Loading...
HomeMy WebLinkAboutStaff Report 3781City of Palo Alto (ID # 3781) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/17/2013 City of Palo Alto Page 1 Summary Title: Mitchell Park Construction Contract Bi-Monthly Report Title: Submittal of Mitchell Park Library and Community Center Bi-Monthly Construction Contract Report From: City Manager Lead Department: Public Works Recommendation and Draft Motion: Draft Motion: I move that Council: 1)Accept this update on the Mitchell Park Library and Community Center (MPL&CC) construction project; and 2)Direct staff to continue to submit bi-monthly reports to Council and to take related actions which Council may direct. Executive Summary The MPL&CC construction is approximately 84%complete (based on expenditures)and it is anticipated that the three-building complex will be open to the public late in 2013. The estimated opening time frame has been changed from our earlier estimate of spring 2013 to late 2013 due to delays caused by the contractor and their subcontractors, the necessity to fully correct every deficiency, and to insure that the buildings are of the highest quality. It will also take six to eight weeks after construction is completed to move into the buildings, prepare the library collection and other materials for public use,and ready the staff and the space for opening. The percentage completion has increased from 82%to 84% since the last report. Because of the delays, errors,omissions, and unacceptably slow pace of construction, the City issued a Notice to Flintco on May 2, 2013 (Attachment F) that it intends to initiate default proceedings unless specified actions are completed by designated milestones. If initiated, these proceedings would remove Flintco and replace it with a new general contractor to complete the project. Staff is monitoring compliance with the milestone dates and the pace of City of Palo Alto Page 2 construction very closely and will report to Council frequently in the coming weeks. The City has begun planning for the potential transition to a new general contractor and will be requesting Flintco’s bonding company to either complete the work itself or reimburse the City for additional costs associated with a replacement contractor. The City is in the process of seeking input from a number of experienced firms in this area. Costs have increased above the bid amount partially due to building complexities and partially due to the performance of the City’s contractors. To date, a total increase (Construction Contract Change Orders)of $3,484,412 has been approved by the City, or approximately 14% above the base construction contract amount.The bid amount was approximately 24% below the City Engineer’s estimate and Council has authorized a maximum increase of 20% above the base contract amount in change orders. Thus,the project remains below budget, despite the unforeseen costs. Background At 56,000 square feet, MPL&CC is the City's largest construction project in four decades.Inside the state-of-the-art library building, teens, children, and those just wanting a quiet space will all have their own dedicated areas.The two-building Community Center complex will contain an expansive community room, kitchen, teen center, cafe,computer room and game room.The complex will be the City's model for an eco-friendly facility with extensive green roofs, solar water heating, night sky water cooling, photovoltaic panels, stormwater infiltration, and natural daylight utilization all wired with a state-of-the-art data feedback and control system. 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 (subsequently modified to bi-monthly)on change orders with Flintco, the general contractor.Council also requested the City Attorney to provide additional confidential briefings regarding potential claims against other responsible parties. Additionally, Council also directed staff to report on project milestones in the bi-monthly reports. Discussion Construction Progress On June 4, 2012, Council requested information on construction progress and set-backs since the last report and milestones that staff expects will be reached by the next report. Since the last bi-monthly report,which was submitted to Council on April 8, 2013,no major milestones have been completed.The attached “Schedule Milestones” page has been revised City of Palo Alto Page 3 to show the 10 key building interior milestones which must be achieved well ahead of opening to the public. Staff will report on achievement of these milestones from this point forward. Many corrections to mechanical, electrical,and plumbing (MEP)work in the walls and above the ceiling were not completed on time. Some floor panels will have to be temporarily removed to allow for corrections and re-inspections. The number of corrections and re- inspections required is much higher than for a typical project. Another problem is that many corrections are still needed on the sliding glass doors and this issue has been outstanding since April 2012. Many of the windows failed water testing multiple times. The windows are now complete, however, the MEP work is not and therefore the ceiling cannot be completed. All of these problems were detected by the City’s building inspectors or construction manager, Turner Construction,and the contractor is required to correct them. The City will pursue recovery of these costs from the contractor, either by way of withholding payment or through separate action. Sub-standard work will not be accepted.However,these corrections cause delays in the work of the next subcontractor and some could cause a delay in a critical path item,thus further delaying the project. City staff is proactively working with the general contractor and City consultants to avoid delays while not compromising quality. In addition, the City contracted with Big D Builders to perform work on an “as needed” basis to complete specific components of the work that Flintco is unable or unwilling to do.The City plans to pass the Big D costs on to Flintco Pacific. The maximum amount of the contract is $240,000, which is below the threshold for Council approval. An action will be brought to Council for approval should it become necessary to increase this contract. Big D Builders is the construction firm that recently completed the Palo Alto Art Center renovations and their work on this project was done on time and under budget. Compounding problems, Flintco has recently undergone some significant organizational changes. The President of the company has been replaced and a portion of the Flintco organization has been sold. The City has and will continue to meet with Flintco’s new President to discuss performance issues. The contract contains a liquidated damage provision for each day of contractor delay and the City expects to invoke this provision once the job is finally completed. Looking ahead to the next bi-monthly report, the key milestones that will need to be completed are the mechanical, electrical, plumbing (MEP)work and the Mechanical Room. These deadlines have been missed and rescheduled multiple times. The heating system cannot be started up and thoroughly tested because the MEP work is not done. Without a heating system woodwork cannot be brought into the buildings for installation. City of Palo Alto Page 4 Approved Construction Contract Change Orders To date, 42 change orders have been approved for a total amount of $3,484,412. This amount constitutes approximately 14% of the base construction contract amount. Since the last bi- monthly report, there have been five additional change orders issued. Council has authorized change orders up to 20% of the base contract amount;leaving about 6% remaining. 