Loading...
HomeMy WebLinkAboutStaff Report 4003 City of Palo Alto (ID # 4003) City Council Staff Report Report Type: Consent Calendar Meeting Date: 9/16/2013 City of Palo Alto Page 1 Summary Title: City Hall Contract Amendment 1 with WMB Architects Title: Approval of Amendment No. 1 to Contract No. C12144101 with WMB Architects, Inc. in the Amount of $105,974 for a Total Not-to-Exceed Amount of $284,691 for Design of Improved Public Lobby and Meeting Spaces and Consolidation of Utilities Customer Service Functions on the First Floor as Part of the City Hall First Floor Renovations Capital Improvement Program Project PE-12017 From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute Amendment No. 1 to Contract No. C12144101 with WMB Architects, Inc. (Attachment A) in the amount of $105,974 for expanded design services for the City Hall First Floor Renovations Project PE-12017 for a total not- to-exceed contract amount of $284,691 consisting of $258,810 for basic services and $25,881 for additional services. Background On March 5, 2012 Council approved consultant contract C12144101 with WMB Architects, Inc. (WMB) for design services for renovations on the first floor of City Hall (Staff Report #2457). WMB was selected through the standard consultant selection Request for Proposal (RFP) process. The scope of work in the RFP for the project provided for design upgrades to the Council Conference Room, the Human Resources (HR) Conference Room, the main lobby area, and elevator cabs. It also included design of wayfinding improvements for the entire Civic Center to help visitors navigate to their desired destinations. The FY 2014 Capital City of Palo Alto Page 2 Improvement Plan Budget included additional funding that expands the scope of the City Hall First Floor Renovation Project to consolidate customer service functions on the first floor and provide new, modern public meeting spaces. This contract amendment, in addition to unexpended funds reprogrammed from the original contract will fund the necessary design work to meet those objectives, as described below. Discussion Amendment No. 1 to the consultant contract provides for the design and preparation of construction documents for a larger area of City Hall than was provided for in the original scope of work. During the study phase of the project it was determined that the existing Council Conference Room was incapable of effectively serving the public for its current usage due to its size, location, and configuration. The consultant’s amended design work is further based on a series of discussions and recommendations made by staff and approved by the City Council to create a more open and welcoming atmosphere to encourage public interaction with City activities and City staff. Following the initial design development discussions, the plan evolved to transform the east side of the main lobby including the office area currently used by Human Resources (HR) into a larger, more comfortable Community Conference Room that will better serve larger Council Committee and Commission meetings and be much more accommodating for the public. The existing HR Conference Room will then be expanded into a new larger conference room to be used for smaller Council (Closed Sessions, etc) and Staff meetings. The existing old Council Conference Room will be transformed into a staff training and multi-use room. The existing restrooms serving the Council will be upgraded to conform to Americans with Disabilities Act (ADA) accessibility requirements. The remaining main lobby area will be further remodeled to incorporate public art displays and also to enhance the existing lobby payment counter. The Utilities Department Customer Service functions currently located on the second floor will be moved to the first floor adjacent to the existing Revenue Collection in order to more efficiently serve the public. These changes will require other movements of staff between the first floor, mezzanine, and second floor. City of Palo Alto Page 3 Since the project will include carpeting on much of the first floor, WMB will also assist with the selection of new carpeting for the Council Chambers. Council Chamber carpeting is funded in CIP PF-11001. OVERVIEW The new scope of work, including the additional work authorized by the Amendment No. 1, includes: 1) Main Lobby remodel including public art element 2) Convert existing HR conference room into new Council Conference Room 3) Convert existing Council Conference Room into new Training/Wellness Room 4) Design new community meeting room beside the Main Lobby 5) Design of new lobby payment counter and new doors for architectural consistency 6) Convert Revenue Services into new Utilities Customer Service offices and counter 7) Reconfigure mezzanine level offices (PSOD and Purchasing) 8) Reconfigure second floor offices (IT and Utilities) 9) Selection of new carpeting for Council Chambers 