. that is not included in the technology package. 4.0 CONSULTANT’S DUTIES The CONSULTANT shall keep the Project Manager updated on the status of the Project including but not limited to reviewing the Project schedule and budget, suggesting changes and identifying significant milestones and duration of major tasks needed to complete the work in its entirety, including work components not identified in the CONSULTANT’s scope of services. The CONSULTANT shall periodically update the Project Manager on the validity and responsiveness of the information furnished by the CONSULTANT and its various subconsultants under this agreement, including the schedule requirements and the budget for the cost of the Project. The CONSULTANT shall periodically review such information and advise the Project Manager of any additional or updated information that may be required. II. CONSULTANT’S BASIC SERVICES The CONSULTANT’s scope of basic services for the CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 8 110829 Project is divided into six parts: Basic Services for the Mitchell Park Project; Basic Services for the Downtown Library Project; Basic Services for the Temporary Mitchell Park Library Project, Basic Services for the Main Library; Basic Services for the Temporary Main Library and Participation Services 1.0 MITCHELL PARK PROJECT 1.1 GENERAL 1.1.1 The CONSULTANT’s Basic Services for the New Mitchell Park Library/Community Center (“Mitchell Park Project”) consist of five Tasks: Task D1 Design Development; Task E1 Construction Documents; Task F1 Bidding and Award; Task G1 Construction Administration and Task H1 Record Documents and Project Closeout. 1.1.2 The CONSULTANT’s Basic Services include the services of a civil engineer, structural engineer, mechanical engineer, electrical engineer/lighting designer, landscape architect, cost consultant, audio visual/acoustical engineer, energy analysis engineer, commissioning agent, and library programmer. 1.1.3 The CITY intends that the Mitchell Park Project shall be designed to meet the standards for LEED Gold or higher certification by the USGBC. 1.1.3.1 CONSULTANT shall design the Mitchell Park Project to meet the requirements for LEED V2.2 certification at the Gold or higher level. 1.1.3.2 CONSULTANT shall provide LEED project management services needed for the CITY to obtain LEED certification of the Mitchell Park Project, develop specifications consistent with LEED and the CITY’s policies, and provide the templates, documentation, calculations, and energy modeling studies necessary to obtain LEED certification. 1.1.3.3 CONSULTANT shall include a LEED accredited professional on the design team to support Project Sustainable Building/ Green Building design criteria as required to achieve LEED certification. 1.1.3.4 CONSULTANT shall include in the construction documents appropriate provisions requiring the CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 9 110829 contractor to meet the requirements for CITY’s submittal to USGBC for LEED Gold certification. 1.2 TASK D1: MITCHELL PARK PROJECT DESIGN DEVELOPMENT 1.2.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Design Development phase and coordinate with the Project Manager or authorized designee, key departments, including but not limited to CITY’s Building, Public Works, and Engineering staff. 1.2.2 CONSULTANT shall prepare, refine and update project design schedule which identifies all major tasks, key milestones, key meetings, submittal dates and review periods for the CITY’s review and comment. CONSULTANT shall provide updated design schedule at the beginning of each project phase. 1.2.3 CONSULTANT shall prepare Design Development documents based on refinement and further development of the approved schematic design, including preliminary furniture layouts, built-in fixtures, and equipment selections. 1.2.4 CONSULTANT shall refine design development plans based on comments received from the CITY’s review of the 100% SD and 50% DD submittal. 1.2.5 CONSULTANT shall prepare estimates of probable construction cost for review by CITY in association with the 50% and the 100% Design Development submittals. 1.2.6 CONSULTANT shall have the Mitchell Park Project’s LEED commissioning agent review the design, back-check review comments, and develop a commissioning plan, specifications, and checklists. 1.2.7 CONSULTANT shall meet with the CITY to review the estimate of probable construction cost and to confirm that the design is still within the CITY’s approved construction budget. Should the design not be within the budget, CONSULTANT shall revise the design as directed by the Project Manager or her authorized designee at no additional fee to bring the design within the approved budget. 1.2.8 CONSULTANT shall provide all other normal and customary services related to Design Development that the CONSULTANT, the Project Manager or her authorized designee finds necessary or that will lead toward the timely delivery of other phases of work in this Agreement. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 10 110829 1.2.9 Meetings 1.2.9.1 CONSULTANT shall attend and coordinate up to seven (7) PMT meetings, two (2) Technical-Planning meetings, two (2) Technical-Library Meetings, two (2) Technical Building Department meetings, two (2) Artist Coordination meetings, one (1) Technical-Technology meeting, one (1) Technical-Traffic meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Mitchell Park Project. 1.2.9.2 CONSULTANT shall coordinate meetings with reviewing agencies as required. 1.2.9.3 CONSULTANT shall attend up to two meetings with the Palo Alto Arts Commission and/or other public art committee for coordination of an arts program. 1.2.10 Deliverables 1.2.10.1 CONSULTANT shall submit document packages at the 50% and 100% completion of Design Development for review by the CITY. Design Development packages shall illustrate and describe the refinement of the design of the Mitchell Park Project, establishing its scope, relationships, forms, size and appearance. 1.2.10.2 Site plans and floor plans for all major disciplines. 1.2.10.3 Preliminary furniture layout plan. 1.2.10.4 Preliminary finish, materials and equipment schedules. 1.2.10.5 Outline specifications shall identify the major materials and systems and shall establish their general quality levels. Specifications shall be consistent with the Construction Specifications Institute (CSI) format, the version of which shall be determined by CONSULTANT. 1.2.10.6 Engineering documents shall include single line diagrams describing structural, mechanical, plumbing, and electrical systems. 1.2.10.7 Principal interior and exterior elevations showing preliminary locations of all electrical and mechanical CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 11 110829 controls, telecommunications, security, as well as life- safety devices for coordination with furniture layout. 1.2.10.8 Estimates of probable construction cost associated with the 50% and 100% Design Development submittals. 1.3 TASK E1: MITCHELL PARK PROJECT CONSTRUCTION DOCUMENTS 1.3.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Construction Documents phase. 1.3.2 Upon written notice to proceed by the CITY, CONSULTANT shall refine and further develop the approved Design Development package based upon the CITY’s comments and the constructability review comments on the 100% Design Development package. 1.3.3 CONSULTANT shall prepare and submit a 60% Construction Documents package to the CITY. 1.3.4 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 60% Construction Documents submittal. 1.3.5 CONSULTANT shall prepare and submit a 95% Construction Documents package, with CITY’s comments from the 60% package incorporated into the documents. 1.3.6 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 95% Construction Documents submittal. 1.3.7 CONSULTANT shall prepare a Construction Documents package for Building and Fire department plan check review and permitting. 1.3.8 CONSULTANT shall prepare the 100% Construction Documents package with final quality control comments from CITY’s Building and Fire department review incorporated. 1.3.9 CONSULTANT shall prepare a Project Manual that includes the Conditions of the Contract for Construction provided by the CITY, Technical Specifications, and bidding requirements and sample forms furnished by the CITY. 1.3.10 CONSULTANT shall maintain the LEED matrix and design documentation. 1.3.11 LEED Fundamental and Enhanced Commissioning: CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 12 110829 CONSULTANT shall have the project’s commissioning agent review the design and back-check their review comments, develop a commissioning plan, commissioning specification, and commissioning checklists. 1.3.12 CONSULTANT shall provide, if necessary and as directed by the Project Manager or authorized designee, bid alternates up to a cumulative maximum amount of 1% of the estimate of probable construction cost. 1.3.13 One or more “independent checks” of the plans, specifications and bid documents may be performed by an independent party commissioned by the CITY prior to the 100% Construction Document submittal. CONSULTANT shall incorporate revisions or comments from these reviews, provided by the CITY in a single, compiled, and coordinated document, in the final bid documents, unless CONSULTANT deems them to be inappropriate or in error in which case, CONSULTANT shall communicate concern to the Project Manager or her authorized designee for consideration and further direction. These checks may include architectural peer reviews and/or constructability reviews. These independent checks are to be performed strictly for the benefit of the CITY, and they shall not relieve the CONSULTANT from its obligations under this Agreement. The CITY is not obligated to perform any independent check, and the CONSULTANT shall not rely upon it for any quality or quantitative check or review. 1.3.14 Meetings 1.3.14.1 CONSULTANT shall attend and coordinate twelve (12) PMT meetings, two (2) artist coordination meetings, two (2) Technical-Planning meetings, four (4) Technical- Library meetings, three Technical-Building Department meetings, one (1) Technical-Technology meeting, one (1) Technical-Traffic meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Mitchell Park Project. 1.3.14.2 CONSULTANT shall attend two (2) meetings with the Arts Commission and/or Public Art committee for coordination of the arts program in the construction documents. 1.3.15 Deliverables 1.3.15.1 60%, 95%, and 100% Construction Documents packages setting forth in detail the requirements for CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 13 110829 construction of the Mitchell Park Project, including drawings and specifications that establish in detail the quality levels of required materials and systems. The Construction Documents package shall include drawings and technical specifications from all disciplines, executed to a level of detail appropriate for open public bidding. They shall include plans overlaying voice and data cabling with furniture layout as necessary, elevations reflecting relationships between furnishings and items affecting their placement. Site improvements shall include all details necessary to coordinate and properly locate utilities, driveways, roadways, at-grade parking, curbs and gutters, landscape, irrigation and hardscape design. The Construction Documents shall conform to the applicable California Building Code, Title 24, ADA, and all other applicable local, State and Federal codes, regulations, permit requirements, and conditions necessary for issuance of a building permit. 1.3.15.2 Project Manual 1.3.15.3 Detailed technical specifications that are coordinated with the plans and all the design disciplines. 1.3.15.4 Estimates of probable construction cost associated with the 60% and 95% Construction Documents submittals. 1.3.15.5 CONSULTANT shall submit one set of reproducible documents and one set of electronic digital documents at 60%, 95% and 100% completion of Construction Documents. CONSULTANT shall provide a full-sized original set, wet-stamped and signed, as required by the CITY, by all the appropriate licensed design disciplines. CONSULTANT shall also provide digital plot files directly to CITY’s printing company for printing bid sets. 1.4 TASK F1 MITCHELL PARK PROJECT BIDDING AND AWARD 1.4.1 CONSULTANT shall assist CITY during bid solicitation process. 1.4.2 CONSULTANT shall prepare a full-sized original set(s), and provide a digital plot bid package for CITY’s use in printing, and shall make available to the CITY an electronic version of the Construction Documents. 1.4.3 CONSULTANT shall provide bid phase services, as requested by CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 14 110829 the CITY, through award of the Contract for Construction. Service include assistance with responses to bidders' inquiries; preparation of addenda; attendance at one (1) prequalification and (1) pre-bid meeting; and assistance in the CITY’s evaluation of bids. 1.4.4 In preparing estimates of the cost of the work, the CONSULTANT shall be permitted to include contingencies for design, bidding and price escalation; to determine what materials, equipment, component systems and types of construction are to be included in the Contract Documents; to make reasonable adjustments in the scope of the Project and to include in the Contract Documents alternate bids as may be necessary to adjust the estimated Cost of the Work to meet the CITY's budget for the Cost of the Work. If an increase in the Contract Sum occurring after execution of the Contract between the CITY and the Contractor causes the budget for the Cost of the Work to be exceeded, that budget shall be increased accordingly. 1.4.5 CONSULTANT will include in its estimate a contingency for bid/market conditions based on competitive bidding with a minimum of 3 bidders for all major items of subcontracted work and 3-5 general contractor bids. The CITY recognizes that the CONSULTANT has no control over competitive bidding or market conditions. If CITY anticipates less favorable bidding conditions or wishes to take a more conservative approach, CITY will cooperate with CONSULTANT to increase bid contingency and either reduce project scope or increase the project budget accordingly. 1.4.6 If bidding has not commenced within 90 days after CONSULTANT submits 95%Construction Documents to the CITY, CONSULTANT shall adjust at no additional cost to CITY, the estimate of probable construction cost to reflect changes in the general level of prices in the construction industry. Should the adjusted estimate of probable construction cost exceed the CITY approved construction budget at this point, any subsequent changes in the plans or value engineering services necessary to align the adjusted estimate of probable construction cost with the CITY approved construction budget shall be considered Additional Services as noted in EXHIBT C of this Agreement. 