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. The shaded change orders have been issued since the last bi- monthly report. 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. City of Palo Alto Page 5 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 13 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 13 work items identified as plumbing fixture changes totaling $712. 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. 14 $54,028 Five extra work items including a thickened roof edge, equipment curbs, a Building A ramp, signage support, and a book drop. 15 $176,586 12 extra work items including additional lighting, electrical work, soil for silva cells & planting areas, and HVAC work. 16 $53,256 Four extra work items including traffic signal modifications, construction recovery costs, and a tube steel base plate modification. 17 $278,710 Five extra work items including tube steel and supplemental exterior wall steel revisions. 18 $76,823 Seven extra work items including concrete floor sealer, wall short panels, leakage testing, pipe supports,and permit processing. 19 $36,526 Eight extra work items including building security, lighting, and electrical work. City of Palo Alto Page 6 20 $20,832 Seven extra work items including lighting and electrical work. 21 $122,071 Six extra work items including roof curbs, studs, and roof crickets. 22 $16,839 Six extra work items including duct, gutter, and ceiling work. 23 $122,472 Nine extra work items include occupancy changes, tube steel and the related work, and artwork preparation totaling $123,104 minus credit given for one of the nine work items for roof parapets, flashing, and crickets totaling $632. 24 $46,654 Three extra work items including night sky cooling tank repair work and parapet and roof details. 25 -$37,158 20 extra work items including glass changes and book drop and elevator improvements totaling $44,790 minus credit given for five of the 20 work items including deleted A/V work, geotextile fabric work, and storm drain/gas line cost savings totaling $81,948. 26 $28,056 Five extra work items including roof substrate revisions and curtain wall supports totaling $31,465 minus credit given for one of the five work items related to roof drain plumbing totaling $3,409. 27 $49,470 Eight extra work items including exhaust fan work, additional channels, and roof work. 28 $24,225 Nine extra work items including expansion joint work, kitchen equipment wiring, and roof and plumbing work. 29 $94,174 14 extra work items including exterior wall water proofing, bathroom work, plumbing work, and electrical work totaling $101,983 minus credit given for two of the 14 work items including a WAP reduction and book drop work totaling $7,809. 30 $32,331 Eight extra work items including power for signage and other outdoor expenditures. 31 $23,886 Eight extra work items including perimeter wall work, elevator shaft power and lighting, and electrical work. 32 $102,472 Five extra work items including demolition, reconstruction, and fire prevention work. 33 $73,172 10 extra work items including data, raised floor, electrical, and shelving work. City of Palo Alto Page 7 34 $37,090 Five extra work items including door, fire prevention, and signage work. 35 $59,002 10 extra work items including window shade, door, flooring, and electrical work. 36 $62,559 Seven extra work items including tile, landscaping, and electrical work. 37 $12, 446 Six extra work items including electrical and plumbing work. 38 $27,673 Six extra work items including basketball equipment, signage, and wall work totaling $27,789 minus credit given for one of the six work items for tree planting work adjustments totaling $116. 39 $48,234 Nine extra work items including a trash & bike enclosure, art backing, signage work, and framing work. 40 $112,459 10 extra items including hand excavation work, EV work, window work, and electrical work totaling $115,573 minus credit given for two of the 10 work items for lighting adjustments totaling $3,114. 41 $33,582 12 extra work items including column work, wall work, and electrical work totaling $35,574 minus credit given for two of the 12 work items for plumbing and ceiling adjustments totaling $1,992. 42 $73,796 15 extra work items including fencing and gate installation, AV work, and curbing totaling $88,558 minus credit given for two of the 15 work items for driveway and waterproofing adjustments totaling $14,762. TOTAL $3,484,412 TOTAL CO’s 1-42 *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 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. Staff is interpreting this to mean an individual change order line item more than $85,000. One may note that over the course of a period of time a number of on-site decisions are made, in order to not slow the project down, which can add up to more than $85,000 when compiled later. Bundled Change Order 11, for example, totals $224,662, but includes a series of change orders, none of which exceeds $85,000. Council has approved one change order to date (Change Order # 17)which contained line items exceeding $85,000. City of Palo Alto Page 8 Related Council Directives for the Bi-Monthly Report Council further directed that staff report to Council on oversight activities. Therefore, attached is the most recent Library Bond Oversight Committee agenda (Attachment B)and Library Bond Oversight Committee minutes (Attachment C). 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 the following 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 $19,581 Legal Counsel (Jarvis Fay)$75,000 $58,362 Reidinger Consulting (Scheduling)$85,000 $72,327 Legal Counsel (Otis & Iriki)$455,000 $440,113 Legal Counsel (Ginn & Crosby, LLP)$35,000 $7,364 David Neagley $275,000 $0 Project Controls & Forensics $100,000 $0 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 D. The first graph in Attachment D shows both Potential Change Orders (PCOs), which is an internal list compiled by the City’s construction manager of certain work items that could eventually result in extra work claims,and actual Change Order Requests (CORs),a subset of the PCOs, which have been submitted by Flintco to date. A large batch of CORs was retracted by Flintco with the stated intention of modifying them. The City has informed Flintco that its retraction may jeopardize the ability of the City to act City of Palo Alto Page 9 on these CORs. Due to the failure of Flintco to meet its self-imposed deadlines for resubmittal of the CORs, the City has resumed issuance of Unilateral Change Orders in order to ensure a cash flow for the subcontractors so they will not leave the job. Recently, Flintco began submitting CORs again.Many of the newly submitted CORs appear to be duplicative of,or inconsistent with,previous CORs. City staff and Turner will take extreme steps to ensure that Flintco is not double paid. The latest bi-monthly report concerning all Library Projects (“Palo Alto Library Projects”) is included as Attachment E. Resource Impact There are no resource impacts associated with providing the bi-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 bi-monthly reports to Council. Environmental Review Providing bi-monthly reports on this topic to Council does not constitute a project under the California Environmental Quality Act (CEQA). Attachments: ·A -MPL COs # 38-42 (PDF) ·B -LBOC Agenda_4-23-2013 (PDF) ·C -LBOC Minutes_2-5-2013 (PDF) ·D -MPL Financial Charts (PDF) ·E -PAL Bi-Monthly Report March-April 2013 (PDF) ·F -City Notice to Flintco (PDF) , Contract Change Order City of Palo Alto Department: Public Works Engineering Contra<:t Number: C11136473 'Gontract Change Order Thirty-Eight -continued CONTRACTOR CERTIFICATION: The undersigned Contractor approves this Change Order as to the changes, if any, in the contract price specified for each Line Item and as to the extension of time allowed, if any, for completion of the entire work on account of each Line Item, and agrees to furnish all labor and materials and perform all work necessary to complete any additional work specified therein, for the consideration stated therein. CLAIM PROCEDURE: Any items in Contractor's Change Order Request that are not included in this Change Order are hereby deemed rejected as of the date of this letter. If Contractor wishes to dispute this rejection, it may submit a Claim pursuant to Section 4.2 of the Contract General Conditions within thirty (30) days of the date of this Change Order. Accepted for Contractor: Accepted!or City o!