10) Remodel elevator cabs 11) Design new directional (wayfinding) signage for the entire Civic Center area Attachment B presents the final conceptual floor plans that will be refined into a set of construction documents for bidding. The contract with WMB includes services through bid support. Upon successful issuance of a construction contract, the WMB contract will be further amended to include construction administration and related services. Timeline City of Palo Alto Page 4 Staff expects to submit a building permit application by the end of October 2013. The project will then be issued for bids and the estimated six month construction period could begin in early spring 2014. The building will remain occupied during the course of the project. Work will be scheduled to keep systems operational during working hours and to minimize the impacts of construction on staff and the public. There may be some temporary relocation of department staff to accommodate construction. Resource Impact Funding for the expanded scope will be derived from a combination of funds in CIP Project PE-12017 (City Hall First Floor Renovation) and PF-02022 (Interior Finishes) that were approved in the fiscal year 2014 Capital Budget. Policy Implications The project is in conformance with Council policies encouraging public participation, open government, and transparency. Environmental Review This project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines as repair, maintenance or minor alteration of an existing facility and no further environmental review is necessary. Attachments:  Attachment A (PDF)  Attachment B (PDF) AMENDMENT NO.1 TO CONTRACT NO. C12144101 BETWEEN THE CITY OF PALO ALTO AND WMB ARCHITECTS, INC. This Amendment No.1 to Contract No. Cl2144101 ("Contract") is entered into on 16th of September, 2013, by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and WMB Architects, Inc., a California Corporation, located at 5757 Pacific Avenue, Suite 226, Stockton, CA 95207 ("CONSULTANT"). RECIT ALS: WHEREAS, the Contract was entered into between the parties for the provision of design services for the City Hall First Floor Renovation Project; 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: SECTION 1. Section A of RECITALS is hereby amended to read as follows: "A. CITY intends to implement the City Hall Renovation Project ("Project") and desires to engage a consultant to provide professional architectural design services for architectural upgrades in connection with the Project ("Services")." SECTION 2. Section 4 of the Contract, NOT TO EXCEED COMPENSATION, Paragraph 1, is hereby amended to read as follows: "The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars [$258,810.00]. In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Two Hundred Eighty-FouroThousand Six Hundred Ninety-One Dollars [$284,691.00]. The applicable rates and schedule of payment are set out in Exhibit "C-l ", entitled "HOURLY RATE SCHEDULE", which is attached to and make a part of this Agreement." SECTION 3. Section 12 of the Contract, SUBCONTRACTING, Paragraph 1 is hereby amended to read as follows: "Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 1 Revision July 25, 2012 1) WSP FLACK + KURTZ (MechanicallElectrical Engineers/Audio Visual) 2) Ingraham DeJesse (Structural Engineers) 3) Square Peg Design (Wayfinding Consultant)" SECTION 4. The following exhibit(s) to the Contract is/are hereby amended to read as set forth in the attachment(s) to this Amendment, which are incorporated in full by this reference: a. Exhibit "A" entitled "Scope of Work" b. Exhibit "B" entitled "Project Schedule" c. Exhibits "C" and "C_I" entitled "Compensation" and "Rate Schedule". SECTION 5. Except as herein modified, all other provisions ofthe Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. CITY OF PALO ALTO City Manager APPROVED AS TO FORM: Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-I": SCOPE OF PROJECT SCHEDULE COMPENSA TION RATE SCHEDULE WMB ARCHITECTS, INC. Tian,4 5 &" Thomas Bowe (Sep 9, 2013) President 2 Revision July 25, 2012 Exhibit "A" -Scope of Work CIP PROJECT PE-12017 Task 1: City Hall Lobby Design Modifications The Lobby is intended to serve as a space that welcomes members of the public to the building and helps direct them to their destination within City Hall. The Lobby should also be modified to better accommodate the display of public art and to create opportunities for small, informal gatherings of staff and the pUblic. A) Transform the Lobby into an attractive and welcoming space to display public art and facilitate gatherings and events. B) Remove the current furniture and cabinets. C) Refinish walls and design an improved display mounting system to create a more attractive, functional, and safe environment for the display of artwork. D) Establish lighting conducive to displaying art, both on walls and freestanding that allows for safe, easy, and