Loading...
HomeMy WebLinkAbout2001-06-04 City Council (2)TO: FROM: City of Palo Alto. CityManager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS 5 DATE: SUBJECT: ,JUNE 4, 2001 CMR:263:01 1)APPROVAL OF A BUDGET AMENDMENT ORDINANCE FOR THE FISCAL YEAR 2000-01 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $6,024,814 FOR THE DOWNTOWN PARKING STRUCTURES CAPITAL PROJECT NUMBER 19530 FOR PLANNING, FINAL DESIGN, ACQUISITION, PROJECT MANAGEMENT, ASSESSMENT DISTRICT COSTS; AND APPROVAL OF CONTRACT AMENDMENTS WITH WATRY DESIGN GROUP AND TURNER CONSTRUCTION COMPANY IN THE AMOUNT OF $2,112,652 FOR FINAL DESIGN SERVICES FOR THE DOWNTOWN PARKING STRUCTURES REPORT IN BRIEF On May 14, Council approved a Resolution authorizing staff to issue and sell bonds to refinance the University Avenue Off-Street Parking District’s 1989 bonds; pay remaining debt service on the 1977 Parking Bonds; and reimburse the City’s General Fund for study and pre-design expenditures. Staff is now requesting approval of a Budget Amendment Ordinance that appropriates funds for final design and architectural work, acquisition costs, assessment engineer expenses, management and administrative work. In addition, staff is requesting approval of amendments to existing design and construction contracts necessary for the next phase of work. CMR:263:01 Page 1 of 6 RECOMMENDATION Staff recommends that Council: Approve a Budget Amendment Ordinance (Attachment A)for Fiscal Year 2000-01 to provide an additional appropriation of $6,024,814 being funded by a combination of bond proceeds and cash payments ($5,095,369), the General Fund Budget Stabilization Reserve ($163,150), the University Avenue Parking In-Lieu Fund ($766,295) and additional transactions described in this report. Approve and authorize the Mayor to execute Amendment No. 2 to Consultant Contrac.t No. C6076145 with Watry Design Group (Attachment B) in the amount of $1,636,000 to provide final design services for the Downtown Parking Structures. Approve and authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract amendment with Watry Design Group for related, additional but unforeseen work that may occur during final design work, the total value of which change orders shall not exceed $163,000. Approve and authorize the Mayor to execute Amendment No. 1 (Attachment C) to Consultant Contract No. C8103688 with Turner Construction Company for $285,138 to provide project management services to supplement existing staff during Phase III of the Downtown Parking Structures. Approve and authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract amendment with Tumer Construction Company for related, additional but unforeseen work that may occur during Phase III, the total value of which change orders shall not exceed $28,514. ’ BACKGROUND On March 19, 2001, Council adopted a Resolution Adopting Engineer’s Report, Confirming the Assessment, Ordering the Work and Directing Actions with Respect Thereto for the new University Avenue Area Off-Street Parking Assessment District. On May 14, Council approved a Resolution authorizing staff to issue and sell bonds to refinance the University Avenue Off-Street Parking District’s 1989 bonds; pay remaining debt service on the 1977 Parking Bonds; and reimburse the City’s General Fund for study and pre-design expenditures.. In addition, on May 14 staff indicated that it would return to Council with a Budget Amendment Ordinance for the downtown parking structures project. DISCUSSION In anticipation of a successful bond sale and closing on June 13 and June 26, respectively, staff is requesting approval of a Budget Amendment Ordinance (BAO) and other contract amendment approvals necessary to implement the downtown parking structures project. This CMR:263:01 Page 2 of 6 BAO includes, the required appropriations for the next phases of the project. These include funds for final design and architectural work, acquisition costs, assessment engineer expenses, management and administrative work. Examples of such work include the contract amendments cited in this report for architectural and engineering services that will provide for the preparation of final construction documents. Approval of this BAO also will provide design services and related support up to the time of construction of the garages. During the final design phase, Watry Design Group will complete the exterior detailing as well as the interior electrical, mechanical, and other specialty work on the garages. The construction cost, logistics and schedule will also be refined during this period. During the preliminary design period, an engineer from Turner Construction Company was hired to supplement staff from the Public Works Department. The Public Works Department did not have sufficient staff to fully staff the parking structure project given its workload and used outside assistance in this area. Approval of the BAO and the attached .contract amendment will allow this assistance to continue through final design. As mentioned in prior reports, staff will be returning in Spring 2002 with the second stage of financing for this project. As with the first phase, staff will return with a request to authorize the issuance and sale of bonds; another BAO for authorization to spend funds for the project; and a request to approve awarding a construction contract. In addition to authorizing funds for the parking structure project, the BAO authorizes additional transactions. Based on a previous Resolution of Intention to Reimburse, the General Fund will be reimbursed $532,048 from bond proceeds for funds advanced in the initial stage of .the project. The General Fund, in turn, is responsible for paying for preliminary and final design costs associated with the non-parking area that will be made available to future tenants. This results in an appropriation from the Budget Stabilization Reserve (BSR) and a transfer to the project of $163,150. It is staff’s intent, to reimburse the BSR for the $163,150 when it debt finances the construction of the non-parking area in the second financing phase of this project. Staff is also requesting through the BAO a transaction that wi!l transfer the cost of Assessment Engineer work to the project instead of having it come from the City’s operating budget. This is accomplished by decreasing the General Fund operating budget by $72,400 and including these fundsin the appropriation for the project. As stated in CMR:237:01, parking in-lieu funds used to finance the initial study and design costs will not be reimbursed. This is because the sole purpose for which those funds may be used is to pay costs associated with providing new parking. Staff is .requesting that $766,295 currently in the Parking In-Lieu Fund be transferred and appropriated for the project. Finally, staff is requesting that Council recognize receipt of $144,754 in cash payments from District property owners. Approximately $28,389 .in associated financing costs must be CMR:263:01 Page 3 of 6 returned to these property owners since they are not financing their assessments; the remainder of the cash payment, $115,426, will be used toward project Costs. It should be noted that there are additional financial transactions related to the first phase financing. These transactions are not included in the requested BAO for project expenditures, but are necessary and will be paid by using bond proceeds. These transactions include: refinancing the 1989 District Improvement Bonds; paying remaining debt service on the 1977 parking bonds; funding cost of issuance expenditures such as the financial advisor and bond counsel; and paying the underwriter discount and bond insurance. RESOURCE IMPACT ~ ~ The attached BAO requests an additional appropriation for Project 19530 of $6,024,814 from the sources and for the purposes indicated in the table below. These are one-time expenses and future year ongoing resource needs that may arise as a result Of this BAO are unknown ~thistime. Amount $4,346,167 532,048 72,400 163,150 144,754 766,295 Total $6,024,814 Source Bond Proceeds Bond Proceeds Bond Proceeds General Fund Assessment Payments Parking In,Lieu Funds Use Project Experiditures Reimbursement to Gen. Fund Assessment Engineer Design Work/Non-Parking Project Expenditures Project Expenditures Attachment F summarizes the BAO’s approved to date in 2000-2001 that impact reserves. POLICY IMPLICATIONS Approval of the amendment and agreement are consistent with existing City policies. TIMELINE The final design is expected to be complete by December 2001. The construction documents could then be advertised for bids in January 2002, with the construction contract available for award in March 2002. It will take approximately 1.5 years to complete construction. 