1.4.7 Deliverables: one reproducible (hard copy for Construction Document contract file) and digital plot set of Construction Documents “Conform” package revised with all addenda, CITY reviews and plan check comments, including Fire Department, incorporated and ready for Award, and Construction. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 15 110829 1.5 TASK G1 MITCHELL PARK PROJECT CONSTRUCTION ADMINISTRATION 1.5.1 CONSULTANT’s responsibility to provide Basic Construction Administration Services for the Construction Phase under this Agreement commences with CITY's issuance of a Notice to Proceed with the Contract for Construction and will end 730 calendar days from that date or upon commencement by the CONSULTANT of the Substantial Completion Correction (“Punch”) list, as mutually agreed upon by CONSULTANT, the CITY’s Construction Manager and CITY, whichever comes first. If the punch list does not commence within 730 calendar days of the Notice to Proceed, any further time and effort spent on behalf of the project shall be an Additional Service provided on a time and materials basis. Consultant will not be obligated to provide any work beyond the 730 calendar days unless directed by CITY in writing. 1.5.2 CONSULTANT shall be a representative of and shall advise and consult with the CITY during the provision of the Contract Administration Services. The CONSULTANT shall have authority to act on behalf of the CITY only to the extent provided in this Agreement unless otherwise modified by written amendment. 1.5.3 Duties, responsibilities and limitations of authority of the CONSULTANT under this phase shall not be restricted, modified or extended without written agreement of the CITY. 1.5.4 CONSULTANT shall neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor’s rights and responsibilities under the Contract Documents, the CONSULTANT will not be responsible for the Contractor’s schedules or failure to carry out the work in accordance with the Contract Documents. The CONSULTANT will not have control over or charge of acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the work.CONSULTANT shall not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. 1.5.5 CONSULTANT will have access to the work at all times wherever it is in preparation or progress within 24 hours of notifying the CITY.. 1.5.6 CONSULTANT shall revise Bid Documents for issuance as Conform Set Contract Documents that incorporate addenda, and clarifications. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 16 110829 1.5.7 CONSULTANT shall attend the pre-construction conference. 1.5.8 Project Meetings and Site Visits 1.5.8.1 CONSULTANT shall attend up to 104 site construction meetings. The CONSULTANT as a representative of the CITY, shall visit the site at intervals appropriate to the stage of the Contractor’s operations, or as otherwise agreed by the Project Manager or authorized designee and the CONSULTANT (1) to become generally familiar with and to keep the CITY informed about the progress and quality of the portion of the Work completed, (2) to endeavor to guard the CITY against defects and deficiencies in the Work, and (3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, the CONSULTANT shall not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. 1.5.8.2 CONSULTANT shall report to the CITY observable and known deviations from the Contract Documents by the Contractor. 1.5.8.3 CONSULTANT shall at all times have access to the work wherever it is in preparation or progress. 1.5.8.4 CONSULTANT shall have authority to reject Work that does not conform to the Contract Documents. Whenever the CONSULTANT considers it necessary or advisable, the CONSULTANT will have authority to require inspection or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of the CONSULTANT nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the CONSULTANT to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 1.5.8.5 CONSULTANT shall be responsible for scheduling the Sub CONSULTANTs visits to the site in coordination with and or as directed by CITY. 1.5.9 On the basis of on-site observations as a CONSULTANT, and through information provided to the CONSULTANT by the CITY’s Project Manager, the CONSULTANT shall keep the CITY informed of the quality of the work. 1.5.10 Submittals: CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 17 110829 1.5.10.1 CONSULTANT will review Contractor’s submittals, including Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The CONSULTANT’s action shall be taken with such reasonable promptness so as to cause no delay in the work, while allowing sufficient time in the CONSULTANT’s judgment to permit adequate review unless otherwise agreed to. Submittals critical to work flow shall be responded to within a timely manner from receipt. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance equipment or systems designed by the Contractor, all of which remain the responsibility of the Contractor to the extent required by the Contract Documents. The CONSULTANT’s review shall not constitute review of safety precautions or, unless otherwise specifically stated by the CONSULTANT, of construction means, methods, techniques, sequences or procedures. The CONSULTANT’s review of specific items shall not indicate approval of an assembly of which the item is a component. When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the CONSULTANT shall be entitled to rely upon such certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. 1.5.10.2 CONSULTANT shall maintain copies of submittals supplied by the Contractor in accordance with the requirements of the Contract Documents. Reviewed submittals shall be stamped with appropriate action to be taken with notes and comments initialed and dated. 1.5.11 If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the CONSULTANT shall specify appropriate performance and design criteria that such services must satisfy. Shop Drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional’s written approval when submitted to the CONSULTANT. The CONSULTANT shall be entitled to rely upon the adequacy, accuracy and completeness of the services; certifications or approvals performed by such design professionals. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 18 110829 1.5.12 Request for Information (RFI) & Architectural Supplement Information (ASI) 1.5.12.1 CONSULTANT shall review properly prepared, timely requests by the Contractor for Request For Information (RFI) about the Contract Documents. A properly prepared RFI about the Contract Documents shall be in a form prepared or approved by the CONSULTANT and shall include a detailed written statement that indicates the specific Drawings or Specifications in need of clarification and the nature of the clarification requested. 1.5.12.2 If deemed appropriate by the CONSULTANT or if directed by the Project Manager or her authorized designee, the CONSULTANT shall on the CITY’s behalf prepare, reproduce and distribute supplemental Drawings and Specifications (Architectural Supplemental Information (ASI)) in response to RFI by the Contractor or because of a need determined by CONSULTANT to achieve the intent of the Contract Documents. 1.5.12.3 Interpretations and decisions of the CONSULTANT shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings. When making such interpretations and initial decisions, the CONSULTANT shall endeavor to secure faithful performance by both CITY and Contractor, shall not show partiality to either, and shall not be liable for the results of interpretations or decisions so rendered in good faith. 1.5.12.4 CONSULTANT’s action shall be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the CITY, Contractor or separate contractors, while allowing sufficient time in the CONSULTANT s professional judgment to permit adequate review. RFI’s critical to workflow shall be responded to within a timely manner from receipt. 1.5.13 CONSULTANT shall review for compliance, any items submitted by the Contractor for consistency with the contract documents, including but not limited to submittals, O&M Manuals, written guarantees, instruction books, diagrams and charts, etc,. 1.5.14 Review and recommend approval or rejection of substitutions for conformance with the project design concept and for compliance with Contract Documents. CONSULTANT shall briefly review each substitution at no additional cost to the CITY and provide the CITY’s Project Manager with a fee and time schedule for detailed review of each substitution. Time and cost for detailed review of substitutions shall be negotiated with Contractor on a case-by-case CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 19 110829 basis. Detailed review of each substitution cannot begin until authorized by the CITY’s Project Manager. Detailed review of substitutions is subject to the requirements of Additional Services when approved and authorized by the CITY’s Project Manager prior to beginning the detailed review. 1.5.15 Changes in the Work 1.5.15.1 Change Order Review and Negotiation: All changes to the Contract between the CITY and Contractor shall be only by change orders executed by the CITY. 1.5.15.2 CITY and its designee shall review the contents of all Contractor-requested changes to the contract time or price, endeavor to determine the cause of the request, and assemble and evaluate information concerning the request. CITY and its designee shall in its evaluations of the Contractor’s request consider the CONSULTANT’s comments regarding the proposed changes. 1.5.15.3 All proposed CONSULTANT and CITY -initiated changes shall first be described in detail by the CITY and its designee in a request for a proposal issued to the Contractor. The request shall be accompanied by drawings and specifications prepared by the CONSULTANT. In response to the request for a proposal, the Contractor shall submit to the CITY and its designee for evaluation detailed information concerning. The price and time adjustments, if any, as may be necessary to perform the proposed change order work. The CITY and its designee shall review the Contractor’s proposal, shall discuss the proposed change order with the Contractor, and endeavor to determine the Contractor’s basis for the price and time proposed to perform the work. All work by CONSULTANT related to CITY -initiated changes will be performed as Additional Services on a Time and Material Basis or mutually agreed lump sum. 1.5.15.4 The CITY and its designee shall negotiate change requests on behalf of the CITY. CITY and its designee shall prepare and issue to the Contractor appropriate change order documents, reviewed and signed by the CONSULTANT as required by contract. 1.5.16 Furniture, Custom Casework, Shelving and Signage 1.5.16.1 During the Construction Administration Phases the CONSULTANT shall provide the following services related to Furniture, Custom Casework and Signage: CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 20 110829 1.5.16.2 Staff area systems furniture will be specified in general terms showing layout, major components, and finishes. CONSULTANT shall specify that systems furniture vendor to provide detailed systems design and component selection. 1.5.16.3 CONSULTANT shall specify performance requirements for seismic bracing of cantilevered shelving with shelving vendor to provide engineering submittals. 1.5.16.4 If so requested by the CITY’s Project Manager or authorized designee, the CONSULTANT shall prepare up to a total of five different bid packages for furniture, custom casework, building signage and shelving. Each bid package will be suitable for a public bid process or negotiated purchase order by CITY or Library. 1.5.16.5 CONSULTANT shall provide up to two alternative design concepts for custom furniture and casework. 1.5.16.6 CONSULTANT shall prepare for the CITY’s review functional layout drawings of library service desks and custom casework for the Library and the Community Center. 1.5.16.7 CONSULTANT shall conduct up to eight interiors Project Management Team meetings to set direction on furniture and casework. 1.5.16.8 CONSULTANT shall lead up to one day-long furniture review meeting with the furniture committee. 1.5.16.9 CONSULTANT shall prepare a 90% Bid Documents submittal for CITY and Library review. 1.5.16.10 CONSULTANT shall prepare 100% Bid Documents. 1.5.16.11 CONSULTANT shall assist the CITY in reviewing bidder questions and provide written addenda as required for each bid package. 1.5.16.12 CONSULTANT shall be available for up to three days to advise on furniture and custom casework placement and punch list services. 1.5.16.13 CONSULTANT shall provide a sign location drawing and sign copy schedule for the site identification, exterior building signage, site wayfinding, and interior signage. 1.5.16.14 CONSULTANT shall provide a 60% and 95% Design Intent Signage Documents for the CITY’s review. And a 100% Bid Design Intent Signage Document. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 21 110829 1.5.16.15 CONSULTAN provide updated estimates of probable construction costs to the CITY at the 60% and 95% Design Intent submittals.. 1.5.16.16 CONSULTAN shall provide written responses to the CITY’s review comments. 1.5.16.17 CONSULTAN conduct up to two signage design review meetings with the CITY. 1.5.16.18 CONSULTANT shall attend a signage pre-installation meeting with the signage contractor. 1.6 TASK H1 MITCHELL PARK PROJECT RECORD DOCUMENTS AND PROJECT CLOSEOUT 1.6.1 Project Closeout, will begin with the commencement by CONSULTANT of the Punch List as mutually determined by CONSULTANT, CITY and CITY’s Construction Manager, and will end 90 calendar days from that date CONSULTANT shall complete all items over which the CONSULTANT has control indicated in the scope of Project Closeout within the 90 calendar day period. CONSULTANT Closeout Services after 90 days will be provided as an Additional Service on a Time & Materials basis. 1.6.2 CONSULTANT shall receive from the Contractor and forward to the CITY, for the CITY’s review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor. 1.6.3 CONSULTANT’s shall conduct “Punch List“inspection to check conformance of the Work with the requirements of the Contract Documents and to verify the accuracy and completeness of the list submitted by the Contractor of Work to be completed or corrected. 1.6.4 CONSULTANT shall complete and distribute the project punch list in a timely manner from the CITY’s request for inspection in either MSWord or Excel format. 