efficient bulb replacement. E) Establish signage and an electronic information kiosk to provide wayfinding information to the public. F) Create paths for foot traffic through the lobby which create protected spaces conducive to small gatherings. G) Design and select furniture and carpets which create space for gatherings & meetings. H) Consider changes to ceiling fixtures to modernize the lobby's appearance. Task 2: City Hall Council Conference Room Design Modifications The Council Conference Room is intended to serve as a less formal, more intimate meeting space for the Finance Committee and Policy & Services Committee of the City Council, various advisory Boards and Commissions, public gatherings, and to host larger staff meetings. A) Transform the Council Conference Room into a more modern and usable space which will more readily accommodate the multitude of departments and Committees, Boards, and Commissions that utilize the area. B) Explore opportunities to enlarge the existing area via the removal of the existing east wall and incorporation of the adjoining corridor into a larger and more usable meeting space. A structural analysis for this portion of the design will be required. C) Provide room layout and seating arrangements that will improve the interface between 3 Revision July 25, 2012 CommitteelBoard/Commission members and audience members during public meetings. D) Provide flexible room layout and seating arrangements to accommodate a larger number of occupants during public meetings, public multi-media presentations, and staff meetings. E) Design a more modem method for effective presentation delivery to accommodate conferences and . public presentations via electronic media. Seating arrangements will be critical to allow for easy viewing of the material presented by both board/commission members as well as audience members. F) Modernize the area utilizing newly-designed lighting, wall coverings, flooring, and furniture. Task 3: City Hall Human Resources Conference Room Design Modifications The Human Resources Conference Room serves as one of the larger staff meeting rooms in City Hall and is used by the City Council for private discussion during closed sessions. A) Transform the Human Resources Conference Room into a more modem and usable space which will more readily accommodate the multitude of departments that utilize the area. B) Design a more modem method for effective presentation delivery to accommodate conferences and small department presentations via electronic media. C) Modernize the area utilizing newly-designed lighting, wall coverings, flooring, and furniture. Task 4: City Hall Wayfinding Design Modifications Existing directional signage in City Hall is sparse and inadequate. The proposed wayfinding modifications should provide a simple, attractive, uniform, intuitive system of signage and other directional elements to assist members of the public to locate the service provider within City Hall that can address their needs and to find their vehicle upon returning to the garage. A) Integrate the signage and an electronic information kiosk from Task 1 into a programmatic and unified City Hall signage program that will readily direct members of the public to service locations throughout the various departments on all levels of City Hall (including the Police Wing); including paths of travel from the exterior of the building. B) Improve signage on the building exterior to direct members of the public to the Police Department offices on Forest Avenue. Coordinate the new signage with the signage on the Downtown Library across the street. C) Provide an easy means of identifying parking locations in the underground City Hall Garage which will readily assist customers in relocating their vehicle. D) Incorporate signage to direct customers from the parking garage to the location of an information kiosk on the First Floor. E) Provide signage and terminology that assists the customer to readily locate the service provider 4 Revision July 25, 2012 within City Hall that can address their needs. Integrate service descriptions with department names into unified naming conventions. F) Coordinate the design of informational signage in the elevator lobbies with ongoing efforts by the City Manager's Office to integrate photographs evocative of the services provided on each floor of the building with the accompanying signage. Task 5: City Hall Way Elevator Cabs Refurbishment A) Upgrade and modernize interior cab panels, including all sides, doors. flooring, and ceiling. B) Provide a more energy-efficient lighting system that will provide softer, more diffused illumination. C) Modernize the signage direction/display systems. Integrate same with Task 4, Wayfinding. D) Enhance the appearance of exterior door panels. Possibilities include integration with Task 4, Wayfinding, as well as including artistic concepts that correlate with department