~ Palo Alto: By: Signature Declined By: (/-j:;Ptid/!..f( Title: Andy Brophy Title: Phil Bobel Flintco -Project Manager Assistant Director of Public Works Date: Date: '::::/1 /13 ,/ I SCOPE OF WORK '0 N "l.. "t.. '" <DQ: 0 :E u-ti) 0 0 Q. (J Q: « u-(J Description Amount , , 020.1 579 187.1 056 1083 RF1187.1 & 187.2 Basketball Standard 3,011 ./ 275 390 1051 116 1172 RFI1087 TPO to Parapet Transition Bldg A & C 11,534 ,/ 388 531 144 051 1076 ASI144 Signage Backing Bldg A 10,746 ./ 398 523 1286 1106 RFI1286 Wall Around Roof Hatch Access Ladders Bldg C 2,335 ./ 445 603 1254 1111 RFI1254 Tree Over Gas Line Middlefield Rd (Credit) (116) ,/ 466 605 1426 1082 RFI1426 Volume Damper Control Extension Bldg A 163 v" Total for this change order 27,673. t/ 1. Potential Change Order 3. Request for Information 5. Field Order or Extra Work Authorization 2. Change Management 4. Architect's Supplemental Instructions 6. Change Order Request Note: This Change Order is being issued unilaterally by the City. The basis for the adjustment in the contract sum was determined by the City pursuant to Section 7.2.4 (iii). Contractor has indicated that it is unwilling to execute a Change Order because it does not wish to be bound by subsection 7.2.13 of the Contract General Conditions. The City's action in approving this unilateral Change Order is intended to ensure fair and prompt adjustment to the Contract Sum. In doing so, the City expressly disavows any intent to waive or any actual waiver of any of the Contract provisions regarding Change Orders. All provisions of the Contract Documents remain in full force and effect. ApPENDIX B -CONTRACT CHANGE ORDER PAGE20F3 Contract Change Order City of Palo Alto Department: Public Works Engineering Contract Number: C11136473 CONTRACTOR CERTIFICATION: The undersigned Contractor approves this Change Order as to the changes, if any, in the contract price specified for each Line Item and as to the extension. of time allowed, if any, for completion of the entire work on account of each Line Item, and agrees to furnish all labor and materials and perform all work necessary to complete any additional work specified therein, for the consideration stated therein. CLAIM PROCEDURE: Any items in Contractor's Change Order Request that are not included in this Change Order are hereby deemed rejected as of the date of this letter. If Contractor wishes to dispute this rejection, it may submit a Claim ursuant to Section 4.2 of the Contract General Conditions within thirt 30 da s of the date of this Chan e Order. Accepted for Contractor: Accepted for City of Palo Alto: By: Signature Declined By: Title: Andy Brophy Title: Flintco -Project Manager Date: Date: SCOPE OF WORK ... 'h: 0 '" '" "t-Il) 0 :E u.: tn 0 0 Q.. 0 IX: c( LL 0 Description Amount 155.2 248 647 076 243 ASI 076 Trash & Bike Enclosure 14,536 207.4 362 983 1169 RFI 983 Hose Bibb in Fire Rated Wall Bldg C 1,594 219 307 094 1150 ASI 094 Detectable Warning Panels Bldg A 1,296 385 519 1306 141 1071 ASI141 Art Backing, Casework, and Safes Bldg A & B 13,668 409 527 1292 1088 RFI 1292.1 CW Framing at Main Entrance Bldg A 2,661 410 529 1301 1102 RFI 1301 Stringer Shim Stair 2 Bldg A 2,909 411 536 1088 1104 RFI1088 Unistrut Roofwalk System Bldg A 2,306 424 548 1151 Workspace and Dryfit for Vinyl Signage 3,994 450.2 597 177 1119.2 AS1177Soffit Framing 2nd Floor Bldg A 5,270 Total for this change order 48,234. 1. Potential Change Order 3. Request for Information 5. Field Order or Extra Work Authorization 2. Change Management 4. Architect's Supplemental Instructions 6. Change Order Request Note: This Change Order is being issued unilaterally by the City. The basis for the adjustment in the contract sum was determined by the City pursuant to Section 7.2.4 (iii). Contractor has indicated that it is unwilling to execute a Change Order because it does not wish to be bound by subsection 7.2.13 of the Contract General Conditions. The City's action in approving this unilateral Change Order is intended to ensure fair and prompt adjustment to the Contract Sum. In doing so, the City expressly disavows any intent to waive or any actual waiver of any of the Contract provisions regarding Change Orders. All provisions of the Contract Documents remain in full force and effect. ApPENDIX B -CONTRACT CHANGE ORDER PAGE20F3 Contract Change Order City of Palo Alto Department: Public Works Engineering Contract Number: C11136473 ['''',"~.''i',,~~!:., ~,"'~,t' ,~. 'I'" <,"'~~"f"'~~ '~'<l'}'~-:';'''"J.,.~:..<.,;'~<-t.,-<.., t~~"·<~~1<"'~}".l:\s"~~<",-4~~~" '>'"'~',,~~' ,,., ~ ~ , ' '< c-• f~:~~,~Ctr¢!~'~ <~If1JjltJfJ~'itl!~<t~~:f!;~_~t~,;~"~gyriti,I!?fiie(/Jj)o , ,,-;:", ' , . " '" , , -f<,_"lr, ~"_'I~q., ,. J,< __ \c o'R-~l':::_J,_1,""'!,,''''<l~-."' ',,,,, >_~.",b-"l.;':;:l'~"'.<",., ~ .' ,.~~ .- CONTRACTOR CERTIFICATION: The undersigned Contractor approves this Change Order as to the changes, if any, in the contract price specified for each Line Item and as to the extension of time allowed, if any, for completion of the entire work on account of each Line Item, and agrees to furnish all labor and materials and perform all work necessary to complete any additional work specified therein, for the consideration stated therein. CLAIM PROCEDURE: Any items in Contractor's Change Order Request that are not included in this Change Order are hereby deemed rejected as of the date of this letter. If Contractor wishes to dispute this rejection, it may submit a Claim pursuant to Section 4.2 of the Contract General Conditions within thirty (30) days of the date of this Change Order. Accepted for Contractor: Accepte.d.fDr City of Palo Alto: By: Signature Declined BY:(MPf5~ Andy Brophy -Phil Bobel Title: Flintco -Project Manager Title: Assistant Director of Public Works Date: Date: 3/"1../'8 I , SCOPE OF WORK "'0 '" .., ~ II) "'0:: (.) :E u:: iii 0 0 Il. (J 0:: « LI. (J Description Amount 050.3 128 009 1182 Hand Excavation Around PG&E Gas Main 26,065 / 051.4 568 EV01 1105 ASI EV 01 EV Locations, Footings, and Bollards 11,524 / 190.1 428 448 084 1094.3 ASI 084 Window Shade Pocket Framing at Curtain Wall 50,950 ..,/ 371.2 592 881 084 1081 RFI 881 Perforated Panel Exterior Trim 12,639 ./ 374 502 1245.1 1098 RFI 1245, 1245.1, 1288 GO & VRF Northeast Terrace Bldg A 5,792 / 391 511 1268 1066 RFI1268 Plumbing Pipes in Telecom Room Bldg C (C128) 765 ,/ 394 553 1115 Fasteners for Underfloor Electrical Straps 7,394 ,/' 415 549 1354 155 1142 ASI 155 Door Hardware & Lightswitch Bldg A (A 118) -198 / 421 545 1335 1134 RFI 1335 Field Paint Top of Light Shelves Bldg A 444 / 448 585 173.1 058 1131 ASI 173 & 173.1 Boxes, Wall Plate Cover, and Light Fixture Bldg A&B -2,916 ,/ Total for this change order 112,459. 