1.6.5 CONSULTANT shall review the work to determine whether the punch list items have been completed and are in conformance with the Construction Documents 1.6.6 CONSULTANT’s shall conduct Final Completion observation with the CITY to check for general conformance of the Work with the requirements of the Contract Documents package and to verify the accuracy and completeness of the list submitted by the Contractor of Work to be completed or corrected. 1.6.7 CONSULTANT shall incorporate information provided by the Contractor and information gained during site visits throughout the Project construction, and prepare record drawings and specifications based on record field construction documents CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 22 110829 package. Prior to acceptance of the Project by the CITY. CONSULTANT shall review the contractor’s “as-built” drawings and specifications, and shall return them to contractor for revision if they are not complete, or otherwise known to not represent facts known to the CONSULTANT. Apart from reviewing Contractor’s as-built documents, CONSULTANT shall prepare and sign the CONSULTANT’s Record Drawings submit both a hard copy on Mylar and an electronic copy on Compact Disc (CD) to the CITY. 2.0 DOWNTOWN LIBRARY PROJECT 2.1 GENERAL 2.1.1 The CONSULTANT’s Basic Services for the renovated Downtown Library (“Downtown Library Project”) consist of five Tasks: Task D2 Design Development; Task E2 Construction Documents; Task F2 Bidding and Award, Task G2 Construction Administration and Task H2 Record Documents and Project Closeout. 2.1.2 The CONSULTANT’s Basic Services include the services of a civil engineer, structural engineer, mechanical engineer, electrical engineer/lighting designer, landscape architect, cost consultant, audio visual/acoustical engineer, and library programmer. 2.2 TASK D2: DOWNTOWN LIBRARY PROJECT DESIGN DEVELOPMENT 2.2.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Design Development phase and coordinate with the Project Manager or authorized designee, key departments, including but not limited to CITY’s Building, Public Works, and Engineering staff. 2.2.2 CONSULTANT shall prepare, refine and update project design schedule which identifies all major tasks, key milestones, key meetings, submittal dates and review periods for the CITY’s review and comment. CONSULTANT shall provide updated design schedule at the beginning of each project phase. 2.2.3 CONSULTANT shall prepare Design Development documents based on refinement and further development of the approved schematic design, including preliminary furniture layouts, built-in fixtures, and equipment selections. 2.2.4 CONSULTANT shall refine design development plans based on comments received from the CITY’s review of the 100% SD submittal. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 23 110829 2.2.5 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 100% Design Development submittal. 2.2.6 CONSULTANT shall meet with the CITY to review the estimate of probable construction cost and to confirm that the design is still within the CITY’s approved construction budget. Should the design not be within the budget, CONSULTANT shall revise the design as directed by the Project Manager or her authorized designee at no additional fee to bring the design within the approved budget. 2.2.7 CONSULTANT shall provide all other normal and customary services related to Design Development that the CONSULTANT, the Project Manager or her authorized designee finds necessary or that will lead toward the timely delivery of other phases of work in this Agreement. 2.2.8 Meetings 2.2.8.1 CONSULTANT shall attend and coordinate up to seven (7) PMT meetings, two (2) Technical-Library Meetings, two (2) Technical-Building Department meetings, one (1) Technical-Technology meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Downtown Library Project. 2.2.8.2 CONSULTANT shall coordinate meetings with reviewing agencies as required. 2.2.9 Deliverables 2.2.9.1 CONSULTANT shall submit a Design Development package at 100% completion of Design Development for review by the CITY. The Design Development package shall illustrate and describe the refinement of the design of the Downtown Library Project, establishing its scope, relationships, forms, size and appearance. 2.2.9.2 Site plans and floor plans for all major disciplines. 2.2.9.3 Preliminary furniture layout plan. 2.2.9.4 Preliminary finish, materials and equipment schedules. 2.2.9.5 Outline specifications shall identify the major materials and systems and shall establish their general quality levels. Specifications shall be consistent with the Construction CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 24 110829 Specifications Institute (CSI) format, the version of which shall be determined by CONSULTANT. 2.2.9.6 Engineering documents shall include single line diagrams describing structural, mechanical, plumbing, and electrical systems. 2.2.9.7 Principal interior and exterior elevations showing preliminary locations of all electrical and mechanical controls, telecommunications, security, as well as life- safety devices for coordination with furniture layout. 2.2.9.8 Estimates of probable construction cost associated with the 100% Design Development submittal. 2.2.9.9 Presentation materials for meetings. 2.3 TASK E2: DOWNTOWN LIBRARY PROJECT CONSTRUCTION DOCUMENTS 2.3.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Construction Documents phase. 2.3.2 Upon written notice to proceed by the CITY, CONSULTANT shall refine and further develop the approved Design Development package based upon the CITY’s comments and the constructability review comments on the 100% Design Development package. 2.3.3 CONSULTANT shall prepare and submit a 60% Construction Documents package to the CITY. 2.3.4 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 60% Construction Documents submittal. 2.3.5 CONSULTANT shall prepare and submit a 95% Construction Documents package, with CITY’s comments from the 60% package incorporated into the documents. 2.3.6 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 95% Construction Documents submittal. 2.3.7 CONSULTANT shall prepare a Construction Documents package for Building and Fire department plan check review and permitting. 2.3.8 CONSULTANT shall prepare the 100% Construction Documents CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 25 110829 package with final quality control comments from CITY’s Building and Fire department review incorporated. 2.3.9 CONSULTANT shall prepare a Project Manual that includes the Conditions of the Contract for Construction provided by the CITY, Technical Specifications, and bidding requirements and sample forms furnished by the CITY. 2.3.10 CONSULTANT shall provide, if necessary and as directed by the Project Manager or authorized designee, bid alternates up to a cumulative maximum amount of 5% of the estimate of probable construction cost. 2.3.11 One or more “independent checks” of the plans, specifications and bid documents may be performed by an independent party commissioned by the CITY prior to the 100% Construction Document submittal. CONSULTANT shall incorporate revisions or comments from these reviews, provided by the CITY in a single, compiled, and coordinated document, in the final bid documents, unless CONSULTANT deems them to be inappropriate or in error in which case, CONSULTANT shall communicate concern to the Project Manager or her authorized designee for consideration and further direction. These checks may include architectural peer reviews and/or constructability reviews. These independent checks are to be performed strictly for the benefit of the CITY, and they shall not relieve the CONSULTANT from its obligations under this Agreement. The CITY is not obligated to perform any independent check, and the CONSULTANT shall not rely upon it for any quality or quantitative check or review. 2.3.12 Meetings 2.3.12.1 CONSULTANT shall attend and coordinate twelve (12) PMT meetings, four (4) Technical-Library meetings, two (2) Technical-Building Department meetings, one (1) Technical-Technology meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Downtown Library Project. 2.3.12.2 Consultant shall attend other meetings as specified in Section 4.0, Participation. 2.3.13 Deliverables 2.3.13.1 60%, 95%, and 100% Construction Documents packages setting forth in detail the requirements for construction of the Downtown Library Project, including drawings and specifications that establish in detail the CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 26 110829 quality levels of required materials and systems. The Construction Documents package shall include drawings and technical specifications from all disciplines, executed to a level of detail appropriate for open public bidding. They shall include plans overlaying voice and data cabling with furniture layout as necessary, elevations reflecting relationships between furnishings and items affecting their placement. Site improvements shall include all details necessary to coordinate and properly locate utilities, driveways, roadways, at-grade parking, curbs and gutters, landscape, irrigation and hardscape design. The Construction Documents shall conform to the applicable California Building Code, Title 24, ADA, and all other applicable local, State and Federal codes, regulations, permit requirements, and conditions necessary for issuance of a building permit. 2.3.13.2 Project Manual 2.3.13.3 Detailed technical specifications that are coordinated with the plans and all the design disciplines. 2.3.13.4 Estimates of probable construction cost associated with the 60% and 95% Construction Documents submittals. 2.3.13.5 CONSULTANT shall submit one set of reproducible documents and one set of electronic digital documents at 60%, 95% and 100% completion of Construction Documents. CONSULTANT shall provide a full-sized original set, wet-stamped and signed, as required by the CITY, by all the appropriate licensed design disciplines. CONSULTANT shall also provide digital plot files directly to CITY’s printing company for printing bid sets. 2.4 TASK F2: DOWNTOWN LIBRARY PROJECT BIDDING AND AWARD 2.4.1 CONSULTANT shall prepare a full-sized original set(s), and provide a digital plot bid package for CITY’s use in printing, and shall make available to the CITY an electronic version of the Construction Documents. 2.4.2 CONSULTANT shall provide bid phase services, as requested by the CITY, through award of the Contract for Construction. Service include assistance with responses to bidders' inquiries; preparation of addenda; attendance at one (1) prequalification and (1) pre-bid meeting; and assistance in the CITY’s evaluation of bids. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 27 110829 2.4.3 In preparing estimates of the cost of the work, the CONSULTANT shall be permitted to include contingencies for design, bidding and price escalation; to determine what materials, equipment, component systems and types of construction are to be included in the Contract Documents; to make reasonable adjustments in the scope of the Project and to include in the Contract Documents alternate bids as may be necessary to adjust the estimated Cost of the Work to meet the CITY's budget for the Cost of the Work. If an increase in the Contract Sum occurring after execution of the Contract between the CITY and the Contractor causes the budget for the Cost of the Work to be exceeded, that budget shall be increased accordingly. 2.4.4 CONSULTANT will include in its estimate a contingency for bid/market conditions based on competitive bidding with a minimum of 3 bidders for all major items of subcontracted work and 3-5 general contractor bids. The CITY recognizes that the CONSULTANT has no control over competitive bidding or market conditions. If CITY anticipates less favorable bidding conditions or wishes to take a more conservative approach, CITY will cooperate with CONSULTANT to increase bid contingency and either reduce project scope or increase the project budget accordingly. 2.4.5 If bidding has not commenced within 90 days after CONSULTANT submits 95%Construction Documents to the CITY, CONSULTANT shall adjust at no additional cost to CITY, the estimate of probable construction cost to reflect changes in the general level of prices in the construction industry. Should the adjusted estimate of probable construction cost exceed the CITY approved construction budget at this point, any subsequent changes in the plans or value engineering services necessary to align the adjusted estimate of probable construction cost with the CITY approved construction budget shall be considered Additional Services as noted in EXHIBT C of this Agreement. 2.4.6 Deliverables: one (1) 100% reproducible (hard copy for Construction Document contract file) and digital plot set of Construction Documents “Conform” package revised with all addenda, CITY reviews and plan check, including Fire Department, ready for Award, and Construction. 2.5 TASK G2 DOWNTOWN LIBRARY PROJECT CONSTRUCTION ADMINISTRATION 2.5.1 The CONSULTANT’s responsibility to provide Basic Construction Administration Services for the Construction Phase under this Agreement commences with CITY's issuance of a Notice to Proceed CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 28 110829 with the Contract for Construction and will end 365 calendar days from that date or upon commencement by the CONSULTANT of the Substantial Completion Correction (“Punch”) list, as mutually agreed upon by CONSULTANT, the CITY’s Construction Manager and CITY, whichever comes first. If the punch list does not commence within 365 calendar days of the Notice to Proceed, any further time and effort spent on behalf of the project shall be an Additional Service provided on a time and materials basis. Consultant will not be obligated to provide any work beyond the 365 calendar days unless directed by CITY in writing. 2.5.2 The CONSULTANT shall be a representative of and shall advise and consult with the CITY during the provision of the Contract Administration Services. The CONSULTANT shall have authority to act on behalf of the CITY only to the extent provided in this Agreement unless otherwise modified by written amendment. 2.5.3 Duties, responsibilities and limitations of authority of the CONSULTANT under this phase shall not be restricted, modified or extended without written agreement of the CITY. 2.5.4 The CONSULTANT shall neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor’s rights and responsibilities under the Contract Documents. 2.5.5 The CONSULTANT shall not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. 