themes associated with that individual floor level. B. SCOPE OF SERVICES 1. Study Phase City Hall is an occupied building and will remain so during the entire design process and through the completion of construction. The Consultant will be responsible for surveying all the various departments and end-users that will be utilizing the areas of refurbishment to effectively address their desired needs and concerns. The study shall identify strategies and alternatives that will provide maximum benefit to end1,l.sers and optimize the functionality and usefulness of the work spaces. The analysis and resulting recommendation shall take into account both feasibility and economics. The Consultant shall work with the City's Project Manager to develop the survey strategy, identify the existing conditions and needs, and develop recommended modifications to meet the critical needs. Consultant shall identify implementation methodologies for the renovation to ass'ist in accommodating existing occupants. Relocation alternatives, rebuilding on a "fast-track" basis, and other alternatives proposed by Consultant shall be considered during this phase to accomplish the work with the least cost and/or minimum disruption to the occupants. Consultant shall present the study with alternates and recommendations to the Project Manager and appropriate departmental managers in the affected work areas for review and comment. Once a decision on approach, alternates, and recommendations is made by the City, the next phase of the project shall commence. 2. Conceptual Design Consultant's second phase shall be to prepare a preliminary design with estimated construction costs for the City's review. Consultant shall evaluate all parameters and observations in preparing a conceptual design to accomplish the City's objectives as outlined in the four tasks described above. A proposed methodology for completing the renovations during time periods of least impact to the functions of the departments will be proposed; along with refining the full scope of the project. Consultant shall provide conceptual (30%) drawings for review and approval and shall attend 5 Revision July 25, 2012 meetings with City staff to describe and discuss the elements of the conceptual design. Consultant shall provide a preliminary engineer's estimate of the construction contract cost for City review at the 30% design stage to aid the City in determining the final scope of work. 3. Construction Documents In the third phase, Consultant shall prepare the construction documents, including plans, technical specifications, an engineer's estimate, and a preliminary construction schedule which minimizes disruptions to building occupants. Consultant shall prepare the final construction documents for all components defined in the Conceptual Design. Plans and specifications shall be presented to the City at 60% and 90% completion for review and comment. An engineer's estimate shall be prepared at the 90% design stage. Consultant shall assist the City in obtaining all building permits, and other permits as applicable, required for implementation of the work. 4. Bid and Construction Phase The Consultant shall provide assistance to City staff (e.g. pre-bid meeting with prospective bidders, issuance of addenda, etc.) during the bidding phase of the project. Upon award of a construction contract to a general contractor, the City will negotiate with the Consultant an appropriate scope of work for construction phase services to be provided (e.g. assistance with Requests for Information, review of contractor submittals, review of change order requests, periodic site inspections, preparation of record drawings, etc.). Construction phase services will be added to the Consultant's contract at the City's discretion via a contract amendment. C. PROJECT ELEMENTS Preparation Work • City will provide any available existing plans for the City Hall work spaces to be modified during this project. • Consultant will meet with City representatives to develop a schedule for the work. Some tasks will hold a higher priority and may need to be fast tracked in comparison to some of the other tasks. Site Assessment • Consultant will conduct site visits. • Consultant will review and evaluate all available information and determine procedure for acquiring any necessary additional information. Equipment Evaluation • Consultant will evaluate existing lighting for anticipated needs. • Consultant will suggest possible audio/visual equipment to satisfy requirements. Economic Analysis and Feasibility • Consultant will recommend equipment based on functionality and cost. 6 Revision July 25, 2012 WORK PLAN ARCHITECTURAL/ENGINEERING Subtask 3.1 Utilizing the approved Final Needs Assessment, design team will develop concept design solutions that meet the criteria set forth in the Final Needs Assessment. Design concepts to be illustrated by floor plan(s), reflected