1. Potential Change Order 3. Request for Infonnation 5. Field Order or Extra Work Authorization 2. Change Management 4. Architect's Supplemental Instructions 6. Change Order Request Note: This Change Order is being issued unilaterally by the City. The basis for the adjustment in the contract sum was determined by the City pursuant to Section 7.2.4 (iii). Contractor has indicated that it is unwilling to execute a Change Order because it does not wish to be bound by subsection 7.2.13 of the Contract General Conditions. The City's action in approving this unilateral Change Order is intended to ensure fair and prompt adjustment to the Contract Sum. In doing so, the City expressly disavows any intent to waive or any actual waiver of any of the 'Contract provisions regarding Change Orders. All provisions of the Contract Documents remain in full force and effect. ApPENDIX B -CONTRACT CHANGE ORDER PAGE20F3 Contract Change Order City of Palo Alto Department: Public Works Engineering Contract Number: C11136473 CONTRACTOR CERTIFICATION: The undersigned Contractor approves this Change Order as to the changes, if any, in the contract price specified for each Line Item and as to the extension of time allowed, if any, for completion of the entire work on account of each Line Item, and agrees to furnish all labor and materials and perform all work necessary to complete any additional work specified therein, for the consideration stated therein. CLAIM PROCEDURE: Any items in Contractors Change Order Request that are not included in this Change Order are hereby deemed rejected as of the date of this letter. If Contractor wishes to dispute this rejection, it may submit a Claim ursuant to Section 4.2 of the Contract General Conditions within thirt 30 da s of the date of this Chan e Order. Accepted for Contractor: Accepted for City of PallO Alto: By: Signature Declined By: Andy Brophy Flintco -Project Manager Title: Title: Date: Date: SCOPE OF WORK .... 0 N .., -: I/) D:: u :E u:: en 0 0 0... (,) 0:: c( u. (,) Description Amount 096.2 030 ASI 030.1 Aluminum Covers at HSS Outriggers 0 127.3 282 1168 Com cast Cable Sawcutting and Hand Excavation 1,634 199.2 500 1231 1065 RFI1231 1231.1 Add Drill Pavers for Lights -Adjustment 278 ./ 207.7 444 1112 1042 RFI 1112 Relocate FDC Line Bldg B 1,873 ,/ 213 293 860 1022 RFI 860 Added Column Covers 2nd Floor Bldg A 6,548 ./ 277.2 419 1090 1117 RFI 1090 Small Energy Dissipator NSC Tank 587 r/ 282 400 1073 033 1143 RFI 1073 Room Finish in Vestibule Bldg C (C136) 5,139 V 306 408 1105 1054.1 RFI 1105 Box Out Column Tops 14,892 r/ 336 454 1179 1046 RFI 1179 GSM for Elevator Shaft Gaps Bldg A 916 391 511 1268 1066 RFI1268 Plumbing Pipes in Telecom Room Bldg C (C128) -Adjustment -375 427 562 168 057 1087.1 ASI168 Acoustic Pony Wall Underftoor (A116) 3,707 494 665 194 1164 ASI 194 Non-Rated Ceilings (A221 , A233, A234) -1,617 Total for this change order 33,582. 1. Potential Change Order 3. Request for Information 5. Field Order or Extra Work Authorization 2. Change Management 4. Architect's Supplemental Instructions 6. Change Order Request Note: This Change Order is being issued unilaterally by the City. The basis for the adjustment in the contract sum was determined by the City pursuant to Section 7.2.4 (iii). Contractor has indicated that it is unwilling to execute a Change Order because it does not wish to be bound by subsection 7.2.13 of the Contract General Conditions. The City's action in approving this unilateral Change Order is intended to ensure fair and prompt adjustment to the Contract Sum. In doing so, the City expressly disavows any intent to waive or any actual waiver of any of the Contract provisions regarding Change Orders. All provisions of the Contract Documents remain in full force and effect. ApPENDIX B -CONTRACT CHANGE ORDER PAGE20F3 Contract Change Order City of Palo Alto Department: Public Works Engineering Contract Number: C11136473 ! " -, " , , .., , ' .,' ., I'" ,~ -, ~ ~:~~f1tr~,Ct Change Orch~t ffl0tfty..frrw'o ~ ,ciQi#lnu.e~' , ", , " ': ":""'::"'3"~' ':-~~;, "~'" , ',J I~ ,'~ _ ' ~ ~ .' ~" " • < ) ~ ,1. ,.., ,->" '" , ~!-.., __ • <~ •• ~., ~;;; ~ ~ )-~ .'.<;:::' ~', ~ ~ CONTRACTOR CERTIFICATION: The unQersigned Contractor approves this Change Order as to the changes, if any, in the contract price specified for each Line Item and as to the extension of time allowed, if any, for completion of the entire work on account of each Line Item, and agrees to furnish all labor and materials and perform all work necessary to complete any additional work specified therein, for the consideration stated therein. CLAIM PROCEDURE: Any items in Contractor's Change Order Request that are not included in this Change Order are hereby deemed rejected as of the date of this letter. If Contractor wishes to dispute this rejection, it may submit a Claim pursuant to Section 4.2 of the Contract General Conditions within thirty (30) days of the date of this Change Order. Accepted for Contractor: Accept~r ~ty ~ Palo ~to: By: Signature Declined Title: Andy Brophy Flintco -Project Manager Date: '0 CO< ... "!:.. 0 :E ii: en Q. 0 « c( 090 303 (Various-(Various- See Alt. A) See Alt. A) 157.3 313 101 221 666 896 096 229 318 920 245.2 357 932 250 364 989 251 365 927 292 415 1107 299 463 122 304.2 479 1185 329 449 1170 375 501 1239 377 499 1230.1 438 563 1373 521.1 697 202 1. Potential Change Order 2. Change Management Title: Phil Bobel Assistant Director of Public Works Date: 'f/'~/13 I , SCOPE OF WORK Q: 0 0 Description Amount , It) 0 u. 1084 ASI 083, 140,202 Fences, Gates, and Related Footings 50,532 ,/ 1044 ASI101 Wood to Granite Seatwall West Courtyard 325 v' 1176 ASI 096 Courtyard AV Projector Pedestal 7,003 ./ 1192 RFI 920 Waterproofing at Stair 1/Fire Riser Room 2,131 .,/ 1043 RFI 932 Column Cover Bases & Heights 2,161 ./ 1171 RFI 989 WP Curb Between Pavers and Green Roof 10,089 t/ 1050 RFI 927 Exterior Protective Coating for Substrate 1,465 ./ 1100 RFI 1107 North Curtain Wall Beam Supports Bldg A 4,797 ./ 1085 ASI 122 Driveways Middlefield Rd -10,931 V' 1170 RFI1185 Extend Gutter Width Middlefield Rd 440 V 1148 RFI 1170 Waterproofing Parapet & Exterior Soffit -3,831 ./ 1103 RFI1239 Braces Operable Partition MPR (C139) Bldg C 6,200 ,/ 1157 RFI 1230 & 1230.1 Beam Closure Plates Bldg C 1,222 / 1092 RFI 1373 Footing Stem Wall Fence & Gate 4 Bball Court 2,193 ./ ASI 202 Gate Elevation, Swing, and Glass Panels (Partial) Included Total for this change order 73,796. / 3. Request for Information 4. Architect's Supplemental Instructions S. Field Order or Extra Work Authorization 6. Change Order Request Note: This Change Order is being issued unilaterally by the City. The basis for the adjustment in the contract sum was detennined by the City pursuant to Section 7.2.4 (iii). Contractor has indicated that it is unwilling to execute a Change Order becauss it does not wish to be bound by subsection 7.2.13 of the Contract General Conditions. The City's action in approving this unilateral Change Order is intended to ensure fair and prompt adjustment to the Contract Sum. In doing so, the City expressly disavows any intent to waive or any actual waiver of any of the Contract provisions regarding Change Orders. All provisions of the Contract Documents remain in full force and effect. ApPENDIX B -CONTRACT CHANGE ORDER PAGE20F 3 Agenda Library Bond Oversight Committee Quarterly Meeting Tuesday, April 23, 2013 7th Floor Conference Room 4:00 PM – 5:30 PM Committee Members: Sandra Hirsh (Chair), Alice Smith (Vice-Chair), John Melton, Dena Mossar, James Schmidt Staff: Phil Bobel (Public Works), Brad Eggleston (Public Works), Debra Jacobs (Public Works), Richard Hackmann (Public