2.5.6 Project Meetings and Site Visits 2.5.6.1 The CONSULTANT shall attend up to 52 site construction meetings. The CONSULTANT as a representative of the CITY, shall visit the site at intervals appropriate to the stage of the Contractor’s operations, or as otherwise agreed by the Project Manager or authorized designee and the CONSULTANT (1) to become generally familiar with and to keep the CITY informed about the progress and quality of the portion of the Work completed, (2) to endeavor to guard the CITY against defects and deficiencies in the Work, and (3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, the CONSULTANT shall not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 29 110829 2.5.6.2 The CONSULTANT shall report to the CITY known deviations from the Contract Documents. 2.5.6.3 The CONSULTANT shall at all times have access to the work within 24 hours wherever it is in preparation or progress. 2.5.6.4 The CONSULTANT shall have authority to reject Work that does not conform to the Contract Documents. Whenever the CONSULTANT considers it necessary or advisable, the CONSULTANT will have authority to require inspection or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of the CONSULTANT or a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the CONSULTANT to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 2.5.6.5 The CONSULTANT shall be responsible for scheduling the subconsultants visits to the site in coordination with and or as directed by the CITY. 2.5.7 On the basis of on-site observations as a CONSULTANT, and through information provided to the CONSULTANT by the CITY’s Project Manager, the CONSULTANT shall keep the CITY informed of the quality of the work. 2.5.8 Submittals: 2.5.8.1 The CONSULTANT will review Contractor’s submittals, including Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The CONSULTANT’s action shall be taken with such reasonable promptness so as to cause no delay in the work, while allowing sufficient time in the CONSULTANT’s judgment to permit adequate review unless otherwise agreed to. Submittals critical to work flow shall be responded to within a timely manner from receipt. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance equipment or systems designed by the Contractor, all of which remain the responsibility of the Contractor to the extent required by the Contract Documents. The CONSULTANT’s review shall not constitute review of safety precautions or, unless otherwise specifically stated by the CONSULTANT, of construction means, methods, techniques, sequences or procedures. The CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 30 110829 CONSULTANT’s review of specific items shall not indicate approval of an assembly of which the item is a component. When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the CONSULTANT shall be entitled to rely upon such certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. 2.5.8.2 The CONSULTANT shall maintain copies of submittals supplied by the Contractor in accordance with the requirements of the Contract Documents. Reviewed submittals shall be stamped with appropriate action to be taken with notes and comments initialed and dated. 2.5.8.3 If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the CONSULTANT shall specify appropriate performance and design criteria that such services must satisfy. Shop Drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor shall bear such professional’s written approval when submitted to the CONSULTANT. The CONSULTANT shall be entitled to rely upon the adequacy, accuracy and completeness of the services; certifications or approvals performed by such design professionals. 2.5.9 Request for Information (RFI) & Architectural Supplement Information (ASI) 2.5.9.1 The CONSULTANT shall review properly prepared, timely requests by the Contractor for for information (RFI) about the Contract Documents. A properly prepared RFI about the Contract Documents shall be in a form prepared or approved by the CONSULTANT and shall include a detailed written statement that indicates the specific Drawings or Specifications in need of clarification and the nature of the clarification requested. 2.5.9.2 If deemed appropriate by the CONSULTANT or if directed by the Project Manager or her authorized designee, the CONSULTANT shall on the CITY’s behalf prepare, reproduce and distribute supplemental Drawings and Specifications (Architectural Supplemental Information (ASI)) in response to RFI by the Contractor or because of a need determined by CONSULTANT to achieve the intent of the Contract Documents.. 2.5.9.3 Interpretations and decisions of the CONSULTANT shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 31 110829 of drawings. When making such interpretations and initial decisions, the CONSULTANT shall endeavor to secure faithful performance by both CITY and Contractor, shall not show partiality to either, and shall not be liable for the results of interpretations or decisions so rendered in good faith. 2.5.9.4 The CONSULTANT’s action shall be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the CITY, Contractor or separate contractors, while allowing sufficient time in the CONSULTANT s professional judgment to permit adequate review. RFI’s critical to workflow shall be responded to within a timely manner from receipt. 2.5.10 CONSULTANT shall review for compliance, any items submitted by the Contractor for consistency with the contract documents, including but not limited to submittals, O&M Manuals, written guarantees, instruction books, diagrams and charts, etc,. 2.5.11 Review and recommend approval or rejection of substitutions for conformance with the project design concept and for compliance with Contract Documents. CONSULTANT shall briefly review each substitution at no additional cost to the CITY and provide the CITY’s Project Manager with a fee and time schedule for detailed review of each substitution. Time and cost for detailed review of substitutions shall be negotiated with Contractor on a case-by-case basis. Detailed review of each substitution cannot begin until authorized by the CITY’s Project Manager. Detailed review of substitutions is subject to the requirements of Additional Services when approved and authorized by the CITY’s Project Manager prior to beginning the detailed review. 2.5.12 Changes in the Work 2.5.12.1 Change Order Review and Negotiation: All changes to the Contract between the CITY and Contractor shall be only by change orders executed by the CITY. 2.5.12.2 CITY and its designee shall review the contents of all Contractor-requested changes to the contract time or price, endeavor to determine the cause of the request, and assemble and evaluate information concerning the request CITY and its designee shall in its evaluations of the Contractor’s request consider the CONSULTANT’s comments regarding the proposed changes. 2.5.12.3 All proposed CONSULTANT and CITY -initiated changes shall first be described in detail by the CITY and its designee in a request for a proposal issued to the Contractor. The request shall be accompanied by drawings CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 32 110829 and specifications prepared by the CONSULTANT. In response to the request for a proposal, the Contractor shall submit to the CITY and its designee for evaluation detailed information concerning. The price and time adjustments, if any, as may be necessary to perform the proposed change order work. The CITY and its designee shall review the Contractor’s proposal, shall discuss the proposed change order with the Contractor, and endeavor to determine the Contractor’s basis for the price and time proposed to perform the work. All work by CONSULTANT related to CITY -initiated changes will be performed as Additional Services on a Time and Material Basis or mutually agreed lump sum. CITY and its designee shall negotiate change requests on behalf of the CITY. CITY and its designee shall prepare and issue to the Contractor appropriate change order documents, reviewed and signed by the CONSULTANT as required by contract. 2.6 TASK G2.1 DOWNTOWN LIBRARY LEED DESIGN AND DOCUMENTATION 2.6.1 The CONSULTANT shall prepare and submit LEED documentation for the Downtown Library for certification purposes based on the LEED Commercial Interiors 2009 for LEED certified level. The work includes preparing and submitting all required design submittal documentation for the LEED credits as identified on the LEED Matrix fated February 2010. 2.6.2 The CONSULTANT shall provide fundamental commissioning services during the design phase construction phases of the project. 2.6.3 The CONSULTANT shall provide design intent information and clarifications to the Contractor during the construction phase of the project. 2.6.4 The CONSULTANT shall provide Construction Administration services which include review of Contractor-provided LEED submittals required for the Construction submittal by the Contractor. 2.7 TASK G2.2 DOWNTOWN STANDARD LIBRARY AND OFFICE FURNITURE 2.7.1 During the Construction Administration Phases the CONSULTANT shall provide the following services related to Standard Library and Office Furniture: 2.7.2 Building Staff area systems furniture will be specified in general terms showing layout, major components, and finishes. CONSULTANT shall specify that systems furniture vendor to provide detailed systems design and component selection. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 33 110829 2.7.3 CONSULTANT shall specify performance requirements for seismic bracing of cantilevered shelving with shelving vendor to provide engineering submittals. 2.7.4 If so requested by the CITY’s Project Manager or authorized designee, the CONSULTANT shall prepare up to a total of five different specification packages for furniture. Each package will be suitable for a negotiated purchase order by CITY or Library. 2.7.5 The CONSULTANT shall provide up to two alternative design concepts for standard furniture. 2.7.6 The CONSULTANT shall conduct up to four furniture meetings to set direction on furniture, casework and signage. 2.7.7 The CONSULTANT shall lead up to one day-long furniture review with the furniture committee. 2.7.8 The CONSULTANT shall prepare a 90% Specification Documents submittal for CITY and Library review. 2.7.9 The CONSULTANT shall prepare 100% Specification Documents. 2.7.10 The CONSULTANT shall assist the CITY in reviewing bidder questions and provide written addendum as required for each bid package. 2.7.11 The CONSULTANT shall be available for up to two days to advise on furniture and punch list services. 2.8 TASK H2 DOWNTOWN LIBRARY PROJECT RECORD DOCUMENTS AND PROJECT CLOSEOUT 2.8.1 Project Closeout, will begin with the commencement by CONSULTANT of the Punch list as mutually determined by CONSULTANT, CITY and CITY’s Construction Manager, and will end 60 calendar days from that date CONSULTANT shall complete all items over which the CONSULTANT has control indicated in the scope of Project Closeout within the 60 calendar day period. CONSULTANT Closeout Services after 60 days will be provided as an Additional Service on a Time & Materials basis. 2.8.2 The CONSULTANT shall receive from the Contractor and forward to the CITY, for the CITY’s review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor. 2.8.3 The CONSULTANT’s shall conduct “Punch List” inspection to check conformance of the Work with the requirements of the Contract Documents and to verify the accuracy and completeness of the list CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 34 110829 submitted by the Contractor of Work to be completed or corrected. 2.8.4 The CONSULTANT shall complete and distribute the project punch list in a timely manner from the CITY’s request for inspection in either MSWord or Excel format. 2.8.5 CONSULTANT shall review the work to determine whether the punch list items have been completed and are in conformance with the Construction Documents 2.8.6 CONSULTANT’s shall conduct Final Completion observation with the CITY to check for general conformance of the Work with the requirements of the Contract Documents package and to verify the accuracy and completeness of the list submitted by the Contractor of Work to be completed or corrected. 2.8.7 The CONSULTANT shall incorporate information provided by the Contractor and information gained during site visits throughout the Project construction, and prepare record drawings and specifications based on record field construction documents package. Prior to acceptance of the Project by the CITY. CONSULTANT shall review the contractor’s “as-built” drawings and specifications, and shall return them to contractor for revision if they are not complete, or otherwise known to not represent facts known to the CONSULTANT. Apart from reviewing Contractor’s as-builts documents, CONSULTANT shall prepare and sign the CONSULTANT’s Record Drawings submit both a hard copy on Mylar and an electronic copy on Compact Disc (CD) to the CITY. 3.0 TEMPORARY MITCHELL PARK LIBRARY PROJECT 3.1 GENERAL 3.1.1 The CONSULTANT’s Basic Services for Temporary Library Facilities (“Temporary Library Facilities Project”) consist of one Task: Temporary Library Facilities Project Design. 3.1.2 The CONSULTANT’s Basic Services for the Temporary Library Facilities Project include the services of a, mechanical engineer, electrical engineer/lighting designer, landscape architect, cost estimator and library programmer. 3.2 TASK D3: TEMPORARY MITCHELL PARK LIBRARY FACILITIES PROJECT DESIGN 3.2.1 The CONSULTANT shall develop conceptual design floor plans, with input from the CITY. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 35 110829 3.2.2 The CONSULTANT shall: 3.2.3 Develop a comprehensive building program for temporary library and community center services in the range of 8,000 to 10,000 total square feet spread between different locations yet to be determined by the CITY, Program size is based on the anticipated use of existing CITY facilities as temporary library and community center facilities during the renovation of the Downtown Library and the construction of the Mitchell Park Library. 3.2.4 Provide dimensions and notes to describe the scale and principal features of the interior of the temporary facilities on the conceptual floor plans. The conceptual floor plans will show the desired location and approximate size of the new or relocated windows and doors. 3.3 TASK E3: TEMPORARY MITCHELL PARK LIBRARY FACILITIES CONSTRUCTION DOCUMENTS 3.3.1 The CONSULTANT shall develop construction documents for the temporary library and technical services with input from the CITY. 3.3.2 The CONSULTANT shall: 3.3.2.1 Recommend finishes for the CITY’s approval. 