2001 June 4 Budget Amendment Ordinance to fund final design, architectural, and management work prior to construction June 13 Bonds sold June 26 Bond proceeds received CMR:263:01 Page 4 of 6 May - December Design work completed 2002 January March March Construction bids solicited Publish and mail notices of second assessment payment to each property owner. Property owners have 30 days to pay cash for all or part of their confirmed assessment. Award construction contract April Council adopts Resolution Authorizing the Issuance of Limited Obligation Improvement Bonds. This resolution confirms unpaid assessments after the second cash payment, authorizes the second, series of bonds and approves the bond sale documents for the second series. April City issues second series of bonds to finance construction of garages and non-parking area April Construction begins ENVIRONMENTAL ASSESSMENT On December 20, 1999, the City Council adopted a resolution certifying the adequacy of the Environmental Impact Report (EIR) for the parking structure project and made the required California Environmental Quality Act (CEQA) findings. ATTACHMENTS Attachment A:Budget Amendment Ordinance Attachment B:Amendment No. 2 to Contract. C607145 with Watry Design Group Attachment C:Amendment No. 1 to Contract C8103688 with Turner Construction Company Attachment D:Budget Amendment Ordinances Impacting Reserves Approved to Date in 2000-2001 PREPARED BY: Senior Engineer, Public Works CMR:263:01 Page 5 of 6 PREPARED BY: DEPARTMENT HEAD: JOSEPH SACCIO Deputy Director, Administrative Services GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:263:0 i"Page 6 of 6 ATTACHMENT A ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2000-01 TO PROVIDE ADDITIONAL APPROPRIATIONS TO THE DOWNTOWN PARKING STRUCTURES, CAPITAL ¯ IMPROVEMENT PROJECT NO. 19530 AND TO REIMBURSE THE GENERAL FUND FOR ADVANCE PROJECT FUNDING WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 19, 2000 did adopt a budget for fiscal year 2000-01; and WHEREAS, the Downtown Parking Structures Capital Improvement Project 19530 was established to assess options for constructing parking structures in downtown Palo Alto, including an environmental assessment, fiscal impacts, and mixed use concepts; and WHEREAS, Council approved in January 1998 the funding of design costs to the 50 percent completion level, after which time an assessment district was to be proposed and potentially approved by. a majority of downtown property in accordance with the Municipal Improvement Act of 1913; and WHEREAS, Council approved on January 2001, a resolution to make acquisitions and improvements for the proposed parking structures; and’ a resolution preliminarily approving the Engineer’s Report to establish a University Avenue Assessment District and conduct an assessment ballot process; and .WHEREAS,-the results from the ballot tabulation on March 19, 2001 indicated approval of 73 percent of those submitting ballots to establishan assessment district to help-to finance the new parking structures; and WHEREAS, Council approved on March 19, 2001, a resolution adopting the engineer’s report, confirming the proposed assessment, ordering work and directing actions with respect to the assessment process; and WHEREAS, Council has approved two financing phases for the downtown parking structures project: the first to fund final design work, acquisition costs, refund existing Assessment District Bonds, and reimburse the General Fund for advanced funding; and the-second phase to fund construction work; and WHEREAS, Council approved on May 14, 2001, a Resolution Authorizing Issuance of Limited Obligation Improvement Bonds for first phase financing; and WHEREAS, as part of its bond financing obligations, the City will establish an Agency Fund whereby the City will collect all monies associated with the bond issuance and annual assessments and make all payments associated with the project and debt service requirements on behalf of the 2001 University Avenue Off- Street Area Assessment District; and WHEREAS, Capital Project Number 19530, Downtown Parking Structures, needs to be increased to provide for completion of acquisition, final design, architectural, management and administrative and other project work; and WHEREAS, University Avenue Parking In-Lieu funds must be used solely for construction of public parking spaces within the assessment district; and WHEREAS, the City’s General Fund has advanced funding for parking structures expenses which are to be reimbursed by bond proceeds; and WHEREAS, design work related to the construction of the non- parking area on the S/L site must be funded through the City’s General Fund; and ¯ WHEREAS, City Council authorization is needed to amend the 2000-01 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: ~. The sum of $4,346,167 is hereby appropriated to Capital Improvement Project No. 19530 from bond proceeds. ~. The sum of $144,754 is hereby appropriated to CIP 19530 from paid Parking District assessments. ~. The sum of $766,295 .is hereby appropriated to CIP 19530, and the In-Lieu Parking Fund is reduced by the same amount. ~. The sum of $72,400 is hereby appropriated to CIP 19530 from bond proceeds, and the budgeted appropriation to Non- salary expenses in the Debt Issuance Functional Area in the Administrative Services Department is hereby reduced by the same amount. ~/Z~_O/3_~. Thelsum of $163,150 is hereby transferred from the General Fund BSR to cIP 19530 to fund non-parking related project costs. ~e~i~i~r~. The sum of $532,048 is hereby appropriated to the General Fund BSR from bond proceeds as reimbursement for advance funding. S~c~_o!l_~. The transactions in 4 and 5 will increase the BSR from $23,256,994 to $23,698,292. S~ci~to]3_~. The transaction in 6 will reduce the In Lieu Fund from $971,371 to $205,076. ~_LQ~. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council .is required to adopt thisordinance. S~d~T_LQ~I~I. On December 20, 1999, the City Council adopted a resolution certifying the adequacy of the Environmental Impact Report (EIR) for the parking structure project and made the required California Environmental Quality Act (CEQA) findings. ~2~T_LQ]~L_II. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: City Clerk APPROVED’AS TO FORM: Senior Asst. City Attorney APPROVED: Mayor City Manager Director of Administrative Services Director of Public Works .Director of Planning and Community Environment ATTACHMENT B AMENDMENT NO. TWO TO CONTRACT NO.C6076145 BETWEEN THE CITY OF PALO ALTO AND WATRY DESIGN GROUP . This Amendment No.Two to Contract No. C6076145 ("Contract") is entered into , .by and between the CITY OF PALO ALTO, a chartered city and a municlpal corporation of the State of California ("CITY"), and WATRY DESIGN GROUP, a California corporation, located at 815 Hamilton Street, Redwood City, CA 94063 ("Consultant"). ’- RECITALS: WHEREAS, the Contract was entered into between the parties for the provision ofdesign consultant services; and WHEREAS~ the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: follows: SECTION i.Section 2 is hereby amended to read as "2.1 CITY The City Manager will be the representative of CITY for all purposes under this Agreement. KAREN BENGARD hereby is designated as the Project Manager for the City Manager and she shall supervise the progress and execution of this Agreement, and shall be assisted by YOUNG TRAN, the Project Engineer." 010518 ¢1 0032449 "2.2 CONSULTANT CONSULTANT shall assign a single Project Director to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. MICHELLE WENDLER hereby is designated as the Project Director for CONSULTANT. GARY NEWGARD shall be assigned as the Project Coordinator for CONSULTANT and shall represent CONSULTANT during-the day-to- day work on the Project. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute Project Director or Project Coordinator for any reason the Project Director or Project Coordinator follows: follows: designee shall be subject to the prior written approval of the Project Manager." SECTION 2.Section 4.1 is hereby amended to read as "4.1 SERVICES TO BE FURNISHED (a) CONSULTANT shall provide, without limitation, all services, labor expertise, and material necessary to accomplish the complete Scope of Services for this project as described in Exhibit "A" and in Exhibit "A-I", both of which are incorporated herein by this reference. (b) CONSULTANT shall coordinate the work with CITY to ascertain the requirements of the ~Project and shall confirm such requirements to the Project Engineer. (c) Upon completion of services, CONSULTANT shall turn over t~o the CITY any and all copies, of studies, sketches, drawings, computations and other data prepared by the CONSULTANT or loaned by the CITY during the course of the preliminary design." SECTION 3.Section 6.1 is hereby amended to read as "6.1 CONSULTANT’S FEES In consideration for the full performance of the Basic Services and Reimbursable Expenses described in Section 4.1 and 6.1.3 of this Agreement, CITY agrees to pay CONSULTANT a fee not to exceed Seventy Thousand Dollars ($70,000) for Phase One; Six Hundred Eighty- two Thousand One Hundred Thirty-six Thousand Dollars ($682,136) for Phase Two; and One Million Six Hundred Thirty-six Thousand Dollars $1,636,000) for Phase III and IV final design and construction administration." 010518 c10032449 2 ~foliows: SECTION 4. Section 7.1 is hereby amended to read as "7.1 TERM OF AGREEMENT The term of this Agreement shall commence upon its execution by CITY. The work for Phase III and Phase IV shall start immediately upon receipt by CONSULTANT of the respective Notices to Proceed. This Agreement shall terminate on December 31, 2006." SECTION 5.The following exhibit is hereby added to the .Contract to read as set forth in the attachment to this Amendment, which is incorporated in full by this reference: a. Exhibit "A-I" entitled "Scope of Work and Conditions for Phases III and IV Architectural and Engineering Services for the Design of Downtown Palo Alto Parking Structures." SECTION 6. 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 II II II II II II II II II II II 010518 c10032449 3 IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM:.WATRY DESIGN~GROUP Senior Asst. City Attorney APPROVED: By: Name: Title: Assistant City Manager By: Name: Director of Public Works Title: Director of Administrative Services Risk Manager Taxpayer I.D. No. 94-2302782 (Compliance with Corp. Code§ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachment : EXHIBIT "A- i"Scope of Work and Conditions for Phases III and IV Architectural and Engineering Services for the Design of Downtown Palo Alto Parking Structures 010518 el 0032449 4 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF COUNTY OF ) ) ) On notary public in and for , before me, the undersigned, a said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 010518 cl 0032449 5 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF COUNTY OF ) ) ) On notary public in and for , before me, the undersigned, a said County, personally appeared personally known to me (or proved to me on the. basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 010518 c10032449 6 DESIGN GROUP ARCHITECTS, ENGINEERS & PARKING PLANNERS April 17, 2001 Ms. Karen Bengard City of Palo Alto Public Works 250 Hamilton Street Palo Alto, CA 94303 Phone: (650) 329-2636 Fax: (650) 329-2299 Principals C. Nicholas Watry, ArchiteCt/Engineer Michelle Wendler, Architect Lisa Watry-Blanton, MBA John Purinton, S.E. David N. LoCoco Associates Genaro Morales, Architect Heather Home, Architect Raymond A. Bligh, Jess McInerney, P.E. Jose Oseguera Jesse Figueroa Hiep H. Ho Palo Alto Parking Structure Lot S/L including Non-Parking Space, and LofR Palo Alto, California WDG #9533.111 Dear Karen: We are pleased to transmit to you herewith our revised fee proposal for the Palo Alto Parking Structures. We have included therevisions per your requests, including Electric Vehicle Charging Stations and additional reimbursable costs for mylar drawings. As we discussed in our meeting Watry Design Group is going through ownership transition. As such a new corporation is being ibrmed. That corporation will have the same insurance protection as the previous corporation and we will be carrying a rider policy for the old firm. The purpose of the new company is for internal purposes. You will still be getting the same quality service fi’om the same group ofprofessi0nals that have been servicing you to date. We would request that a clause be added to our contract that would have the ability to assign this contract to that new firm. We fhlly intend to service this contract as always and will provide whatever documentation you would require on the new firm prior to the assigning of the contract. Could the clausebe constructed such that we do not need to return to council to a~sign the contract? That would make it easier for all. Please let us know how you wish us to proceed. We also request a revision to our December 4, 1995 Agreement. Ia~ order to reflect the current staffing of the project, sentences two and hhree of Paragraph 2.2 should be modified to read: "Miehelle Wendler hereby is designated as the Project Director tbr CONSULTANT. Gary Newgard shall be assigned as the Project Coordinator for CONSULTANT during the day-to-day work on the Project." We look forward to our continued relationship with you and the successful completion of the Palo Alto Parking Structures. Sincerely yours, WATRY~(~~DESIGN GROU~ Michelle Wendler, Architect Principal (License No. 25066) Enclosures co: Principals, Gary Newgard, Ray Bligh and Accounting Main Office: 815 Hamilton Street, Redwood Ci~, CA 94063 Email: wdg@watrydesign.com Td:650"298"8150 Fax:650.298.8151 www.watrydesign.com J :LPROJECTS\1995~9533’~Letters~041701 KarenBengard.doe DESIGN GROUP ARCHITECTS, ENGINEERS & PARKING PLANNERS April 17, 2001 FEEPROPOSAL Principals C. Nicholas Watry, Architect/Engineer Michelle Wendler, Architect Lisa Watry-Blanton, MBA John Purinton, S.E. David N. LoCoco Associates ~enaro Morales, Architect Heather Home, ArchitectRaymond A. Bligh, S.E. Jess McInemey, P.E. lose Oseguera Jesse FigueroaHiep H. Ho Ms. Karen Bengard City of Palo Alto Public Works 250 Hamilton Street, Palo Alto, CA 94303 Phone: (650) 329-2636 Fax: (650) 329-2299 Palo Alto Parking Structures Lot S/L including Non-Parking Space, and Lot R Palo Alto, California WDG #9533.111 Dear Karen: We are pleased to submit this proposal for providing architectural and engineering services to complete the design, documentation and construction administration phase services for the Palo Alto Parking Structure projects. Per your request, we are submitting more detailed information about our proposed lump sum fee. Our proposed fee, shown in detail in the at*ached Fee Summary and Detailed Estimate of Hours and Costs spreadsheet, is a lump sum of $1,406,000.for architectural and engineering services. The fee includes our budgeted effort of $43,000 for studying and implementing alternatives that will allow for a lower construction price as described in Exhibit A. The fee also includes budgeted amounts of $17,700 for design of Electric Vehicle Charging Stations and $1,000 for Tract Map fees. In addition, we recommend an allowance of $143,000 to cover a set of Optional Services, as .described below, and a budget of $87,000 for reimbursable expenses as described below. Basic and Expanded Services Our lump sum fee includes the following disciplines that typically are included within an PffE team’s Basic Services: 1.Architectural (Watry Design Group, Joe Bellomo and Carrasco & Associates) 2.Structural Engineering 3.Mechanical and Plumbing Engineering 4.Fire Protection Engineering 5.Electrical .Engineering including fire alarm and security control systems 6.Lighting Engineering Main Office: 815 Hamilton Street, Redwood City, CA 94063 Email: wdg@wala’ydesign.com Tel: 650.298.8150 Fax: 650.298.8151 www.watrydesign.cora Fee Proposal to Ms. Karen Bengard Palo Alto Parking Structure Lot S/L and R Apdl! 7, 2001 Page 2 Our lump sum also includes a set of expanded services that typically fall outside of an A/E team’s Basic Services: 1.Specialty consultants and disciplines including: a.Civil Engineering b.Landscape Architecture e.Geoteehnieal Engineering d.Signage/Graphics Design e.Construction Cost Estimating Fees are not included for an Art Design Consultant as the entire design portion of the Art Design is already included in the previous contract amendment. 