Works), Monique leConge (Library), Joe Saccio (Administrative Services), Tarun Narayan (Administrative Services), Jim Pelletier (City Auditor’s Office), Cara Silver (City Attorney’s Office) Others: ROLL CALL ORAL COMMUNICATIONS APPROVAL OF MINUTES – February 5, 2013 AGENDA REVIEW & REVISIONS UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress a. Mitchell Park Library & Community Center b. Temporary Main Library 2. DISCUSSION – Design Progress a. Main Library NEW BUSINESS 3. DISCUSSION - Update on Main Library Project a. Bidding and Construction Schedule b. Preparation of Bond Issuance 4. DISCUSSION - Draft Financial Report Summary from Administrative Services a. Expenditures to Date – Summary Spreadsheet 5. ACTION - Approval of Quarterly Report to Finance Committee 6. Next Steps a. Next Meeting – Tuesday, July 23, 2013 or another date? ADA: Persons with disabilities who require auxiliary aids or services in using City facilities, services, or programs or who would like information on the City's compliance with the Americans with Disabilities Act (ADA) of 1990, may contact (650) 329-2550. Sign language interpreters will be provided upon request with 72 hours in advance notice. Meeting materials will be provided at the meeting. Visit www.cityofpaloalto.org or call (650) 617-3174 for more information. 1 Draft Minutes Library Bond Oversight Committee Quarterly Meeting Tuesday, February 5, 2013 7th Floor Conference Room 4:00 PM – 5:30 PM Committee Members Present: Sandra Hirsh (Chair), Alice Smith (Vice-Chair), John Melton, Dena Mossar, James Schmidt Staff Present: Phil Bobel (Public Works), Brad Eggleston (Public Works), Debra Jacobs (Public Works), Richard Hackmann (Public Works), Monique leConge (Library), Joe Saccio (Administrative Services), Tarun Narayan (Administrative Services) ROLL CALL ORAL COMMUNICATIONS  None APPROVAL OF MINUTES – October 30, 2012  Approved 5-0, moved by Mossar, seconded by Schmidt AGENDA REVIEW & REVISIONS UNFINISHED BUSINESS 1. DISCUSSION – Construction Progress a. Mitchell Park Library & Community Center  Jacobs gave an update on MPL  Jacobs has directed Flincto to go back and correct things that have not been done properly  Bobel said two major mile stones have occurred: windows installation and testing has been completed and the ceiling installation has begun  Bobel said staff is pushing to have as much work done as possible but has to wait to start some things until Mechanical/Electrical/Plumbing (MEP) is complete  Bobel said Bay Mountain Air was removed from the job as a subcontractor but Flincto is still failing to fully control, schedule, and ensure the quality of its subcontractors 2  Bobel told the LBOC he contacted the parent company of what we refer to as Flintco (but is technically Flintco Pacific) and opened up a dialogue with the CEO of the parent company, Flintco LLC.  Bobel said since then, due to most of the subsidiaries of Flintco LLC being sold, the CEO of Flintco LLC is now the CEO of Flintco Pacific so Bobel is hoping this will improve the situation  Smith said staff needs to look at the legal ramifications of the sale of most of the parts of Flincto LLC and how that affects any recourse the City might have against Flintco Pacific  Bobel said the most important thing to figure out now is what are the assets of Flintco Pacific  Smith said staff should also ask for outstanding litigation against Flintco Pacific  Bobel said staff has to determine when, if ever, they should find Flintco in overall default on the project but that brings with it a myriad of issues  The City has issued three default notices for components of the project thus far  Bobel explained that many times firing a contractor or subcontractor costs more money in the end so that is a big factor in the decision  Bobel then presented the updated MPL construction schedule  Bobel said it is likely there will be a punch list on this project of things that still need to be completed once MPL is operational  Melton said that when he used to do projects once the 75% completion threshold was achieved he would have the engineers go back and generate a new cost to complete figure in order to double check the numbers  Smith asked staff to look into legal remedies for correcting the errors by the window and glass subcontractor b. Temporary Main Library  Eggleston said that Temporary Main Library will be in the Art Center Auditorium  Eggleston said on April 1, 2013 Temporary Main Library construction will begin and will open May 3, 2013  leConge said very basic library service with be provided at Temporary Main Library with limited circulation and hours 2. DISCUSSION – Design Progress a. Main Library  Eggleston said the bid process for Main Library is underway and should be completed in the coming months  Eggleston said that Nova Partners was brought on for Main Library as the construction management firm and that they have done work for the City before and things have gone smoothly 3  Eggleston said Nova has been doing plan reviews and more detailed analysis of the specs of Main Library due to issues with MPL  Nova is working on additional prequalification criteria for the contractors who are allowed to bid on the project  Melton asked if there are local contractors under consideration and Eggleston said he didn’t know NEW BUSINESS 3. DISCUSSION - Update on Main Library Project a. Bidding and Construction Schedule  Mossar said that the bonded cost for library renovations should be presented along-side the construction costs in the reports  Hirsh asked staff to include the reasons why the Main Library project cost is over the projected cost so it stays at the forefront  Smith asked if staff is going to do performance bonds with each subcontractor at Main but staff didn’t know the answer  Eggleston said that he thinks they will issue invitations to bid on March 1, 2013 and should have those back within a month and award the contract on May 6, 2013  Eggleston said construction is expected to begin in early June 2013  Hirsch asked if staff could account for secondary costs to the Main Library project caused by delays to MPL b. Preparation of Bond Issuance  Saccio said the bond process would begin in March 2013 and takes about two-and-a-half to three months to complete  Schmidt reminded us that the thinking from previous conversations is to issue the maximum amount of bonds allowable for the last project, Main Library, and return extra funds if you have them 4. DISCUSSION - Draft Financial Report Summary from Administrative Services a. Expenditures to Date – Summary Spreadsheet  Narayan gave the report and didn’t have anything unusual to note 5. ACTION - Approval of Quarterly Report to Finance Committee  Approved 5-0 as amended, moved by Mossar 4 6. Next Steps a. Next Meeting – Tuesday, April 23, 2013  Hirsh asked staff to send her the transmittal template for sending LBOC financial reports to the City Council Finance Committee including the additional sentence that the timing of when different reports are produced/released is the reason they contain different figures at times $0 $1,000,000 $2,000,000 $3,000,000 $4,000,000 $5,000,000 $6,000,000 $7,000,000 $8,000,000 Co s t Percent Completion Mitchell Park Library Approved Change Orders (CO's) and Outstanding Potential Change Orders (PCO's) Approved CO's Outstanding PCO's Flintco COR's 10% Contingency 20% Contingency 4.19 (DT) 5.21 (DT) 4 (DT) $45.94 (Mitchell) $49.04 (Mitchell) $50 (Mitchell) $22.34* (Main) $20.1 (Main) $18 (Main) 1.46 (Other) 1.65 (Other) 4 (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 E s 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) Library Bond Fund