3.3.2.2 Prepare drawings and other documents describing signage and graphics for the new temporary library 3.3.2.3 Prepare technical specifications for the architectural portions of the Temporary Library Facilities Project. 3.3.2.4 Review CITY-provided schedule of existing furniture indicating which furniture is to be reused for the Project and assist the CITY in the selection and specification of new furniture. Prepare a drawing showing the new furniture locations. 3.3.2.5 The CONSULTANT will provide drawings and other project documents to describe the scope of the project in sufficient detail for the CITY to publicly bid the Temporary Library Facilities Project. 3.3.2.6 Deliverables: Contract Document drawings, building program and other project documents to describe the scope of the project for the CITY coordinate and repurpose existing facilities for temporary library, to move existing CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 36 110829 furniture and purchase new furniture; updated project budget. 3.3.2.7 Meetings included in this phase (may be shared with other phases and/or meetings): two (2) Technical meetings; three (3) PMT meetings. 3.4 TASK F3: TEMPORARY MITCHELL PARK LIBRARY PROJECT BIDDING AND AWARD 3.4.1 CONSULTANT shall prepare a full-sized original set(s), and provide a digital plot bid package for CITY’s use in printing, and shall make available to the CITY an electronic version of the Construction Documents. 3.4.2 CONSULTANT shall provide bid phase services, as requested by the CITY, through award of the Contract for Construction. Service include assistance with responses to bidders' inquiries; preparation of addenda; attendance at one (1) prequalification and (1) pre-bid meeting; and assistance in the CITY’s evaluation of bids. 3.4.3 In preparing estimates of the cost of the work, the CONSULTANT shall be permitted to include contingencies for design, bidding and price escalation; to determine what materials, equipment, component systems and types of construction are to be included in the Contract Documents; to make reasonable adjustments in the scope of the Project and to include in the Contract Documents alternate bids as may be necessary to adjust the estimated Cost of the Work to meet the CITY's budget for the Cost of the Work. If an increase in the Contract Sum occurring after execution of the Contract between the CITY and the Contractor causes the budget for the Cost of the Work to be exceeded, that budget shall be increased accordingly. 3.4.4 CONSULTANT will include in its estimate a contingency for bid/market conditions based on competitive bidding with a minimum of 3 bidders for all major items of subcontracted work and 3-5 general contractor bids. The CITY recognizes that the CONSULTANT has no control over competitive bidding or market conditions. If CITY anticipates less favorable bidding conditions or wishes to take a more conservative approach, CITY will cooperate with CONSULTANT to increase bid contingency and either reduce project scope or increase the project budget accordingly. 3.4.5 If bidding has not commenced within 90 days after CONSULTANT submits 95%Construction Documents to the CITY, CONSULTANT shall adjust at no additional cost to CITY, the estimate of probable construction cost to reflect changes in the general level of prices in CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 37 110829 the construction industry. Should the adjusted estimate of probable construction cost exceed the CITY approved construction budget at this point, any subsequent changes in the plans or value engineering services necessary to align the adjusted estimate of probable construction cost with the CITY approved construction budget shall be considered Additional Services as noted in EXHIBT C of this Agreement. 3.4.6 Deliverables: one (1) 100% reproducible (hard copy of Construction Document contract file for Bidding), digital plot set, and all project addenda. 3.5 TASK G3: TEMPORARY MITCHELL PARK LIBRARY PROJECT CONSTRUCTION ADMINISTRATION 3.5.1 The Consultant’s responsibility to provide Basic Services for the Construction Phase under this Agreement commences with CITY's award of a general contract for the construction of the Project and terminates 90 calendar days later or on the original date of Substantial Completion of the Work, whichever comes first. 3.5.2 The CONSULTANT shall revise Bid Documents for issuance as Conform Set Contract Documents that incorporate addenda, and clarifications. 3.5.3 The CONSULTANT shall attend the pre-construction conference. 3.5.4 The CONSULTANT may visit the site approximately once every two weeks or at intervals appropriate to the stage of construction or as otherwise agreed by the CITY and CONSULTANT to attend Project meetings and to become generally familiar with the progress and quality of the work completed and to determine, in general, if the work is being performed in a manner indicating that the work when completed will be in accordance with the Contract Documents. However, the CONSULTANT shall not be required to make exhaustive continuous on-site inspections to check the quality or quantity of the work. 3.5.5 On the basis of on-site observations as a CONSULTANT, and through information provided to the CONSULTANT by the CITY’s Project Manager, the CONSULTANT shall keep the CITY informed of the progress and quality of the work. 3.5.6 The CONSULTANT will review Contractor’s submittals, including Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 38 110829 design concept expressed in the Contract Documents. The CONSULTANT’s action shall be taken with such reasonable promptness so as to cause no delay in the work, while allowing sufficient time in the CONSULTANT’s judgment to permit adequate review unless otherwise agreed to. The CONSULTANT will be allowed a maximum of 14 calendar days in most cases except for large submittals per review, exclusive of substitution. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance equipment or systems designed by the Contractor, all of which remain the responsibility of the Contractor to the extent required by the Contract Documents. The CONSULTANT’s review shall not constitute review of safety precautions or, unless otherwise specifically stated by the CONSULTANT, of construction means, methods, techniques, sequences or procedures. The CONSULTANT’s review of specific items shall not indicated approval of an assembly of which the item is a component. When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the CONSULTANT shall be entitled to rely upon such certification to establish that the materials, systems or equipment will meet the performance criteria required by the Contract Documents. 3.5.7 The CONSULTANT will respond to Contractor’s Requests For Information (RFI). Interpretations and decisions of the CONSULTANT shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings. When making such interpretations and initial decisions, the CONSULTANT shall secure faithful performance by both CITY and Contractor, shall not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. CONSULTANT will be allowed a maximum of 14 calendar days in most cases except for large RFI per request for responses. 3.5.8 CONSULTANT shall review for compliance, any items submitted by the Contractor for consistency with the contract documents, including but not limited to submittals, O&M Manuals, written guarantees, instruction books, diagrams and charts, etc, within fourteen (14) calendar days of receipt. 3.5.9 Review and recommend approval or rejection of substitutions for conformance with the project design concept and for compliance with Contract Documents. CONSULTANT shall briefly review each substitution at no additional cost to the CITY and provide the CITY’s Project Manager with a fee and time schedule for detailed review of CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 39 110829 each substitution. Time and cost for detailed review of substitutions shall be negotiated with Contractor on a case-by-case basis. Detailed review of each substitution cannot begin until authorized by the CITY’s Project Manager. Detailed review of substitutions is subject to the requirements of Additional Services when approved and authorized by the CITY’s Project Manager prior to beginning the detailed review. 3.5.10 The CONSULTANT will not have control over or charge of and will not be responsible for construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the work, since these are solely the Contractor’s responsibility under the Contract for Construction. The CONSULTANT will not be responsible for the Contractor’s schedules or failure to carry out the work in accordance with the Contract Documents. The CONSULTANT will not have control over or charge of acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the work. The CONSULTANT will at all times have access to the work wherever it is in preparation or progress. Duties, responsibilities and limitation of authority of the CONSULTANT shall not be restricted, modified or extended without written agreement of the CITY and CONSULTANT. 4 MAIN LIBRARY PROJECT 4.1 GENERAL 4.1.1 CONSULTANT’s Basic Services for the Renovation and Addition to the Main Library (“Main library Project”) consist of three Tasks: Task D4 Design Development; Task E4 Construction Documents; and Task F4 Bidding and Award. 4.1.2 CONSULTANT’s Basic Services include the services of a civil engineer, structural engineer, mechanical engineer, electrical engineer/lighting designer, landscape architect, cost consultant, audio visual/acoustical engineer, energy analysis engineer, commissioning agent, historical architect and library programmer. 4.1.3 The CITY intends that the Main library Project shall be designed to meet the standards for LEED Certified or higher rating by the USGBC. 4.1.3.1 CONSULTANT shall design the Main Library Project to meet the requirements for LEED V2009 certification at the Certified or higher CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 40 110829 level. 4.1.3.2 CONSULTANT shall provide LEED project management services needed for the CITY to obtain LEED certification of the Main Library Project, develop specifications consistent with LEED and the CITY’s policies, and provide the templates, documentation, calculations, and energy modeling studies necessary to obtain LEED certification. 4.1.3.3 CONSULTANT shall include a LEED accredited professional on the design team to support Project Sustainable Building/ Green Building design criteria as required to achieve LEED certification. 4.1.3.4 CONSULTANT shall include in the construction documents appropriate provisions requiring the contractor to meet the requirements for CITY’s submittal to USGBC for LEED Certified or higher level of certification. 4.2 TASK D4: MAIN LIBRARY PROJECT DESIGN DEVELOPMENT 4.2.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Design Development phase and coordinate with the Project Manager or authorized designee, key departments, including but not limited to CITY’s Building, Public Works, and Engineering staff. 4.2.2 CONSULTANT shall prepare, refine and update project design schedule which identifies all major tasks, key milestones, key meetings, submittal dates and review periods for the CITY’s review and comment. CONSULTANT shall provide updated design schedule at the beginning of each project phase. 4.2.3 CONSULTANT shall prepare Design Development documents based on refinement and further development of the approved schematic design, including preliminary furniture layouts, built-in fixtures, and equipment selections. 4.2.4 CONSULTANT shall refine design development plans based on comments received from the CITY’s review of the 100% SD and 50% DD submittal. 4.2.5 CONSULTANT shall prepare estimates of probable construction cost for review by CITY in association with the 50% and the 100% Design Development submittals. 4.2.6 CONSULTANT shall have the Main Library Project’s LEED commissioning agent review the design, back-check review comments, and develop a CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 41 110829 commissioning plan, specifications, and checklists. 4.2.7 CONSULTANT shall meet with the CITY to review the estimate of probable construction cost and to confirm that the design is still within the CITY’s approved construction budget. Should the design not be within the budget, CONSULTANT shall revise the design as directed by the Project Manager or her authorized designee at no additional fee to bring the design within the approved budget. 4.2.8 CONSULTANT shall provide all other normal and customary services related to Design Development that the CONSULTANT, the Project Manager or her authorized designee finds necessary or that will lead toward the timely delivery of other phases of work in this Agreement. 4.2.9 Meetings 4.2.9.1 CONSULTANT shall attend and coordinate up to five (5) PMT meetings, two (2) Technical-Planning meetings, two (2) Technical- Library Meetings, two (2) Technical Building Department meetings, two (2) Artist Coordination meetings, one (1) Technical-Technology meeting, one (1) Technical-Traffic meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Main Library Project. 4.2.9.2 CONSULTANT shall attend and coordinate meetings with reviewing agencies as required. 4.2.9.3 CONSULTANT shall attend up to two meetings with the Palo Alto Arts Commission and/or other public art committee for coordination of an arts program. 4.2.10 Deliverables 4.2.10.1 CONSULTANT shall submit document packages at the 50% and 100% completion of Design Development for review by the CITY. Design Development packages shall illustrate and describe the refinement of the design of the Mitchell Park Project, establishing its scope, relationships, forms, size and appearance. 4.2.10.2 Site plans and floor plans for all major disciplines. 4.2.10.3 Preliminary furniture layout plan. 4.2.10.4 Preliminary finish, materials and equipment schedules. 4.2.10.5 Outline specifications shall identify the major materials and CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 42 110829 systems and shall establish their general quality levels. Specifications shall be consistent with the Construction Specifications Institute (CSI) format, the version of which shall be determined by CONSULTANT. 4.2.10.6 Engineering documents shall include single line diagrams describing structural, mechanical, plumbing, and electrical systems. 4.2.10.7 Principal interior and exterior elevations showing preliminary locations of all electrical and mechanical controls, telecommunications, security, as well as life-safety devices for coordination with furniture layout. 4.2.10.8 Estimates of probable construction cost associated with the 50% and 100% Design Development submittals. 