2.Meetings with the Project Team, Public Art Commission, Architectural Review Board, Property Owners, City Council, and City Staff, as described in Exhibit A. Our proposed fees are based on a lump sum amount per phase as outlined below. The lump sum includes all expenses other than the Reimbursable Expenses specifically itemized below. As part of the lump sum compensation, Watry Design Group accepts the risks that its projected level of effort and person-hours are adequate for the assumed project scope. Other than as necessitated by changes in the project scope, assumptions or additional services, Watry Design Group, will not seek adjustments to the agreed-upon compensation if the assumed level of effort is greater than anticipated. If the overall project scope or major assumptions change, the lump sum amounts will be renegotiated. This includes compensation decreases based on reductions in the projectscope. Optional Services In order to keep our base fees as low as possible, we have identified as Optional Services tasks that might not be needed or may be provided either by our team or by other consultants. We will .work closely with you to identify the most c0st-effective ways of providing each of the Optional Services required. Anallowance to cover Optional Services is shown in the Summary of Fees below. This allowance is not meant to cover comprehensive services for all Optional Services. Services included in this allowance amount are described in the attached Exhibit A. Non-Reimbursed Expenses The following expenses are included within our fees: 1. All Greater Bay Area travel expenses in connection with the project including between the Watry Design Group and its consultants’ offices and the project site. 2. All office overhead items other than progress reproductions. Reimbursed Expenses The expenses shown in Exhibit.A, Reimbursed Expenses, will be billed in addition to Basic and Optional Services at cost plus 10%. \~amilton~admin)rojeels\1995~9533~contract~fee proposal letter 041701 .doc Fee Proposal to Ms. Karen Bengard Palo Alto Parking Structure Lot SFL and R April 17, 2001 Summary of Fees by Phase Our total proposed fees and allowances are summarized as follows: Duration Design Documents Completion of Design Development and Construction Documents, Parking Structures 4/01 - 1-2/01 Electrical Vehicle Charging Stations (EVCS) Design.4/01 - 12/01 Completion of Design Development and Construction Documents, Non-Parking Space 4/01 - 12/01 .Fees $913,800 $15,500 ¯ $62,000 ¯Value Engineering Allowance Tract Map fees.¯ Sub Total Design Phase Plan Check/Bidding Parking Structures/EVCS Plan Check/Bidding Non-Parking Space Sub Total Plan Check/Bidding Construction Administration Parking Structures Construction Administration EVCS Construction Administration Non,Parking Space Sub Total Const. Admin. Meetings per Scope of Work Parking Structures/EVCS Meetings per Scope of Work Non-Parking Space Subtotal Meetings Total Lump Sum Amount 1/02- 3/02 !/02- 3/02 4102 - 1 I103 4/02 - 11/03 4102- 11103 104 weeks $43,000 $1,0o0 $61,000 $4,000 $272,000 $2,200 $17,500 $13,000 $1,000 Allowance for Optional Services Allowance for Additional EVCS Services Budget for Reimbursable Expenses Expenses other than Printing of Bid Documents: . Printing of Bid Documents (150 sets): Total Compensation, Expenses & Allowances: Page 3 Sub Total Fees $1,035,300 $65,000 $291,700 $14,000 $1,406,000 $140,000 $3,000 $46,000 $41,000 $1,636,000 Sub Total Non-Parking Space Only $84,500 Sub Total Electric Vehicle Charging Stations Only $17,700 Additional Services Additional services beyond those listed in the scope of services will be billed hourly per our current standard hourly rate: Nick WanT:$175/hour Asst. Project Mgr.$95/hour Senior Consultant:$155/hour Senior Job Captain:$95/hour Consultant:$130/hour Job Captain:$90/hour PHncipah $125/hour Senior Designer:$85/hour St. Project Mgr:$ l l 0/hour Staff Designer:$80/hour Project Manager:$ 100/hour Clerical:$S0/hour These rates will be adjusted by 4% per year starting on the first anniversary date of this contract amendment.. \’~hamilton~adminkprojecls\i 995\9533~eonlraetkfee proposal letter 041701 .doe Fee Proposal to Ms. Karen Bengard Palo Alto Parking Structure Lot S/L and R April 17, 2001 page 4 Assumptions o fees are based on the following assumptions: The fee is based on the 50%Design drawings provided by Watry Design Group dated June 30, 2000 and the attached Exhibit A (Project Description, Scope of Work & Conditions for Phases III and IV), which will be incorporated into our agreement with the City of Palo Alto. Progress payments for basic services in each phase shall be invoiced monthly based on the percentage of services completed in the prior month. .If the design services covered by this agreement have not been completed within 18 months of the date hereof, the remaining fees shall be escalated at the rate of 4% per year. If the project is suspended, there willbe a.Re-Startup fee of $2,000 for each month of delay beyond the first month with a maximum of $10,000 or as otherwise agreed upon. There will be a single bidding phase with one set of contract documents with one General C0ntraetor. 6. Site visits during construction will be weekly on average. If more frequent site visits are desired, these can be provided as an Optional Service. 7.Record drawings will be produced by the construction contractor. As part of Basic Services, our team will review progress and f’mal submittals of the record drawings for general completeness. Sincerely yours, WATRY DESIGN GROUP Principal (License No. 25066) Enclosures: Exhibit A Project Description, Scope of Work & Conditions cc:Principals, Gary Newgard, Ray Bligh and Accounting j Aprojects\1995\9533~contract~fee proposal letter 04 1701 .doc Exhibit A-Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530)- GENERAL Project Description The Project consists of two parking structures, as outlined in the Downtown Parking Structure Feasibility Study by Watry Design Group, dated January 16, 1997. The designs for both structures, Lot S/L including the Non-Parking Space, and Lot R, are based on the 80 percent Complete Design Development documents previously prepared by Watry Design Group This Scope of Work covets.Phase III (Final Design) and Phase IV (Services during Construction) for both Structures R and S/L, including the Non- Parking Space, as described below. Project Phases The various project phases are defined as follows: Phase I:Downtown Parking.Structure Feasibility Study. Completedby Watry Design Group on January 16, 1997. Phase II:Preliminary Design. Includes environmental assessment and design services to approximately 50 percent completion. (80% Design Development, completed) Phase III:Final Design - 100% construction plans, specifications and estimates Phase IV:Services during Construction Services and Information Provided by the City The City will provide the following services: -Permit application processing -Meeting schedules, agendas and mailers -Advertising of construction documents -Utility coordination The City will also provide or make available to the Consultant the following information: General Conditions for Construction Documents WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 1 of 8 Exhibit A - Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) DEFINITIONS The following definitions apply to this Scope of Work: Primary Structural System: the completed combination of elements which serve to support the Building’s self weight, the applicable live load which is based upon the occupancy and ~se of the spaces, the environmental loads such as wind and thermal, plus the seismic loading. Examples of elements-that are not part of the Primary Structural System may include, but are not limited to: curtain wall members, non- load bearing walls, and exterior facade. Pre-Engineered Structural Elements: are structural elements that are specified by the Consultant but may be designed by a Specialty Engineer. These elements are normally fabricated off-site, require specialized equipment not usually available at the job site or could require a proprietary process. The Consultant shall specify the design eriteria including the incorporation of the Pre-Engineered Structural Elements into the structure. Examples of Pre-Engineered Elements include but are not limited to the following: -Open web steel joist and joist girders -Prefabricated wood trusses -Combination wood and metal, and plywood joist -Pre-cast concrete elements -Prefabricated wood or metal buildings -Tilt-up concrete panel reinforcement and hardware required for lifting into position -Prefabricated stairs -" -Elevators -Exterior Wall Systems . Specialty Engineer: an engineer who is lawfully eligible to seal plans and designs for Pre-Engineered Structural Elements that become part of the building. The Specialty Engineer is usually retained by the supplier or subcontractor responsible for the design, fabrication and (sometimes) installation of engineered elements. Secondary Structural Elements: are structural elements that are structurally significant for the function they serve but do not contribute to the strength or stability of the primary structure. Examples include, but are not limited to: support beams above the primary roof structure which carry a chiller, elevator support rails and beams, retaining walls independent of the primary building and flagpole or light pole foundations. Non-Structural Elements: are elements of a structure thai are not part of the primary or secondary structural elements. Items in this category include, but are not limited to, exterior curtain walls and cladding, .non-bearing partitions, stair railings, etc. Construction Cost of the Project: is the cost of all labor, materials and equipment used or incorporated to construct the entire project. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 APril 17, 2001 Page 2 of 8 Exhibit A - Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) Phase II1- Final _Desiqn of Structures R and S/L including the Non-Parking Space Task 1: Construction Documents A. Based on the approved Phase II Documents and any adjustments authorized by the City in the program, schedule or construction budget, the Consultant shall prepare, for approval by the City, the Phase III Drawings consisting of drawings and other documents suitable for bidding, plan check and construction.- During this phase Consultant shall: 4. 5. 6. Prepare the Contract Documents that may include, but are not limited, to the following: -Cover sheet and general notes "Architectural and Structural floor plans with dimensions. -Building sections and elevations -Enlarged. floor plans, elevations, and sections -Architectural and Structural Details -Door schedules -Finish schedules and legend -Construction details necessary for permit and construction -Site demolition plan -Mechanical, Electrical, Plumbing, Security, Civil and Landscape drawings -Specifications -Structural Caleulati0ns for the Primary Structural System for submittal to G0veming Building Officials -Pedestrian/sidewalk protection requirements during construction. -Electric vehicle and bicycle eormeetions -Coordinate Sub-consultant Documents -Specifications Designate elements to be designed by Specialty Engineers under the employ of the contractor, The Contract Documents shall specify Structural Design Criteria, type of element, position within structure.and connection to Primary Structural System, and required Submittals (see "Defmitions" above). The following is a list of these elements. Miscellaneous metals items as described in specifications Section 05500 Metal Stairs Preeast concrete if applicable Review the effect of Secondary and Non2Structural dements-on the Primary Structural System and design the information regarding the-supporting capability and physical, attachment limitations of the Primary Structural System (see "Definitions" above) Designate on the Contract Documents all required Special Inspection and Testing Attend meetings with city staff and review agencies (see "Meetings" Task below) Assist in the preparation and updating of the project schedule. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 3 of 8 Exhibit A - PPojectDescription, Scope.Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) 7.Review the construction cost budget based on the formation of the assessment districL Provide alternative design as necessary to fit within the budget established by the Phase II assessment district. These alternatives shall consist of material or equipment substitutions that will allow for a lower construction price and shall be approved by the Pr_oject Manager. Fundamental changes to the complete structure, i.e., major changes to building footprints, changing to different structural system, deleting or adding levels, etc. are not included in this proposal. A fee limit for these alternatives is described in the Fee Proposal. 8.Consultant shall prepare a settlement analysis, based on existing soil boring, for each site. Any additional borings .required may :be provided for additional fee. 9..Preparation ofd0euments for altemate bids is included as allowance. Task 2: Non-Parking Space/Commercial Design A. Based upon the space and needs analysis performed in Phase II, tenant improver~ent drawings for the Non-Parking Space will be prepared to include interior elevations, millwork details, finish schedules and final plans and specifications for Contract Documents. B.Consultant shall work with the City contractor, Tivet Interiors, to locate any modular furniture, partitions.or office equipment. C.Consultant shall attend three (3) meetings with Teen Center staff to discuss layout. D.Consultant shall arrange for and tour the existing Teen Center located.in Pacific Grove in order to have a better understanding of teen needs. E.Prepare demolition plan for the existing Teen Center. Task 3: Meetings A.Throughout the Phase. III design process, Consultant shall be prepared to address comments and concerns of City staff, downtown merchants, citizens and Council. At the request of the Project Manager, Consultant shall prepare presentation materials for and attend meetings (of the estimated number and duration) with any or all of the following: -Four (4) meetings with the Public Art Commission to review art design -Two’(2) Architectural Review Board meetings -Six (6) meetings with property owners and/or merchants to discuss construction-related issues -Two (2) Council meetings -One (1) pre-eonstruetion meeting with contractors -One (I) meeting as needed with low-bid contractor -Meet as-needed with City staff, merchants or property owners to discuss project issues Task 4: Services During Bidding Period A. Consultant shall be available to answer contractor questions related to the Contract Documents. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 4 of 8 Exhibit A - Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) Task A. B. Co Task A. B. 5: Plan Check Assist in submittal for building permit. Consultant shall respond to all comments by the City of Palo Alto’s Building Department or a third party plan checker hired by the City of Palo Alto. Consultant shall provide revised drawings and calculations, if required, for plan check response. Coordinate response to comments from the subeonsultants. 6: Final Subdivision Map Finalize the draft subdivision map. and submit to City Planning Department for approval. Obtain a Tract Map number from the Santa Clara County Recorder’s Office. Consultant shall prepare the application and pay all fees associated with this task up to the limit described in the Fee Proposal. Phase IV- Services Durinq Construction 1.Attend Construction Meetings at Site as necessary (assume 1 per week average) 2.Attend slab walks prior to deck Pours. 3.Review Submittals and RFI’s as needed. 4.Issue Design Clarifications and Sketches. 5.Update CAD drawings to include rnodifieations during construction. 6.Review any design related requests for change orders. Optional Services’ At the City’s request, our team will provide the following services either on an hourly basis or, if the scope can be easily defined, on a lump sum basis. These services include: 1.Development and documentation of Alternate Bids. 2.Additional detailed formal value engineering. (Ongoing value engineering is included within our basic services:) . 3.AdditionalAgency Reviews or services necessitated by changes in agency interpretations. 4.Additional construction phase site observation meetings should the City want a higher level of observation. (Included within our fees are weekly site observation meetings.) 5.Responding to construction defects or other items outside of the A/E’S control. 6.Services related to Change Orders other than caused by AlE. team. 7.As-built record drawings based or~ the contractor’s marked-up blue prints. Reimbursed Expenses The following expenses, in addition to compensation for Basic and Optional Services, will be billed at cost plus 10%. 1. Agency or permit fees, if any, paid by Warty Design Group in connection with the project. 2. Renderings, mock-ups and additional models specifically requested by the City. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 5 of 8 Exhibit A - Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) 3.Reproduction, plotting, postage and handling of progress drawings, specifications and other documents for use of Watry Design Group and its consultants. 