Utilization Projections (April 2013) Mitchell Park Library Main Library Temporary Libraries & Bond Costs $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. $73.93M $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. $29.24 (Flintco) $5.97 (Turner) $6.02 (Group 4) $4.71 (Other) Palo Alto Library Projects Bi-Monthly Progress Report March/April 2013 Mitchell Park Library & Community Center Main Library Mitchell Park Main Entry Table of Contents I. Mitchell Park Library & Community Center  Status Report  Management Summary  Schedule Milestones II. Main Library  Status Report III. Financial Summary 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 March/April 2013 PROJECT CONSTRUCTION CONSTRUCTION BEGAN: September 2010 ANTICIPATED OPENING: Late 2013 PROJECT TEAM OWNER: City of Palo Alto Public Works ARCHITECT: Group 4 Architecture GENERAL CONTRACTOR: Flintco Pacific, Inc. CONSTRUCTION MANAGER: Turner Construction Company FOR MORE INFORMATION www.cityofpaloalto.org/gov/topics/pro jects/facilities/library/default.asp KEY ACCOMPLISHMENTS  Mechanical systems coming online  Landscaping commenced  Green roof substantially complete  Stone work commenced UPCOMING ACTIVITIES  Exterior painting and trim  Interior ceilings in progress  Ornamental fencing  Courtyard hardscape Mitchell Park Library Landscaping Begins Library Roofing Started March/April 2013 Mitchell Park Library Landscaping Work Commenced Photos Mitchell Park Library & Community Center Management Summary March/April 2013 Noteworthy Accomplishments  Landscaping commenced  Interior glazing commenced  Green roof planting substantially complete  Mechanical systems coming online Current Project Challenges:  Processing the high volume of change documentation and providing direction o Flintco reports submittal of 97 more change order requests is still pending o Weekly review meetings are in progress  The pace of work needs to pick up with more manpower assigned to critical path activities  Disputes over non-compliant work needs resolution Safety  Public Safety is a priority outside the fence. No incidents reported to date. Quality Control  City and Special Inspection Work: o Work needs to be ready when inspection is requested o Work should pass inspection the first time  Quality Control Observation Reports: o Open reports for above ceiling and under floor work need to be signed off o Remedial sliding glass doors work is in progress Mitchell Park Library & Community Center Schedule Milestones March/April 2013 Main Library 1213 Newell Road, Palo Alto Exterior View March/April 2013 2011 PROJECT CONSTRUCTION CONSTRUCTION BEGINS: Summer 2013 ANTICIPATED OPENING: Late 2014 PROJECT TEAM OWNER: City of Palo Alto Public Works ARCHITECT: Group 4 Architecture CONSTRUCTION MANAGER: Nova Partners FOR MORE INFORMATION www.cityofpaloalto.org/gov/topics/pro jects/facilities/library/default.asp KEY ACCOMPLISHMENTS  Construction contract awarded  Main Library closed and Temporary Main Library opened in May UPCOMING ACTIVITIES  Construction to commence in late June 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 incorporates upgrades to the historic building’s structural, electrical and mechanical systems while preserving the integrity of architect Edwards Durrell 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. MEASURE N ENGINEER'S ESTIMATE PROJECTED RESERVES 09010 Cubberley Temporary Library 645,000 619,687 25,313 09005 Downtown Library 4,000,000 5,212,000 4,191,782 1,020,218 09006 Mitchell Park Library & C.C.50,000,000 49,043,000 45,942,397 3,100,603 11000 Main Library 18,000,000 20,100,000 22,342,563 -2,242,563 11010 Art Center Temporary Library 500,000 528,232 -28,232 Bonding and Financing Costs 4,000,000 500,000 310,000 190,000 BONDED AMOUNT 76,000,000 76,000,000 73,934,661 2,065,339 Thru April 2013 PALO ALTO LIBRARIES BOND MEASURE N PROJECTS FINANCIAL SUMMARY BUDGET COSTS CITY OF PALO AL.TO PUBLIC WORKS DEPARTMENT PO Box 10250 Palo Alto. CA 94303 650.329.2151 May 22, 2013 Mr. Thomas MaxwellJ President Mr. John Stump, Senior Vice President Flintco Pacific, Inc. 401 Derek Place Roseville, CA 95678 Re: Mitchell Park Library and Community Center Project, Palo Alto Contract No. Cl1136473 Dear Messrs. Maxwell and Stump: The City of Palo Alto has received your letter of May 10J 2013 that references our May 2, 2013 letter to you notifying Flintco of its failure to correct defective work. In that letter, we requested an action plan for the performance of uncompleted work and notified Flintco of the City's intent to invoke default proceedings. With regard to Flintco's May 10, 2013 letter, the City is disappointed that Flintco has elected to repeat its inaccurate contentions rather than provide the requested information and take the necessary steps to address its failure to uphold its contract responsibilities. At our meeting on May 20J 2013J we reviewed Flintco's status to complete all noted categories of default items by no later than May 30,2013. We noted at the beginning of the meeting that we had seen little to no progress on any of the default itemsJ and did not view FlintcoJs May 10, 2013 letter as responsive to the information requested, particularly with regard to categories two and three. Mr. John Stump made very specific representations concerning the default categories identified in the City's letter of May 2J 2013. The purpose ofthis correspondence is to confirm our understanding of Flintco's promises, and underscore our expectations that Flintco will fulfill its promises without further excuse or delay. I. Category One Deficiencies Category I.A: Sliding Glass Doors With respect to the sliding glass doors, the City's May 2 correspondence identified the eight prior notices given to Flintco to correct its defective work. For almost a year, Flintco has failed to address the numerous deficiencies in the door instaliationJ and has unsuccessfully tried to modify a door not recommended by the C ityOfPa I oAI to.o rg Printed with soy-based Inks on 100% recycled paper processed vvithout chlorine manufacturer for exterior use. The door's failure in the field water testing of April 25, 2013 should have been sufficient for Flintco to realize that the door is not suitable. The City understands that Flintco has made a firm commitment that the reinstallation of doors, including all head, jamb and sill details, and the various instructions to Flintco related to this work will be performed in compliance with the contract by no later than May 30,2013, and that this work has commenced. Category 1.B: Title 24 Certification The Title 24 certification of glazing assemblies is a contract requirement. Flintco is obligated to demonstrate that the glazing assemblies installed meet these requirements. The usual practice is to provide materials that have been pre-certified as complying with Title 24 requirements. Flintco's subcontractor has elected to employ glazing assemblies that were not pre-certified to meet Title 24 standards. Turner conducted extensive research to give Flintco's subcontractor an opportunity to seek certificatioll of its unrated glazing assemblies. Although Flintco has at times contended that it has provided the certificates, it is Turner's assessment that no certifications have been provided by Flintco. The City has yet to see any evidence that Flintco or its glazing subcontractor is actively pursuing approval of its unrated glazing assemblies. Either Flintco needs to replace the installed glazing with certified glazing assemblies, or it must obtain approval for the non-certified assemblies. In an effort to comply with the City's notification of potential default, Flintco has told us that