4.3 TASK E4: MAIN LIBRARY PROJECT CONSTRUCTION DOCUMENTS 4.3.1 CONSULTANT shall coordinate and manage its subconsultants throughout the Construction Documents phase. 4.3.2 Upon written notice to proceed by the CITY, CONSULTANT shall refine and further develop the approved Design Development package based upon the CITY’s comments and the constructability review comments on the 100% Design Development package. 4.3.3 CONSULTANT shall prepare and submit a 60% Construction Documents package to the CITY. 4.3.4 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 60% Construction Documents submittal. 4.3.5 CONSULTANT shall prepare and submit a 95% Construction Documents package, with CITY’s comments from the 60% package incorporated into the documents. 4.3.6 CONSULTANT shall prepare an estimate of probable construction cost for review by CITY in association with the 95% Construction Documents submittal. 4.3.7 CONSULTANT shall prepare a Construction Documents package for Building and Fire department plan check review and permitting. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 43 110829 4.3.8 CONSULTANT shall prepare the 100% Construction Documents package with final quality control comments from CITY’s Building and Fire department review incorporated. 4.3.9 The CONSULTANT shall prepare a Project Manual that includes the Conditions of the Contract for Construction provided by the CITY, Technical Specifications, and bidding requirements and sample forms furnished by the CITY. 4.3.10 CONSULTANT shall maintain the LEED matrix and design documentation. 4.3.11 LEED Fundamental and Enhanced Commissioning: CONSULTANT shall have the project’s commissioning agent review the design and back-check their review comments, develop a commissioning plan, commissioning specification, and commissioning checklists. 4.3.12 CONSULTANT shall provide, if necessary and as directed by the Project Manager or authorized designee, bid alternates up to a cumulative maximum amount of 1% of the estimate of probable construction cost. 4.3.13 One or more “independent checks” of the plans, specifications and bid documents may be performed by an independent party commissioned by the CITY prior to the 100% Construction Document submittal. CONSULTANT shall incorporate revisions or comments from these reviews, provided by the CITY in a single, compiled, and coordinated document, in the final bid documents, unless CONSULTANT deems them to be inappropriate or in error in which case, CONSULTANT shall communicate concern to the Project Manager or her authorized designee for consideration and further direction. These checks may include architectural peer reviews and/or constructability reviews. These independent checks are to be performed strictly for the benefit of the CITY, and they shall not relieve the CONSULTANT from its obligations under this Agreement. The CITY is not obligated to perform any independent check, and the CONSULTANT shall not rely upon it for any quality or quantitative check or review. 4.3.14 Meetings 4.3.14.1 CONSULTANT shall attend and coordinate eight (8) PMT meetings, two (2) artist coordination meetings, two (2) Technical- Planning meetings, four (4) Technical-Library meetings, three Technical-Building Department meetings, one (1) Technical- Technology meeting, one (1) Technical-Traffic meeting, one (1) Integrated Design Workshop, and other technical meetings as reasonably required for the Main Library Project. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 44 110829 4.3.14.2 CONSULTANT shall attend two (2) meetings with the Arts Commission and/or Public Art committee for coordination of the arts program in the construction documents. 4.3.14.3 CONSULTANT shall attend up to seven public meetings related to the integration of the Main Library and the Art Center. 4.3.15 Deliverables 4.3.15.1 60%, 95%, and 100% Construction Documents packages setting forth in detail the requirements for construction of the Main Library Park Project, including drawings and specifications that establish in detail the quality levels of required materials and systems. The Construction Documents package shall include drawings and technical specifications from all disciplines, executed to a level of detail appropriate for open public bidding. They shall include plans overlaying voice and data cabling with furniture layout as necessary, elevations reflecting relationships between furnishings and items affecting their placement. Site improvements shall include all details necessary to coordinate and properly locate utilities, driveways, roadways, at-grade parking, curbs and gutters, landscape, irrigation and hardscape design. The Construction Documents shall conform to the applicable California Building Code, Title 24, ADA, and all other applicable local, State and Federal codes, regulations, permit requirements, and conditions necessary for issuance of a building permit. 4.3.15.2 Project Manual 4.3.15.3 Detailed technical specifications that are coordinated with the plans and all the design disciplines. 4.3.15.4 Estimates of probable construction cost associated with the 60% and 95% Construction Documents submittals. 4.3.15.5 The CONSULTANT shall submit one set of reproducible documents and one set of electronic digital documents at 60%, 95% and 100% completion of Construction Documents. CONSULTANT shall provide a full-sized original set, wet-stamped and signed, as required by the CITY, by all the appropriate licensed design disciplines. CONSULTANT shall also provide digital plot files directly to CITY’s printing company for printing bid sets. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 45 110829 4.4 TASK F4 MAIN LIBRARY PROJECT BIDDING AND AWARD 4.4.1 CONSULTANT shall assist CITY during bid solicitation process. 4.4.2 CONSULTANT shall prepare a full-sized original set(s), and provide a digital plot bid package for CITY’s use in printing, and shall make available to the CITY an electronic version of the Construction Documents. 4.4.3 CONSULTANT shall provide bid phase services, as requested by the CITY, through award of the Contract for Construction. Service include assistance with responses to bidders' inquiries; preparation of addenda; attendance at one (1) prequalification and (1) pre-bid meeting; and assistance in the CITY’s evaluation of bids. 4.4.4 In preparing estimates of the cost of the work, the CONSULTANT shall be permitted to include contingencies for design, bidding and price escalation; to determine what materials, equipment, component systems and types of construction are to be included in the Contract Documents; to make reasonable adjustments in the scope of the Project and to include in the Contract Documents alternate bids as may be necessary to adjust the estimated Cost of the Work to meet the CITY's budget for the Cost of the Work. If an increase in the Contract Sum occurring after execution of the Contract between the CITY and the Contractor causes the budget for the Cost of the Work to be exceeded, that budget shall be increased accordingly. 4.4.5 CONSULTANT will include in its estimate a contingency for bid/market conditions based on competitive bidding with a minimum of 3 bidders for all major items of subcontracted work and 3-5 general contractor bids. The CITY recognizes that the CONSULTANT has no control over competitive bidding or market conditions. If CITY anticipates less favorable bidding conditions or wishes to take a more conservative approach, CITY will cooperate with CONSULTANT to increase bid contingency and either reduce project scope or increase the project budget accordingly. 4.4.6 If bidding has not commenced within 90 days after CONSULTANT submits 95%Construction Documents to the CITY, CONSULTANT shall adjust at no additional cost to CITY, the estimate of probable construction cost to reflect changes in the general level of prices in the construction industry. Should the adjusted estimate of probable construction cost exceed the CITY approved construction budget at this point, any subsequent changes in the plans or value engineering services necessary to align the adjusted estimate of probable construction cost with the CITY approved construction budget shall be considered Additional Services as noted in EXHIBT C of this Agreement. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 46 110829 4.4.7 Deliverables: one reproducible (hard copy for Construction Document contract file) and digital plot set of Construction Documents “Conform” package revised with all addenda, CITY reviews and plan check comments, including Fire Department, incorporated and ready for Award, and Construction. 5 TEMPORARY MAIN LIBRARY PROJECT 5.1 GENERAL 5.1.1 CONSULTANT’s Basic Services for Temporary Main Library (“Temporary Main Library Project”) consist of three tasks: Task A5 Temporary Main Library Site Analysis Phase, Task C5 Temporary Main Library Design Phase, and Task E5 Temporary Main Library Construction Documents Phase. 5.1.2 CONSULTANT’s Basic Services for the Temporary Main Library Project include the services of a mechanical engineer, electrical engineer/lighting designer, cost estimator and library programmer. 5.2 TASK A5: TEMPORARY MAIN LIBRARY SITE ANALYSIS PHASE 5.2.1 CONSULTANT shall review and analyze potential sites and existing buildings for the appropriateness of being a Temporary Main Library. The potential sites and buildings shall be identified by the CITY and provided to the CONSULTANT. 5.2.2 CONSULTANT shall review the potential sites and buildings for the following criteria; site capacity, community access, code compliance, building capacity, and availability. 5.2.3 The CONSULTANT shall develop up to two preliminary building programs for the Temporary Main Library to be used in conjunction with the site analysis the programs shall range in size from 10,000 square feet to 15,000 square feet. 5.2.4 CONSULTANT shall develop preliminary project budgets for up to three sites. 5.2.5 CITY and the CONSULTANT shall review the potential sites and analyze them based on the established criteria; a preferred option will be selected. 5.3 TASK C5: TEMPORARY MAIN LIBRARY PRELIMINARY DESIGN PHASE 5.3.1 CONSULTANT shall develop Preliminary Design Documents for the CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 47 110829 preferred site option for the Temporary Main Library. 5.3.2 CONSULTANT shall coordinate and manage its subconsultants throughout the Preliminary Design phase and coordinate with the Project Manager or authorized designee, key departments, including but not limited to CITY’s Planning, Building, Public Works, and Engineering staff. 5.3.3 CONSULTANT shall prepare, refine and update project design schedule which identifies all major tasks, key milestones, key meetings, submittal dates and review periods for the CITY’s review and comment. 5.3.4 CONSULTANT shall prepare Preliminary Design documents based on refinement and further development of the site option including site plans, building plans, furniture and shelving layouts, and electrical, lighting and mechanical plans. 5.3.5 CONSULTANT shall refine design plans based on comments received from the CITY’s review of the Preliminary Design Documents. 5.3.6 CONSULTANT shall prepare estimates of probable construction cost for review by CITY in association with Preliminary Design submittals. 5.3.7 CONSULTANT shall meet with the CITY to review the estimate of probable construction cost. 5.3.8 Based on the approved Preliminary Design Documents the CONSULTANT shall finalize the building program for the Temporary Main Library Project in the range of 10,000 to 15,000 total square feet. 5.3.8.1 Provide dimensions and notes to describe the scale and principal features of the interior of the temporary facilities on the floor plans. The floor plans will show the desired location and approximate size of the new or relocated windows and doors. 5.4 TASK E5: TEMPORARY MAIN LIBRARY CONSTRUCTION DOCUMENTS, BIDDING AND AWARDPHASES 5.4.1 CONSULTANT shall provide the required documentation, drawings and specifications for Construction Documents through the end of the Bid Phase. 5.4.2 CONSULTANT is adding the following sub-consultant who will oversee and execute the majority of work of this section of the Scope of Work: 5.4.2.1 Mark Cavagnero Associates (MCA), Architecture. MCA will contract directly with the following sub-sub-consultants: 5.4.2.1.1 Gayner Engineers, Mechanical, Electrical and Plumbing Engineering. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 48 110829 5.4.2.1.2 Siverman & Light, Lighting Design & Energy Documentation. 5.4.2.1.3 Stansen Specifications, Technical Specifications. 5.4.3 CONSULTANT will assist with coordination through consultation with the Library in the selection and placement of furniture and equipment. 5.4.4 Based on the Preliminary Design Documents, , CONSULTANT shall complete the documentation of Architectural interior finishes, including all floor, wall and ceiling finishes, including trim, to a minimum level appropriate to a temporary library facility to be in use approximately 2-years. 5.4.5 CONSULTANT shall provide documentation for power circuits and outlets, data cabling, connections and jacks, and lighting to provide functionality to the conceptual design 5.4.6 CONSULTANT shall provide documents to Library representative(s) to keep them informed, but CONSULTANT shall consult with and coordinate finishes, power, data and lighting with the Palo Alto Arts Center staff. 5.4.7 CONSULTANT shall coordinate elements that are being incorporated into the facility for the temporary library keeping in mind the long term need and use of the facility by the Art Center on a permanent basis. 5.4.8 CONSULTANT shall plan and detail all Library specific improvements that will need to be removed at the end of the temporary use of the space as a library in a manner such that selective demolition, removal and patching can reasonably be accomplished to allow the space to be returned to use by the Art Center. 5.4.9 All work shall be done to meet current requirements of the Americans with Disabilities Act (ADA) as it applies to the use of the facility as a temporary library. 5.4.10 Meetings included in this phase (may be shared with other phases and/or meetings): two (2) Technical meetings; three (3) PMT meetings. 5.4.11 CONSULTANT shall prepare full-sized original drawings of the Temporary Main Library spaces to be incorporated into the Art Center Renovation Project Construction Documents, and provide as a part of the Art Center Renovation Project Construction Documents a digital plot bid package for CITY’s use in printing, and shall make available to the CITY an electronic version of the Construction Documents. 