4.Reproduction of additional documents used for review and construction phase services or as-built drawing purposes beyond the following, which will be invoiced at costplus I0%: For City Review: -Up to twenty (20) full-sized sets of 70% plans. -Up to five (5) half-sized sets of 70% plans. -Up to twenty (20) sets of 70% specifications. -Up to twenty (20) full-sized sets of 90% plans. -Up to five (5) half-sized sets of 90% plans. -Up to twenty (20) sets of 90% specifications. -Up to twenty (20) full-sized final plan sets.. -Up to five (5) half-sized sets of final plans. -Up to twenty (20) sets of final specifications. For the final Subdivision Map: Five (5) sets of plans no largerthan 24"x36" For Bidding Documents: Up to one hundred fifty (150) Bid Sets of Drawings and Specifications As-built Drawings: -One set of Xerox mylar As-built Drawings -One set of final As-built Specifications. Other Expenses:. -Expense in connection with authorized out-of-town travel;long-distance communications. -If authorized in advance by the City, expense of overtime work requiring higher than regular rates. Additional Services Services beyond those outlined above will be provided as Additional Services based on written authorization of the fee and services by the Project Manager and approval by the City of Palo Alto. Additional Services are services that may or may not be foreseen at the beginning of design stages and are not normally included as Basic Services. Examples include but are not limited to: 1.Preparation of demolition documents in addition to those listed in Tasks 1-6 above. 2.Field Investigation of existing Buildings and structures including surveys of existing construction, hazardous materials reports or to make measured drawings thereof. 3.Studies of various schemes to accommodate special energy requirements. 4.Continuous and/or detailed inspections of construction. 5.Design for ~future expansion, facilities, systems and equipment. 6.Providing services of consultants other than those provided as part of Basic Services. 7.Services related to the analysis of the Client’s needs and programming the requirements of the Project other than those listed under Basic Services. 8. Services related to financial feasibility or other special studies other than listed under Basic . Services. 9.Services related to planning surveys, site evaluations or comparative studies of prospective sites. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 6 of 8 10. 11. 12. 13. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. Exhibit A - Project Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip !9530) Services related to special surveys and submission~ required for approvals of governmental authorities or others having jurisdiction over the Projeetl other than those included in Basic Services. Services related to the structural designofNon-Stmctural Elements and their attachments, such as: -Exterior cladding systems.. -Interior architectural systems. -Window washing systems and tie downs. -Antennas and flagpoles."~ -Mechanical, electrical and plumbing equipment, stox;age tanks, cooling towers and underground vaults. Mechanisms and guide systems for elevators, escalators, other conveyor systems and associated operating equipment. Ladders, handrails, railings, gill!s, screens and signs. Services related to the structural design of Secondary Structural Elements and their attachments, such as: Site-work elements not part of the Building Structural System, such as retaining walls, culverts, bridges, etc. Support for landscape furnishings such as flagpoles, lighting poles, benches, foundations, signs, etc. Steel Stairs. Tenant-related design services other than those listed under Basic Services. Services related to special dynamic analysis such as time-history response to seismic forces, or floor-response analysis for foot-fall or vil~ratory equipment. Services related to special wind analysis, such as wind-tunnel test, etc. ¯ Services related to ’seismic risk’ analysis. Design or field observation of shoring and bracing for excavations and building, of underpinning of adjacent structures. Design or review related to contractor’s construction related equipment, e.g., c~’anes hoist, etc. Filing application for a building permit. PreParation of shop or fabrication Drawings, for example, tilt-up wall panel drawings, reinforcing and structural steel detailing, etc. Services connected with interior design and other similar services required for or in connection with the selection, procurement or installation of furniture, furnishings and related equipment other than those listed under Basic Services; Services resulting from changes in scope or magnitude of the project as described and agreed to under the Basic Services agreement. . Services resulting from revisions that are inconsistent with approvals or instructions previously given to the Consultant. Services resulting from revisions due to the enactment or revision of codes, laws, or regulations subsequent to the preparation of documents. Services due to extended design or construction time schedules. Services, including assisting in preparation for litigation or arbitration as witnesses or consultants, in connection with any public hearing, arbitration or legal proceedings with respect to the project. Services resulting from damage, as the result of fires, man made disasters, or acts of God. Review and design of alternate or substitute systems proposed by the construction contractor. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 7 of 8 Exh!bit A - Pr.oject Description, Scope Of Work & Conditions for Phases III & IV Architectural & Engineering Services for the Downtown Palo Alto Parking Structures (Cip 19530) ¯ . 29. 30. 31. 32. Overtime work required by The City. Preparation of Models, Color Boards, Sketches, Renderings, and Finish Selections other than those listed as a part of Basie Services.. Services rendered, for special foundations when-the discovery of poor soil conditions is made after execution of this Agreement. Examples include, but are not limited to: deep foundations such as driven piles or drilled piers, mat footings, structural grade slabs, and grade beams. Contaminatedsoils remediation plan. WATRY DESIGN, INC, m OTHER TERMS AND CONDITION~ The Terms & Conditions contained on this page are apartial list of the items contained in Watry Design Group’s complete contract that are usually noteworthy in resolving a contract of this type. These terms,while not a complete list, will be incorporated into the final contract between the City of Palo Alto and Watry Design Group. Fees for professional services and reimbursable expenses shall be billed monthly. Invoices shall be for work and expenses performed or incurred during the month prior to the date of invoice for the defined scope of work. Revisions and additions: Fees are based upon the time estimated to complete the services described. Any revisions or additions to the services described will be identified at the time of change and will be billable as additional services above and beyond quoted amounts. Reimbursable Expenses: Major expenses including out of town travel (airfare, hotel), the costs of printing, typography, delivery, photography, and models shall be billed by Warty Design Group at cost plus 10%. Payment: All invoices are payable, net, within 30 days of the date of the invoice. A service charge 0ft .5% per month will be added to all outstanding accounts over 30 days old. In an effort to resolve any conflicts that arise during the project or following the completion of the project, the Client and Watry Design Group agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. WATRY DESIGN GROUP P/S LOT S/L & R, 9533 April 17, 2001 Page 8 of 8 ATTACHMENT C AMENDMENT NO. 1 TO CONTRACT NO. C8103688 BETWEEN THE CITY OF PALO.ALTO AND TURNER CONSTRUCTION COMPANY This Amendment No. 1 to Contract No. C8103688("Contract") is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and TURNER CONSTRUCTION COMPANY, a New. York corporation, located at i01 Park Center Plaza, Suitell00, San Jose, CA 95113 (’!CONSULTANT"). RECITALS: WHEREAS, the Contract was entered into between the parties for the provision of professional -consulting services relating to the Downtown Parking Structures; and WHEREAS, the.parties wish toamend the Contract; NOW, THEREFORE, in consideration of the convenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION I. Section i.i is hereby amended, in whole or in part, to read as follows: "This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks." SECTION 2. Section 4.3 is hereby amended, in whole or in part, to read as follows: "The City Manager will represent CITY for all purposes under this Contract. KAREN BENGARD is designated as the Project Manager for the City Manager~ The Project Manager will supervise the performance, progress, and execution of the Project, and will be assisted by YOUNG TRAN, the Project Engineer." 