it intends to provide the City with a binder containing all correctly filled out code compliance forms and supporting documentation from the corresponding manufacturer. This will specifically note corresponding center of glass U factor and SHGC, for each and every type of glass assembly and/or NFRC certificates for all Title 24 certification items in accordance to the Plan Review Comments from the Building Department dated April 15, 2013 for the Energy Acceptance Forms by no later than May 24, 2013. Category 1.C: Cabling Replacement and Cleaning Flintco failed to protect cabling from water intrusion and contamination from debris during installation. This is one of many instances of Flintco failing to provide adequate quality control and oversight over the work being performed at the project. Flintco has assured the City that all of the cabling for Buildings Band C will be replaced in their entirety, and that all conduits will be cleaned to remove all water and debris by no later than May 3D, 2013. Flintco was unable to identify to the City who will be performing this work, in light of the recent discharge of Applegate Johnston's cabling subcontractor. The City understands that Flintco's cleaning and replacement of cabling will be done in a manner that will protect the cabling from water intrusion. Category 1.D: Correct Lavatories to Comply with ADA Requirements Flintco has a contractual obligation to comply with ADA requirements. As an experienced contractor, Flintco should be well acquainted with ADA requirements, and the strictness by which such requirements are enforced. As yet another instance of a failure in Flintco's quality control, the lavatory walls were found to have numerous departures from ADA requirements. Rather than correcting these problems, Flintco's approach was to seek relief from compliance with these requirements. Not too surprisingly, those charged with inspection of ADA requirements rejected Flintco's request. The City required corrections to be completed by May 30,2013. Flintco has promised that all lavatory walls will be corrected to comply with ADA requirements by no later than May 30, 2013. Flintco has noted a possible delay to the completion of tile work because of a delay in the ordering of tile materials. This notation is also applicable to Category i.E. Flintco is required to perform this corrective work, or submit a schedule that realistically demonstrates completion by the May 30, 2013 deadline. Category 1.E: Use of Incompatible Materials in Building A Showers The walls and floors at the Building A showers were installed using a waterproof coating that was incompatible with the type of wall board used. Flintco claims that it relied upon a sales representative's statements that the materials were compatible. Consultation by Turner with the manufacturer's technical representatives have confirmed the incompatibility ofthe waterproofing with the wall board, and have confirmed that the manufacturer will not warrant the bathroom enclosures as currently installed. Flintco's use of non­ compatible materials in the Building A showers requires immediate correction to ensure a competent waterproofing system that will receive a manufacturer's warranty. Flintco will correct its unacceptable use of incompatible materials and incorrectly installed product in the Building A showers by no later than May 30, 2013. Flintco will remove all installed Red Guard product on the floors and walls and will install a competent waterproofing system that will receive a manufacturer's warranty covering the entire waterproofing system. The City wishes to stress that it expects all of the above items to be completed in their entirety, except as expressly noted above, by no later than May 30,2013, and that any failure by Flintco will be considered grounds for immediate termination. II. Category II Deficiencies Our correspondence of May 2, 2013 required Flintco to provide a detailed Plan of Correction by no later than May 16, 2013. No plan has been received. The City observes that Flintco's reported identification of 42% of the items being "Work in Progress" is neither sufficient nor an accurate identification. Flintco has indicated that it has elected to adjust its schedule to permit work to proceed in the many areas where work is currently available. Flintco will provide the City with a six week look ahead schedule, that will identify the specific activities that will be completed, and the allocation of personnel that the City may expect to see performing each task, including subcontractor personnel. This schedule will also address all of the thirty-six items identified by the City in Category III. In addition, Flintco will provide a list of what it considers to be the constraints on completion of all work in a constraint log. The constraint log will identify all of the constraints currently identified by Flintco as preventing or impeding its ability to complete construction. III. Category III Deficiencies The City asked Flintco to provide a staffing plan that identifies the subcontractor, the number of workers and the dates to be worked to complete the thirty-six items identified. Flintco's submission of "target dates" does not assist the City in understanding how Flintco intends to proceed with the completion of these items. In some instances, Flintco's "target dates" appear to directly contradict its most recent schedule update. For example, we observe that Flintco now claims that the "TelejData Rooms" will be completed on June 7, 2013. Flintco's most recent schedule update indicates that TelejData Rooms -Electrical Trim (CFIN 1215) is not scheduled for completion until August 16, 2013. We understand that the six week look ahead schedule and the constraint log will be updated to address the requested staffing plan, and that Flintco will provide these documents to the City by no later than May 24, 2013. IV. City's Response to Flintco's Excuses As to Flintco's various excuses and accusations, the City and its Construction Manager, Turner, have repeatedly demonstrated that Flintco has utterly failed to devote the effort necessary to ensure timely completion of the project. The City provides the following observations concerning Flintco's list of complaints: A. Project Design Flintco has attempted throughout this project to excuse its poor management, coordination and quality control by blaming the completeness of the design. Flintco has yet to explain why it proceeded to bid on this project if it had an honest belief that the project design was inadequate. There is no apparent evidence of Flintco claiming an inability to bid based on the project design. Now, after having two years in which to study the project drawings, Flintco still claims that it does not know how to complete the project. Flintco appears to be suffering from either an appalling lack of construction experience, or is engaged in a concerted effort to manufacture claims. When the City visits the project site, it is evident that there are three separate buildings with ample work available at each location, but little to no workers present. It is inexcusable for Flintco not to have a significant body of workers at the project working on completion. If Flintco has an honest belief that it is unable to perform, then Flintco should provide a specific list of those issues that prevent it from working at each area of Buildings A, Band C where work is available but not being performed. B. Flintco's Abuse of Construction Administration Processes Part of Flintco's apparent decision to manufacture claims in lieu of performing its contractual responsibilities is the attempt to occupy