5.4.12 CONSULTANT shall provide bid phase services for the Temporary Main Library as part of the Art Center Renovation Project, as requested by the CITY, through award of the Contract for Construction. Service include CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 49 110829 assistance with responses to bidders' inquiries; preparation of addenda; attendance at one (1) prequalification and (1) pre-bid meeting; and assistance in the CITY’s evaluation of bids. 5.4.13 Deliverables: one (1) 100% reproducible (hard copy of Temporary Main Library Construction Document contract file as a portion of the Art Center Renovation Project Construction Document contract file for Bidding), digital plot set, and all project addenda. 6 PARTICIPATION 6.1 CONSULTANT shall at the CITY’s direction make presentation(s) to the CITY’s Commissions or Boards. 6.2 CONSULTANT shall at the CITY’s direction make presentations to the CITY Council. 6.3 CONSULTANT shall at the CITY’s direction conduct public meeting(s). III. SUPPLEMENTAL AND OPTIONAL ADDITIONAL SERVICES 1.0 SUPPLEMENTAL SERVICES The following services are not part of the CONSULTANT’s Basic Services and shall be performed by the CONSULTANT as Supplemental Services as directed by the CITY. 1.1 LEED design or documentation for credits other than those identified in the LEED matrix included in the May 2008 Mitchell Park Library/Community Center Schematic Design Report. 1.2 Construction Administration services and Project Closeout Services for the Main Library Project. 1.3 FF&E and Signage services for the Main Library Project. 1.4 Construction Administration Services for the Temporary Main Library Project. 2.0 OPTIONAL ADDITIONAL SERVICES The following services are not part of the CONSULTANT’s Basic Services and shall be performed by the CONSULTANT as Additional Services only if and when authorized by the CITY in writing: 2.1 Additional meetings or presentations. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 50 110829 2.2 Developing and preparation of information kiosks. 2.3 Developing a project flyers and public information posters. 2.4 Providing an architectural scaled presentation model. 2.5 Analyses of other sites or buildings. 2.6 Other participation services not described in Basic Services or Supplemental Services above. 2.7 Other services not specifically identified under Basic Services or Supplemental Services above. 2.8 Making changes in the design or documentation that is contrary to prior direction provided by the CITY. 2.9 Preparing bid alternates other than described in CONSULTANT’s Basic Services. 2.10 Preparing CITY-initiated change orders during construction. 2.11 Providing more than two reviews of each submittal. 2.12 Detailed review of substitution request. 2.13 Work required to correct non-conforming work of contractor. 2.14 Increasing Professional Liability Insurance from the CONSULTANT’s standard two million ($2,000,000) coverage. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 51 110829 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Weeks From NTP MITCHELL PARK LIBRARY/ COMMUNITY CENTER Task D1: Design Development Week 24 Task E1: Construction Documents Week 50 (26 weeks from receipt of authorization to proceed from Design Development Task) Task F1: Bidding & Award Week 63 (13 weeks from receipt of authorization to proceed from Construction Documents Task) Task G1: Construction Administration 104 weeks starting from General Contractors Authorization to Proceed Task H1: Project Closeout & Record Documents 90 days starting from General Contractors receipt of substantial completion. RENOVATED DOWNTOWN LIBRARY Task D2: Design Development Week 22 Task E2: Construction Documents Week 44 (22 weeks from receipt of CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 52 110829 authorization to proceed from Design Development Task) Task F2: Bidding & Award Week 53 (9 weeks from receipt of authorization to proceed from Construction Documents Task) Task G2: Construction Administration 52 Weeks starting from General Contractors authorization to proceed. Task H2: Project Closeout and Record Documents 60 days starting from General Contractors receipt of substantial completion TEMPORARY MITCHELL PARK LIBRARY BUILDING Task D3: Schematic Design & Design Week 13 from NTP Task E3: Plan Check Submittal August 17, 2009 100% Permit Set September 14, 2009Task F3: Bidding & Award 45 Days (from NTP for the additional scope added with Amendment #1) Task G3: Construction Administration 90 Days (from NTP for the additional scope added with Amendment #1) MAIN LIBRARY PROJECT Task D4: Design Development Week 32 from NTP for Amendment 3 Task E4: Construction Documents Week 64 (32 weeks from receipt of authorization to proceed from Design Development Task) Task E4.1 Library and Art Center Concurrent with Construction Site Integration Documents (Design and Construction Documents) Task E4.1: Plan Check City dependent based upon plan check review process. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 53 110829 Task F4: Bidding & Award City Dependent, planned for Summer 2012. TEMPORARY MAIN LIBRARY BUILDING Task A5: Site Analysis Week 6 from NTP for Amendment 3 Task C5: Preliminary Design Documents Week 12 from NTP for Amendment 3 Task E5: Construction Documents, Completed by July, 2011 Bidding & Award Spring 2012 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 54 110829 EXHIBIT “C” COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be paid to the CONSULTANT on a lump sum basis for Mitchell Park Library Task D1, E1, F1, and Renovated Downtown Library Task D2, E2, F2, G2, and H2. Compensation for Temporary Library Task D3, E3, F3, and G3 shall be calculated based on the hourly rate schedules attached as Exhibit C-1 up to the Not to Exceed amount set forth below. Compensation for Participation Task D4 shall be on a per meeting basis as indentified in attached Exhibit C-1 up to the Not to Exceed amount set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A”, (“Basic Services”) and reimbursable expenses shall not exceed $7,006,189. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $7,901,751. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $7,006,189 and the total compensation for Additional Services does not exceed $1,045,562. CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 55 110829 BUDGET SCHEDULE NOT TO EXCEED AMOUNT BASIS MITCHELL PARK LIBRARY/COMMUNITY CENTER Task D1 $845,456 Lump Sum (Design Development) Task E1 $1,882,656 Lump Sum (Construction Documents) Task F1 $150,437 Lump Sum (Bidding & Award) Task G1 (Construction Administration, FFE & Signage $1,156,517 Lump Sum Task H1 (Project Closeout & Record Documents $143.339 Lump Sum Subtotal $4,178,405 RENOVATED DOWNTOWN LIBRARY Task D2 $88,383 Lump Sum (Design Development) Task E2 $227,882 Lump Sum (Construction Documents) Task F2 $14,941 Lump Sum (Bidding & Award) Task G2 $146,100 Lump Sum (Construction Administration) Task G2.1 $81,796 Lump Sum (LEED Design & Documentation) Task G2.2 $20,000 Lump Sum (Furniture) CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 56 110829 Task H2 $25,500 Lump Sum (Project Closeout and Record Documents) Subtotal $604,602 TEMPORARY MITCHELL PARK LIBRARY Task D3 (Schematic Design & Design Build Bid Package) $12,688 Time & Materials to a maximum Task E3 (Construction Documents) $95,916 Lump Sum Task F3 (Bidding & Award) $9,440 Lump Sum Task G3 (Construction Administration) $24,415 Lump Sum Subtotal $142, 459 MAIN LIBRARY PROJECT Task D4 (Design Development) $488,307 Lump Sum Task E4 (Construction Documents) $892,814 Lump Sum Task E4.1 Library and Art Center Site Integration (Design and Construction Documents) $41,948 Lump Sum Task F4 (Bidding & Award) $90,749 Lump Sum Subtotal $1,513,818 TEMPORARY MAIN LIBRARY Task A5 & C5 (Site Analysis & Prelim Design Documents) $39,725 T&M to a maximum Task E5 (Construction Documents, Bidding & Award) $22,410 Lump Sum Subtotal $62,135 ART CENTER RENOVATION Task E4.2 Library and Art Center Site Integration (Design and Construction Documents) $41,948 Lump Sum Subtotal $41,948 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 57 110829 PARTICIPATION Task D6 Mitchell Park Library Main Library Art Center $75,000 82,000 7,000 Lump Sum Allowance Subtotal $164,000 Subtotal Basic Services $6,707,367 Reimbursable Expenses Allowance: Mitchell Park Library $160,000 Downtown Library $ 56,000 Temporary MP Library $ 13,500 Main Library $ 50,000 Temporary Main Library $ 19,322 Subtotal Reimbursable Expenses $ 298,822 Total Basic Services and Reimbursable expenses $7,006,189 Additional Services (Not to Exceed) Mitchell Park Library: $654,510 Downtown Library $56,000 Temporary MP Library $15,600 Main Library: $157,082 Temporary Main Library: $8,145 Art Center $4,895 Subtotal Additional Services $ 896,232 Amendment 4 Maximum Total Compensation $7,681,751 Added in Amendment 5 (MPLCC Add Services only) $220,670 Amendment 5 Maximum Total Compensation: $7,902,421 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 58 110829 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost not to exceed the total amount shown above. Expenses for which CONSULTANT shall be reimbursed are:  Outside service printing/copying of drawings and documents of any size.  In-house printing of CAD check sets and presentation drawings larger than 11”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 11”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  Subconsultant costs over and above those included in Basic Services.  Presentation boards.  Facilitation tools.  Workshop accessories.  Workshop facilitation materials All requests 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 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 59 110829 and CONSULTANT prior to commencement of the services. . Payment for additional services is subject to all requirements and restrictions in this Agreement Work required because the following conditions are not satisfied or are exceeded shall be considered as additional services. 1. If any of the following circumstances affect the CONSULTANT’s services for the Project, the CONSULTANT may be entitled to an appropriate adjustment in the CONSULTANT’s schedule and compensation: a. Change in the instructions or approvals given by the CITY that necessitate revisions in design drawings and which are not caused by CONSULTANT’s negligence; b. Enactment or revision of codes, laws, or regulations or official interpretations which necessitate significant changes to previously prepared drawings; c. Material delay caused by the CITY beyond CONSULTANT’s reasonable control; d. Significant change in the Project including, but not limited to, size, complexity, the Owner’s schedule or budget, or procurement method; e. Preparation for and attendance at a dispute resolution proceeding or a legal proceeding except where the CONSULTANT is a party thereto; f. Substantial change in the information contained in Exhibit A. Additional services may also include, meetings exceeding those outlined in Exhibit A as Basic Services. CONSULTANT Hourly Rates and Meeting Rates for Additional Services CONSULTANT’s hourly and meeting rate schedule shall be: Group 4 Architecture Research + Planning, Inc. Position Hourly Rate Principal $165 Associate $145 Project Manager $135 Professional I $125 Professional II $115 Professional III $105 Technical I $110 Technical II $100 Technical III $90 Technical IV $80 Project Support $70 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Focus Group $1,500 Meeting Type (Architect Only) Per Meeting Steering Committee Meetings $2,500 Boards & Commission Meetings $2,500 Community Meetings $4,000 City Council Meetings $2,500 Meeting Type (Architect + Per Meeting Steering Committee Meetings $3,000 Boards & Commission Meetings $3,000 Focus Group $2,000 Community Meetings $5,000 City Council Meetings $3,000 Page + Moris (Library Programmer) Position Hourly Rate Principal $200 Programming Assistant $75 Project Manager 135 AutoCAD Drafting $45 Project Assistant $35 BKF Engineering (Civil) Position Hourly Rate Engineering: Associate Project Manager Engineer IV Engineer I, II, III $162 $153-$158 $142 $101-$116- $132 Planning: Planner I, II, III $101-$116- $132 Surveying: Project Manager $153 Professional Services Revised 10/18/07 60 110829 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 61 110829 Surveyor I, II, III, IV Survey Party Chief Survey Chainman Apprentice I, II, III, IV $101-116- 132-142 $127 $100 $53-73-83-93 Design & Drafting: Technician I, II, III Drafter I, II, III, IV Student Engineer/Surveyor $96-104-113 $75-83-91- 100 $53 Construction Administration: Senior Construction Administration Resident Engineer Field Engineer I, II, III $150 $110 $101-116-132 Services & Expenses: Project Assistant Clerical/Admin Assistant $65 $56 Rutherford & Chekene (Structural) Position Hourly Rate* Executive Principal $215 Principals $180-$190 Senior Engineers $140-$180 Engineers $115-$140 Designers $90-$115 CADD Specialists $85-$135 *rates subject to change on 7/1/09 Guttmann & Blaevoet (Mechanical) Position Hourly Rate Principal $210 Associate Principal $200 Associate $175 Senior Engineer $160 Engineer $130 CAD Manager $120 Designer $115 Drafter $105 Administrative $63 O’Mahony & Myer (Electrical + Lighting) Position Hourly Rate Founding Principal $225 Principals $190 Project Electrical Engineer $125 Project Lighting Designer $125 Electrical/Lighting Designer $110 CAD Supervisor $95 CITY OF PALO ALTO CONTRACT NO. C09130744 – AMENDMENT FIVE Professional Services Revised 10/18/07 62 110829 CAD Technician $85 Administrative $65 Davis Langdon (Cost Estimator) Position Hourly Rate Principals $250-$300 Associate Principals $200 Senior Associates $175 Associates $155 Cost Planners $85-$145 Clerical $65 Gates + Associates (Landscape) Position Hourly Rate President $165 Principal $110-$140 Senior Associates $95-$115 Irrigation Designer $100 Associates $80-$95 Draftspersons/Landscape Designer $65-$80 Clerical Staff $60-$70 Smith Fause McDonald (Technology/Acoustic) Position Hourly Rate Principals $165 Associates/Senior Engineers $135 Project Consultants/Engineers $120 Consultants/Engineers $95 Technicians/Drafting $75 Administrative $60 The above listed rates are adjusted annually. The next adjustment will be 1 January 2012 Agenda Library Bond Oversight Committee meeting Quarterly Meeting January 24, 2012 7th floor conference room 4:00 p.m. – 5:30 p.m. Committee Members: James Schmidt (Chair), Sandra Hirsh (Vice-Chair), John Melton, Dena Mossar, Alice Smith Staff: (Public Works) Phil Bobel, Karen Bengard, Debra Jacobs, (Library) Monique leConge; (Administrative Services) Joe Saccio, Tarun Narayan, (Auditor) Jim Pelletier, Ian Hagerman, (Attorney) Melissa Tronquet Others: (Turner Construction Management) Greg Smith ROLL CALL ORAL COMMUNICATIONS APPROVAL OF MINUTES – October 25, 2011 AGENDA REVIEW & REVISIONS UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress (Greg Smith) a. Mitchell Park Library & Community Center b. Temporary Main Library 2. DISCUSSION – Design Progress (Karen Bengard) a. Main Library NEW BUSINESS 3. DISCUSSION – Outside Auditor’s Report (Ian Hagerman) 4. DISCUSSION – Timing of Main Library bond issuance 5. DISCUSSION -- Draft Financial Report Summary from Administrative Services (Tarun Narayan) a. Expenditures to date – summary spreadsheet 6. ACTION – Approval of Quarterly Report to Finance Committee 7. DISCUSSION– Mitchell Park Library & Community Center contingency issue (Phil Bobel) 8. Next Steps a. Next meeting: April 24, 2012 Meeting minutes Library Bond Oversight Committee meeting Quarterly Meeting October 25, 2011 Community Room, Downtown Library (*Note change in location) 4:00 p.m. – 5:30 p.m. Committee Members: Dena Mossar (Chair), James Schmidt (Vice-Chair), Alice Smith, Sandra Hirsh, John Melton Staff: (Public Works) Phil Bobel, Karen Bengard, Debra Jacobs, (Library) Monique leConge; (Administrative Services) Joe Saccio, Tarun Narayan, (Auditor) Michael Edmonds, Ian Hagerman, (Attorney) Melissa Tronquet Others: (Turner Construction Management) Greg Smith ROLL CALL 4:02 pm. Quorum. Absent: Smith ORAL COMMUNICATIONS None APPROVAL OF MINUTES – July 26, 2011 Motion to delete 2e. Unanimous AGENDA REVIEW & REVISIONS No changes UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress (Greg Smith) a. Downtown Library -- Kudos on job well done. b. Mitchell Park Library & Community Center -- Trying to close in building, get site paved, mitigate (e) moisture due to early rains. Partnering will continue. Third party review is underway to analyze project challenges & consequences. Project will still come in less than bond measure cost estimate. Reserves will be likely approx $7 million for MPL & CC. Change orders are being driven by low bid environment. 