010523 c10032450 1 sEcTION 3. as follows: Section 5.1.1 is hereby amended to read "In considerationof the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed One Hundred Sixty-seven Thousand Four Hundred Twelve Dollars ($167,412) for Phases I & II, and Two Hundred Eighty-five Thousand One Hundred Thirty-eight Dollars ($285,138) for Phase III. The amount Of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibits "B" and "B-I", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT." SECTION 4.The following exhibit(s) to the Contract is/are hereby amended, in whole or in part, to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a.Exhibit "A-I" entitied "Scope of Work". b.Exhibit "B-I" entitled "Fee Schedule". Except as herein modified, all other provisions of the Contract, including any exhibits and subsequentamendments thereto, shall remain in full force and effect. // // // // // // 010523 cl 0032450 2 IN WITNESS WHEREOF, the parties hereto have. by their duly authorized representatives executed this Contract oh the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor TURNER CONSTRUCTION COMPANY Senior Asst. City Attorney APPROVED: By: Name: Title: Assistant City Manager By: Director of Administrative Services Name: Title: Director of Public Works Taxpayer Identification No. Risk Manager 13-1401980 (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments: EXHIBIT "A-I": SCOPE OF PROJECT & TIME SCHEDULE EXHIBIT "B-I": RATE SCHEDULE 010523 cl 0032450 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF COUNTY OF On , 2001, before me, the undersigned, .a Notary Public in and for said County and State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/theY executed the same in his/her/their authorized caPa.city(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 010523 cl 0032450 4 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ) ) SS. COUNTY OF ) On , 2001, before me, the und~9.~gned, a Notary Public in and for said County and state, personally appeared , personally known .to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name.(s) is!are subscribed to the within instrument and acknowledged to- me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 010523 cl 0032450 5 ScoP oF 3/19/01 PROJECT MANAGEMENT SERVICES For the Final Design.Phase (Phase IZI) DOWNTOWN PARK~G STRUCTURES .(CISP 19530) GENERAL Project Description ,- The Project consists of two parking structures, as oh~lined in the Downtown Parking Structure Feasibility Study by Watry Design Group, dated January 161 1997. The designs for both Lot S/L and Lot R have been completed to the 50 percent design stage by the Watry Design Group in Redwood .City. This Scope of Work covers Phase III design as described below. Project Phases .. The various projec!: phases are defined as follows: Phase I:. Phase II: Phase .Phase IV: Downtown Parking Structure Feasibility Study. Completed byI Warty Design Group on Jan.u.ary 16, 1997. Preliminary Design:" Ineludes environmental assessment and design services to approximately 50 percent completion. Final Design . (design from 50% completion to 100% plans, specifications and .estimates) Construction Administration Sercices This Scope of Work is for Phase III (Finn Design) project management services for Structures ..... and_.S/L,__S eDP~-and_fezs_for_P_hase_I_V_(C-onst-ru .~tion_Admi_ni_s _tr_afion_S erviees_)_m ay;.at_the. City’s option, be negotiated prior to construction. Expenses -~ Unless negotiated as part of the Agreement between the City and Consultant the fbllowing . expenses shall be paid by: ¯ City: ¯ Copying of plans, specifications; ~rawings or reports that are not pax of plan check submittals. ¯Copying of final Construction Bid Documents April 19, 2001 Exhibit "A-I " ¯¯ Advertising related to obtainingthes~rvices of a design consultant or.c0nstruction bids ¯ . Costs incurred throughnotificatiofi of community meetings " Consultant: ¯ Unless otherwise specified or approved by the Project Manager, the Consultant shall provide working spaces, clerical staff, reprographic equipment, computers and other -services. See."Reimbursables" Task for exdeptions. Phase III- FINAL DESIGN: Oversee Final Design.of Structures R and S/L Assist the City in producing construction bid documents and construction cost estimates. Task 1: Overseethe Final Design of Structures R and S/L. ¯ A. The’Consultant shah provide the Design Consultant with information needed to develop final construction documents for Sfructures R and S~, such as existing utility locations, .right-of- way information, specifications formats and design requirements. Information contained within the Department of Public Works shall be located and procured by the Consultant. If the information is maintained by departments other than Public Works, the Project Manager shall identify a pointof contact and the Consultant shall contact that department to obtain the desired information. B.Consultant shallwork with the Design 6r~sultant and the Project Manager to prepare and -update the project schedule.. c.Consultant shall prepare construction logistics plans for each site.to show traffic handling, trash bin location, delivery areas and other logistical information. Pl..ans will be developed in. such a way that they can be inserted into the Construction Documents. Plans shall be revised and updated as needed. ~. constructability reviews to include alternative construction methods .hnd materials: ¯ Consultant shall identify areas fQ~" construction cost reduction for inclusion as potential.Bid Alternatives. E.Consultant shall review-and c~mment, on plans, specifications and cost-estimates submitted by the Design Consultant. These reviews are anticipated at the 70%, 90% and 100% stages and ¯ ’ during Plan Check. In addition to plan cheeks Consultant may be asked to review and comment on the following: ¯s~ils reports ¯survey control and right-of-way verification [] entries and exits for pede.strians and vehicles April 19, 2001 Fo i[] par.king layout and traffic circulation [] parking control equipment [] Americans with Disabilities Act compliance ¯ ¯adequacy of lighting. ¯ maintenance issues and requirements ¯ .-fire s.afety ¯construction mi~terials ¯seismic requirements ¯underground utilities ¯electrical and mechanical systems ¯landscaping and art pieces ¯relocation and/ordemolition of existi_ng facilities at the site If there are conflicting comments between reviewers, Consultant shall work with Project¯ Manager, reviewers and Design Consultant to resolve conflicts. Consultant shall compile resulting comments and meeting notes and distribute as needed.-. Consultant Shall prepare an independent construction cost estimate based on design plans including all components necessary to deliver a completed project. Task 2: Review City Specifications.....¯ The City currently uses a modified Americ~(n Institute of Architects (AIA) specification format for building projects. In order to insure the adequacy of these specifications for the Project, Consultant shall provide or secure the services of a firm tO review the existing specifications and recommend revisions. The Project Manager shall approve any proposed subconsultantprior to hire by Consultant. city will provide copies of current specifications as well as .payment and retention¯ components for review. A.- The review shall consist of both Division 0 (Bidding and Contract Requirements) and Division 1 (General Requirements) in CSI format and of a nature compatible ..with general, building construction as opposed, to utility infrastructure work. B,Consultant shall prepare and submit an outline set of specifications for¯review and discussion. Consultant shall meet with Watr) Design Group as-needed to obtain their input. Do Ten (10) sets of documents shall be provided at the following stages: Initial Dra~; Final Draft; Final Document. Other reimbursables related to this Task shall be included in the fee for this Task..This includes, but is not limited to, the cost of copying, postage, telephone and facsimile, travel within the Bay Area, tolls, parking and computer usage. April 19, 2001 - The Consultant shall meet with the City Attorney’s office as needed to review the proposed revisions to the specifications. .. Task2A:.. Develop Specifications Compliance Checklist A. Develop a checklist to ensure that the contractor submits all insurance,., safety plans, material, equipm¢.nt and any other submittals required by ~che specifications. Checklist shall be in a computer format. Task 3: Review Invoicing and .._Correspondence A. At the Project.. Manager’s direction, Consultantshall review payment invoices submitted by the Design Consultant or other consultants hired by Publi.c Works as part of the parking structure ¯ project. Within ten (!0) days of its.receipt from the Project Manager, Consultant shall verify the invoice’s accuracy. Consultant shall rdsolve any discrepancies in the invoice(s) and prepare a city Purchase Request for the Project Manager’s