the City's construction management resources with needless and repetitive requests for "direction. Flintco's demands for "field orders" to proceed with contract work is a good example of this type of abusive behavior. Flintco does not require a field order to proceed with its contractual obligations. The City requests that Flintco cease and desist from demanding Field Orders for the performance of contract work. Another wasteful Flintco practice is the generation of frivolous Requests for Information. There are numerous instances where Flintco has requested direction about matters that are directly addressed in the contract specifications, or in the applicable building codes. The City is not obligated to provide Flintco with information that is readily available in the contract documents. This practice on the part of Flintco demonstrates either a desire to divert City resources away from proper project administration and/or another abusive claims fabrication practice. The City demands that .Flintco senior management take personal responsibility over the repetitive and unnecessary requests made by Flintco's staff. At the May 20, 2013 meeting, Mr. Stump told us that if we provided him with proof that Flintco has engaged in such practices, he would ensure that these kinds of RFls are no longer issued by Flintco. We agreed to provide Mr. Stump with some examples ofthese abusive RFls. Flintco has indicated its perception of responses to RFls is couched in a manner that does not directly address its concerns. We understand that Mr. Stump will provide us with some recent examples of RFls in which the response has not provided Flintco with the information it believes it needs to complete its work. The City has indicated its willingness to assist with improving the RFI process so that it is more productive for all concerned. These RFls will be exchanged no later than May 31,2013. C. Processing of Change Orders Another further example of Flintco's efforts to bog down the administration of this project is its repeated failure to comply with the contract requirements for the submission of change orders. Flintco has largely ignored its obligation to provide notification of claims within seven days. Flintco's failure to provide timely notification until long after issues have arisen denies the City the opportunity to investigate and document while the particular issue is pending. Flintco's failure to provide timely and adequate notice has prevented the City in some instances from verifying both the basis for its claim and the amounts being claimed by Flintco. Article Seven of the General Conditions provides specific requirements for the identification and documentation of allowable costs. Flintco has repeatedly failed to provide documentation that complies with the documentation requirements. As a result, this requires a series of requests for additional information back to Flintco in order to obtain accurate costing. Flintco also continues to include improper percentage markups in its Change Order Requests, instead of the percentage markups that are plainly provided under Section 7.3.1 and 7.3.2 of the Contract. This requires recalculation and correction of overstated percentage markups, and is a waste .j of project resources. If Flintco desires quicker processing of its change order requests, the City suggests that Flintco examine its own failure to comply with the Contract requirements. We understand that Flintco will provide the City with its views on resolving change order issues, which will be provided in the form of a "settlement proposal" in an effort to maintain confidentiality of Flintco's position. This "settlement proposal" will be provided by Flintco to the City by no later than June 21, 2013. The City will review Flintco's position and provide a response, in an effort to seek closure on these issues. D. Flintco's Failure to Provide Supervision, Coordination or Quality Control One of the more obvious problems on this project is Flintco's failure to devote adequate resources to supervision, coordination and quality control. The numerous instances of failed inspections and re-inspections demonstrate that Flintco does not have qualified and experienced personnel overseeing its own work and the work of its subcontractors. One example of Flintco's apparent indifference to quality came in a recent inspection, where a dozen items were identified to be corrected. The Flintco representative then asked the Inspector to approve installation of drywall over these uncorrected conditions. This remarkable indifference to quality and conformance with contract requirements appears to be endemic to Flintco's performance on this project, and is the primary reason for so many non-conformance reports being issued on this project. It is Flintco's contractual obligation to provide continuous quality control over its own work and the work of its subcontractors. The City believes the best way for Flintco to minimize its quality problems is to adopt an internal coordination and quality control program within its own operations and with its subcontractors. The City will continue to make its inspector available on reasonable notice to provide building inspections. It is Flintco, however, not the City, who should provide its own quality control efforts on a continuous basis. E. Progress Payment Requests Another Flintco complaint deals with its progress payment requests. Again, it appears that the problem rests with Flintco. Flintco has engaged in a consistent effort to exaggerate percentage completion of its work in an apparent effort to have the City overpay for the work completed. This process of correcting these overstated reports is made all the more complicated by the amount of corrective work that remains outstanding. The City's construction manager has spent several hundred hours investigating and correcting Flintco's overstated payment requests. At times, these submissions have gone beyond a mere difference of opinion, and have presented issues of false and overstated demands for payment that are of great concern to the City. The processing of progress payment requests will go much faster if Flintco abandons its practice of exaggerating what has been completed, and overstating its progress payments. In addition, if Flintco takes a more active approach toward addressing the correction of defective work, it will provide a more ready means of assessing completion, and will have a greater opportunity for actual progress on contract work. v. Status of Default .. The City appreciates the promises and assurances provided by senior Flintco management at our meeting of May 20,2013. We want to ensure there is no misunderstanding that Flintco must fulfill its obligations to fully cure all default items by no later than May 30,2013. If that does not occur, it is the intention of the City to declare Flintco in default, and invoke all necessary remedies to mitigate the City's damages, including but not limited to the appointment of a new contractor to complete the project. To that end, the City will be bringing representatives to the site in the next few days to review the status of completion. Please alert Flintco's staff and subcontractors oftheir contractual obligation to provide full access to the City and its representatives during these site visits. Sincerely, ffJ~L<---- J. Michael Sartor Director Public Works John Stump, Senior Vice President of Flintco Pacific Fidelity and Deposit Company of Maryland, Bond Number PRF08975391/8219891O Federal Insurance Company, Bond Number PRF08975391/8219891O Jim Hamel, Zurich American Insurance Company Tom Tripp, Turner Construction