2. DISCUSSION – Design Progress (Karen Bengard) a. Temporary Main Library -- Finding usual hidden conditions. b. Main Library – i. Community meeting last evening. Part of study effort to explore connectivity. Gardeners less resistive to idea ii. Parks & Rec Commission and LAC this week 1. HRB, ARB in November 2. Council in December iii. Main Library added 1.7 million for added scope of 10 items that went to Council on July 25. iv. Artist was at Community meeting and showed demonstration of art project. NEW BUSINESS 3. DISCUSSION -- Draft Financial Report Summary from Administrative Services (Tarun Narayan) a. Expenditures to date – summary spreadsheet i. Auditor will recommend that Staff costs be reimbursed by Bond Measure. ii. To Finance committee on Dec 6. at 600K in staff costs to date will be increasing iii. Report is positive in tone. Minor items were immediately corrected by staff. iv. Take up in January at LBOC v. Precedence for including staff costs? Have been included in Enterprise Fund capital bonds. 1. Not originally part of $76 M cost estimate 2. Other entities have charged staff costs vi. Previous Council direction was that staff costs shouldn’t be included. vii. New vendors. Creative Machines and Big D. 4. ACTION – Approval of Quarterly Report to Finance Committee a. Math error possible in columns 5 & 6. Needs to be corrected before committee can vote to approve it. 5. ACTION– Mitchell Park Library & Community Center contingency issue a. Discussion of MPL & CC contingency issue. b. Received report from staff on Council actions relative to MPL & CC contingency issue. 6. ACTION – Officer elections a. Chair - Jim Schmidt b. Vice Chair - Sandra Hirsh c. Elected unanimously. Effective after this meeting. 7. Next Steps a. Next meeting: January 24, 2012 b. Next Council memo in November. Adjourn 4:50 pm. Mitchell Park Library Approved Change Orders (CO's) and Outstanding Potential Change Orders (PCO's) $0 $1,000,000 $2,000,000 $3,000,000 $4,000,000 $5,000,000 $6,000,000 $7,000,000 0%67% 100 % Percent Completion Co s t Approved CO's Outstanding PCO's Flintco COR's 10% Contingency 20% Contingency Mitchell Park Construction Contract Summary of Cost Amounts (Council Authorized 20% Contingency shown in Red) $24.365M Base Contract $32M $1.622M Contingency Used $3.251M Remaining Contingency 0 5 10 15 20 25 30 35 Engineer's Estimate Construction Contract $ i n M i l l i o n s $29.238M $25.987M $24.365M Contingency Funds Library Bond Fund Utilization Projections (January 2012) (Dollars in Millions) 4 (DT) 5.212 (DT) 4.418 (DT) $50M (Mitchell) $49.043M (Mitchell) $41.594M (Mitchell) $18M (Main) $18M (Main) $19.749M * (Main) 4 (Other) 3.745 (Other) 2.37 (Other) Cu r r e n t P r o j e c t i o n En g i n e e r ' s Es t i m a t e Bo n d E l e c t i o n Es t i m a t e Dollars (Millions) Downtown Library Mitchell Park Library Main Library Temporary Libraries & Bond Costs $68.13M $76M *The Main Library Projection was increased following Council approval on July 25, 2011 (Staff Report #1438) of approximately $1.7M of design amendments and future building improvements related to deferred maintenance, code upgrades and service enhancements. Palo Alto Library Projects Monthly Progress Report November / December 2011 Mitchell Park Library & Community Center Main Library Mitchell Park Main Entry Table of Contents Mitchell Park Library  Status Report  Management Summary  Action Items  Schedule Milestones Main Library  Status Report  Management Summary Library Closure Plan Financial Summary Data Date: 12/21/11 Mitchell Park Library & Community Center 3700 Middlefield Road, Palo Alto The new Mitchell Park Library and Community Center is a highly sustainable joint-use facility that will be a vibrant destination for civic, cultural, social, educational, and recreational activities. The new center, which will replace undersized and aged facilities, is made possible through Measure N and the strong partnership between the city and the community. During construction, temporary library and teen center facilities are available at the Cubberley Community Center. WEB CAM LINK: http://173.164.239.206/view/viewer_index.shtml November/December 2011 PROJECT CONSTRUCTION CONSTRUCTION BEGAN: September 2010 SCHEDULED OPENING: Fall 2012 PROJECT TEAM OWNER: City of Palo Alto Public Works (650) 329-2295 ARCHITECT: Group 4 Architecture, Research + Planning Inc. South San Francisco, CA (650) 871-0709 GENERAL CONTRACTOR: Flintco Pacific, Inc. Folsom, CA (916) 351-5400 CONSTRUCTION MANAGER: Turner Construction Company San Jose, CA (408) 277-6370 FOR MORE INFORMATION www.cityofpaloalto.org/libraryprojects KEY ACCOMPLISHMENTS Metal Roof Complete Traffic Signals Near Completion UPCOMING ACTIVITIES Exterior Sheathing/Waterproofing in Progress Library HVAC Units Lifted on Roof Library Roofing Started November 2011 Progress Photos Library Roofing Continues Library Waterproof Flashing Started New Bike Canopy Welding Library Intensive Green Room Continues Recycling December 2011 Porous Concrete Parking Stalls Curing Library Entrance and Children’s Area Library Sky Lights and HVAC Units Fall Protection Installation on Green Roofs Library Children’s Patio Area Library Standing Seam Roofing Library Exterior Waterproofing Progress Photos Mitchell Park Library & Community Center Management Summary November/December 2011 Noteworthy Accomplishments Wall Sheathing Building A = 60%, B = 75%, C = 75% Accel-E wall panels will be covered by the end of the year Waterproofing Exterior Walls in progress Silva cell installation complete Glazing permit issued and material deliveries started Major air conditioning equipment installed Current Project Challenges: Exterior wall dry-in is two months away Mock up for curtain wall still not complete Waterproofing expanded details need subcontractor coordination Occupancy separation plan check not complete Processing the high volume of change documentation and providing direction Settle tube steel and exterior wall framing changes Settle waterproofing and sheet metal changes Submittals impacting material delivery and inspection Key submittals (Photovoltaic, Solar, and Vehicle Chargers) need to be revised and approved No sheet metal shop drawings Safety Contractor has no lost time incidents in 92,750 hours of work to date with 3 incidents reported Public Safety is a priority outside the fence. No incidents reported to date Quality Control City & Special Inspectors had to reject exterior wall work several times Quality Control Observation Reports : 42 have been issued and 5 remain open Schedule: Design, detailing and fabrication of exterior wall components are affecting schedule Updates are not tied to baseline schedule. Maintain baseline as built for contract purposes City & TCCO are reviewing schedule extension requests from contractor Next Key Milestones: Exterior Wall fluid applied waterproofing is incomplete. Work resumes in January Building Dry In: Library 2/27/12 Mitchell Park Library & Community Center Action Items November/December 2011 Action Items Impact Responsible Due Complete design on remaining exterior wall framing components Tube Steel (G4) (at main entry) Curtain wall (Flintco) Cost impact and schedule impact. Materials ordered. G4 Flintco LATE ! ! URGENT Issue Expanded waterproofing details. Details done, coordinate & issue ASI. ASI 091.1 issued 10/25/11 Needed to insure watertight structure. G4 Flintco Goal8/31 Project 9/17 Deferred submittals to bldg dept Metal stud walls (@ CPA/WC3), Glazing, Accel-E wall (A & C Returned/Approved B @ CPA/WC3) No inspection or cover up until these are submitted. Still outstanding at end of September. Glazing due by Flintco Flintco CPA WC3 LATE ! ! URGENT Gas service installation by CPA Utilities to be installed 11/11/11. Authorized Flintco new location Need utility connections to start up MEP systems Costs may not be reflected in current budget report CPA Utilities PWE Turner 10/15 Negotiate settlement of productivity loss claims Claim will grow if not resolved. CPA PWE Flintco Turner 9/30 Expect 12/30 Revised occupancy separation plan approved. Complete drawings, issue ASI and process through plan check. ASI 104 issued 10/25/11, submitted to CPA/WC3 on 10/28/11 May result in rework and affect inspection. Authorized Flintco to proceed G4 CPA Bldg. WC3 9/30 agreed 10/21 ASI 104 Resolve extension of construction schedule currently showing October 5, 2012 completion. Contract completion is still April 29. Cannot accept schedule updates, settle further delays or agree on recovery plans. PWE Flintco Complete Purchasing Plan FF&E Purchasing schedule Monthly meetings Affects coordination of building construction work— particularly electrical and mechanical Turner G4 PWE 1/31 Update non-bondable budget. Coordinate new estimates with fund raising effort. Affects fund raising effort for non bond expenses G4 CPA Dan Noce Mitchell Park Library & Community Center Schedule Milestones November/December 2011 * Dates are from Flintco’s MP-16 November Update Mitchell Park Library & Community Center Schedule Milestones November/December 2011 Activity ID Bldg-A Bldg-B Bldg-C Pad Certification 10/27/10 10/27/10 10/27/10 Foundation Complete 12/28/11 1/16/11 1/7/11 Frame & Place Slab on Grade 2/11/11 5/6/11 5/3/11 Top out Structural Steel Frame 5/31/11 4/15/11 5/12/11 2nd Floor Poured 4/16/11 X X Roof Poured 5/31/11 6/24/11 6/21/11 Frame Ext Walls AEXT 4000 9/2/11 9/26/11 9/2/11 Building Dried In AEXT 5555 2/24/12 2/7/12 2/21/12 Frame Interior Walls AINT 1130 5/24/11 6/1/11 7/1/11 Insp - OK to hang drywall AINT 2090 3/12/12 3/7/12 3/7/12 Insp - MEP overhead AINT 1220 9/20/11 9/20/11 9/20/11 Casework Start Date AFIN 1090 5/21/12 3/9/12 5/11/12 Ceiling Complete AFIN 1120 6/8/12 5/3/12 5/15/12 Flooring Complete AFIN 1180 7/26/12 5/17/12 6/14/12 Permanent Power AINT 2120 4/12/12 5/10/12 5/24/12 Main Mechanical Online AEQU 1100 5/14/12 6/7/12 6/14/12 Elevator Complete AINT 2030 6/8/12 x x Parking Paving Complete STE 1200 10/14/12 10/14/12 10/14/12 Substantial Completion PCO 5555 10/14/12 10/14/12 10/14/12 Certificate of Occupancy PCO 5050 11/21/12 11/21/12 11/21/12 Building Air out and Commissioning complete AEQU 1080 10/31/12 7/6/12 8/12/12 Completed Completion Date Main Library 1213 Newell Road, Palo Alto The Palo Alto Main Library renovation and addition is in the final phase of design “Better Libraries for Palo Alto” projects, funded by the passage of Measure N by voters in 2008. The project incor- porates upgrades to the historic building’s structural, electrical and mechanical systems while preserving the integrity of architect Edwards Durell Stone’s iconic design. The new addition includes a program room and additional restrooms to extend the services of this heavily-used branch. The project targets LEED certification. Exterior View November/December 2011 2011 PROJECT CONSTRUCTION CONSTRUCTION BEGAN: Winter 2012 SCHEDULED OPENING: Winter 2013 PROJECT TEAM OWNER: City of Palo Alto Public Works (650) 329-2295 ARCHITECT: Group 4 Architecture, Research + Planning Inc. South San Francisco, CA (650) 871-0709 CONSTRUCTION MANAGER: TBD FOR MORE INFORMATION www.cityofpaloalto.org/libraryprojects KEY ACCOMPLISHMENTS Design Development Complete Council Approved Scope Expansion UPCOMING ACTIVITIES Parking & Circulation Study Main Library Management Summary November/December 2011 Noteworthy Accomplishments Design development complete Council approved scope expansion Competed haz mat report Current Project Challenges: Final construction documents Bidding project Safety No activities Quality Control No activities Schedule: Construction begins Winter 2012 Next Key Milestones: Publish 100% design development estimate Constructability review of 60% construction documents Parking & circulation study Closure Plan November/December 2011 FA L L WI N T E R Main Library - Opening to the Public in Winter 2013 20 1 3 20 1 4 Mitchell Park Library & Community Center - Opening to the Public in the Fall 2012 Main Library Closes for construction Mitchell Park Library and Community Center construction started, College Terrace Library re-opened Downtown Library re-opened 20 1 0 20 1 1 20 1 2 FA L L FA L L WI N T E R SP R I N G SP R I N G SU M M E R SU M M E R FA L L WI N T E R SP R I N G SU M M E R WI N T E R Financial Summary November/December 2011 BUDGET COSTS MEASURE N 2008 ENGINEER'S ESTIMATE PROJECTED RESERVES 09010 Cubberley Temporary Library 645,000 619,687 25,313 09005 Downtown Library 4,000,000 5,212,000 4,418,111 793,889 09006 Mitchell Park Library & C.C. 50,000,000 49,043,000 41,593,618 7,449,382 11000 Main Library 18,000,000 18,000,000 19,748,500 -1,748,500 11010 Art Center Temporary Library 500,000 500,000 0 Bonding and Financing Costs 4,000,000 2,600,000 1,250,000 1,350,000 BONDED AMOUNT 76,000,000 76,000,000 68,129,916 7,870,084 - - -