signature... Bo Consultant shall review and comment on any project-related correspondence if requested by the Project Manager. The Consultant may be asked to prepare a response to design, construction or finance,related issues and correspondence from merchants, citizens or outside agencies. Correspondence requiring Cit),..respo.nse shall be signed o.nly by the Project Manager on City of Palo Alto letterhea~t. Routine or minor cor.respondence thatis related to product information or minor., design issues may be prepared and answered by the Consultant on the. Consultant’s letterhead,. with .a co.py of the response directed to the Pr.oject Manager .and to the Design Consu.ltant. Task 4: Meetings A. Throughout the Phase III design process, ¯Consultant Shall be prepared 1~o addresscomments and concerns of City staff, the Design Consultant, downtown merchants, citizens and Council. In addition, at the requestof.the project Manager,. Consultant shall prepare presentation materials for and attend meetings (of the estimated number and duration) with any or all of the following: Four (4) 3-hour meetings to discuss downtown merchant and property owner comments/concerns on construction issues. ¯Three (3) 3-hour City Council meetings. ¯Meet hi-weekly, at a minimum, with the Project Manager to discus.s pt:oject status ¯Meet as-needed with the Desigfi Consultant to review design status ¯Attend two (2) Pre-bid or site meetings with contractors and prepare any needed presentation materials ¯Meet with low-bid contractor as-needed prior to award of contract April l9,2001 Attend meetings with various City departments as-needed to coordinate design plans 0r construction logistics Task 5: Plan Check A. C~nsultant shall secure the services of a firm certified to provide building plan-check services.¯The firm shall be approved by the Project Manager. B. Consultant shall act as.a liasion with the City’s Building Division during the plan-check ¯process and provide any information that is not design-related. ~Task.6: Construction Bid Documents A. Consultant shall discuss means b.y which to pre-qualify potential construction bidders with the City Attorney and Purchasing Divisioni-iAny ~pproved means shall be included in the ¯ specifications.. ... B.Consultant shall assist Project Manager in identifying and informing potential contractors of the project. Task 7: Extra Services .. A. I.fall bids are rejected as a result of funding constraints, Consultant-shall .work with the Design Consultant to identify areas for l:iotential sc~pe reduction. ! B. Consultant Shall prepare a backgi’ound information report that summarizes the bids received and a recommended action(s). Const~ltant may bedirected to perform additional services related t~ the investigation and evaluation of existing Conditions or facilities; verification Of existing drawings or other information provided by (he City. Do If City decides to pre-qualify contractors, Consultant shall perform all .work necessary to ¯ evaluate contractor submittals for. completeness and compliance with the pre-qualification standards. Consultant sfiall recommend those contractors who will be allowed to bid on the project and wo~l~ with the City to address any contractor challenges. Task 8: Reimbursabies A.This task includes miscellaneous incurred costs such as ttiavel costs, copying documents for once use, telephone chargesl film, video, photographs, computer and.postage expenses: END Projects~Parking\Scopes of Work\Turner Scope 50 to I00 percent April 19, 2001 Cityof Pate Alto " Parldng Structuree R & elL Phase III -’FINAL.DES|GN i Fee Prdpoeal Turner Construction Co.r~pany Task 1 Provide information as required to develop final design Prepare and Update Project Schedule" Prepare Updat.e. Prepare constru~on logistics plans’for each site (2 @ 24 HRS EACH) (NETo Computerize) Provide d0nstructability reviews and value engineering at ~0%, 90% and 100% design Comment on the Cost Estimate By Design Consultant ( @100%, backcheok comments only) " Sr. Estimator Project Manager Evaluate reports prepared by others Assist In resoMng conflicts between reviewers, desig.n consultants etc. Prepare cost estimate.(1 estimate/garage at 100 hours each), Check unit costs of designer estimating consultant at 100% Sr. Estimator Estimator Project Manager Task 2 Secure firm" to review adequacy of specifica~ons, (Div 0 and 1 only) Assume 160 hours .- P.r~pa~e and review Division 0 and 1 specifications Task 2A Pr.epare submittal log from .specifications Task 3 Review payments of design consu t~nt Review and comment on project related correspondence Task 4 Meetings Community and merchants meetings City Council Bi-weekly Meetings with PM (Aesur~e for 12 monihs) Bi-~eekly Me.e~irlgs with Design consuR~,nt (Same meeting) ..Pre-bid meeting Hours 160 ~ 97Apr-01 Total $. 160 25,600 160 4,800 160 2,560 48 160 7,680 140 60 24 ~6 154 21,560 160 9,600 160 3,840 160 2,560 160 154 24,640 100 135 13,5004O1606,400 160 160 25,600 100 160 16,000 12 9 104 40 160 6,400 8 160 1,280 16 160 2,560 10 160 1 920 160 1,440 160 16,640 .~/~bove 160 1,600 ~ set with low bidder to review bid Attend vadous meetings with C!ty departments Say 12 meet!nga at 4 hours each ¯ Task S PI:~ Che~k Secure services of plan check firm Liasion with City Bldg Dept Task 6 Bid Documents IdenUfy and Contact. potential hi.driers Point of contact for contractor rel~tad queptions Evaluate bids ~nd mike recommendation Prs-qual Bidders and review statements Task 7 Extra Services Work With Design Consultant to identify areas of c~st reduction if bids over budget Background Information report that summarizes bids for action Perform evaluation .of ex!sting oonditJons.of f~cilities, verification of exi~ti.ng dwgs Contingency fo~ re-bid Task 8 Relmbursables Travel Copying documents for office use Telephone charges Film Video Photographs Postage Subtotal Pre~onstruction Services Escalation for One Year Total Remaining Preconstruction ,Assumptions and Clarifications. We assume that this scope ~f servi_.c, es Will be completed.within one year ’ from the ~Jate Of contract approval E~’alat~oh i~ for one year and.is calculated at 5%. Rates will be esca’lated in July 2001 Hourly rates include base wage, benefits and wage based taxes, overhead and profit Prot’~ is Included in rates at 10% Overhead multiplier iscalculated at .65 48 16 40 16 120 4O 40 40 80 1 1 1 1 1 1 160. 160 ’ 160 160 16o 160 160 160. ,160 1000 1000 500 500 5OO 1000 480 7,680 By city 2,560 61400 2,~60 19,200 6,400. 6,400 6,400 12,800 1,000 ¯ 1,000 500 5OO ’500 " 1,000’ 271,56O 13,578 285,138 TUrner A, century of Excellence Turner Construction Company llO ~V~T~t 8allt~ Clara Street 8an Jose, California 95n3. ]=[ou fly Rates Turner Construction Company ¯ Position Project Executive P.roject Manager Assistant Pr0je(t Manager Project Engineer l~ngineer C0nstmction.Manag~i~ Assistant Construction Manager Chief E.~timator Sr. Estimator Estimator Cost~Accounting Ro urly Rate $180 $160 $140 $135 $125 $150 $i40 .$190 $154 $135 $125 Rates are subject to annual increases on January 1 of each year. EXHIBIT "B-I " City of Palo Alto ATTACHMENT D Budget Amendment Ordinances Impacting Reserves Approved-To-Date in 2000-0t BAO Description Balance Cost ,Revenue Placeholders_ Already in the Impact on the 20004)1 Adopted Resen~e Fund ¯Budget Estimated Future Year Ongoing Costs Adopted Budget Addition to BSR $20,029,000 $1,075,000 Public Safety Building - CIP 19820 Planning Transcription Services Office of Transportation Safety Grant Cubberley Theatre Chiller Replacement - CIP 10120 Arts Council Silicon Valley Grant Police Department Grants (1) Zoning Ordinance Update Friends of the Palo Alto Library Grant Office Space Renovation - CIP 10020 Acquisition of Pinkerton Property Homer Avenue Undercrossing - CIP 10121 Municipal Fee Schedule Amendments Public Library Fund Midyear Report California Arts Council and Palo Alto Art Foundation Grants Street Maintenance - CIP 9630 Downtown Parking Structures - CIP 19530 ($74,000)($74,000) ($40,000)($40,000) ($187,065)$!87,065 $0 ($22,000)($22,000) ($5,192)$5,192 $0 ($277,314)$277,314 $0 ($110,o00)$110,000 $0 ($59,000)$59,000 $0 ($411,000).$156,000 ($255,000) ($400,000)($400,000) ($100,000)’$100,000 $0 $0 ($101,918)$101,918 $0 ($2,782,049)$5,726,043 $2,943,994 ($18,139)$18,!39 $0 ($438,396)$438,396 $0 ($163,150)$604,448.$441,298 $40,000 $17,000 $188,000 $3,700,000 BSR Balance After BA O’s $23,698,292 (I) Of this amount $121,259 will be deposited in the General Fund and $156,055 deposited in the Special Revenue Fund. Balance $971,371 Downtown Parking Strncturcs - CIP 19530 ($766,295)($766,295) Reserve Balance After BA O’s $205,0 76 05/30/01