ceiling plans, 3 dimensional sketches, interior finish materials samples, AV concepts and modifications to building electrical and mechanical c"c're",c 7 8 WORK PLAN WAYFINDING PARAGRAPH 5.4 SCOPE OF WORK I WORK PLAN PROPOSAL SCOPE WORK The Square Peg Proven Project Approach and Design Process Square Peg employs a proven project process and design approach based on a well defined schedule of evaluation, progress and milestone review meetings with the Client and the Design team. The checks and balances built in the this highly collaborative process ensures that the • Vision and goals are clearly understood at the onset of the project • Pertinent information is collected and analyzed • Design work is concepted and refined based on multiple reviews by the Client and Design Team • Documentation is subjected to multiple reviews • One or more of the key sign types are prototyped prior to final production for Client and Design Team approval. • Construction administration and installation oversight services ensure continuity and eontrol throughollt the entire process. Square Peg will thoroughly review the existing signing. study circulation etc in preparation to develop a new waytinding and signing program. The new program will address the following: 1. Integrate the signage and an electronic information kiosk from Task 1 into a programmatic and unified City Hall signage program that will readily direct members of the public to service locations throughout the various departments on all levels of City Hall (including the Police Wing); including paths of travel from the exterior of the building. 2. Improve signage on the building exterior to direct members of the public to the Police Department offices on Forest Avenue. Coordinate the new signage with the signage on the Downtown Library across the street. 3. Provide an easy means of identifying parking locations in the underground City Hall Garage which will readily assist customers in relocating their vehicle. 4. Incorporate signage to direct customers from the parking garage to the location of an infomlation kiosk on the First rloor. 5. Provide signage and terminology that assists the customer to readily locate the service provider within City Hall that can address their needs. Integrate service descriptions with department names into unified naming conventions. 6. Coordinate the design of informational signage in the elevator lobbies with ongoing efforts by the City Manager's Office to integrate photographs evocative of the services provided on each floor of the building with the accompanying signage. 9 Based on the scope outline f)'om the RFP and past experience with similar projects we anticipate the scope of signs to include, but is nollimited to: Based on the scope outline from the RFP and information gained at the interview with the City, we anticipate the scope of signs may include, but is not limited to: SITE SIGNING Project/Building Identity Signing -Parking Garage Entrance ID Sign Directional Signing Accessibility Signing Signing at Entry Doors Entrance ID Signing Pedestrian Directional & Information Signing Building Entry Identification Graphics at Entry Doors (Address, HC Accessibility, No Smoking, etc,) _ Emergency Assembly Area Signing -Building Address PARKING Parking Entry ID Clearance Bar Vehicular Directional Signing Pedestrian Directional Signing Column and Core Graphics Misc Room ID Signing INTERIOR SIGNING Orientation Directory/infonnation Display or Kiosk (Static / Dynamic) -Main Lobby -Secondary Entry Lobbies -Elevator Lobbies at Upper Levels Floor LevellD in Elevator Lobbies Floor Level Directories and/or Orientation Maps Directional Signing Changeable Displays for Daily Events, Information, etc ( Digital System and/or Static) Service Window Signing ( Digital System and/or Static) Informational Signing in Elevator Cabs (Digital System and/or Static) NOTE: The design process for signing wiII be closely coordinated with WMB Architects and GB Engineers to insure a well integrated design solution. 10 Square Peg will explore and incorporate technology as potential solutions at multiple locations throughout the project. A combination of design, cost and evaluation of benefits will be provided to the client with regard to proposed technology solutions as a means to inform the design decisions and approvals. SCOPE EXCLUSIONS Items that are specifically excluded from the scope of work include: U Signing for Non Public Areas such as office areas and back of house: Room Identification Signing Department! Area Identification Office lD Workstation lD Conference Room ID Mise Room ID Back of House Room ID Evacuation Maps at Elevators, Stairs and Exits ,] Preparation of building floor plans for use in sign location plans. It is assumed that the client will provide SPD with building plans for use in preparation of sign location plans and documents. [] Logo design U Print & Amenity design [1 Sculptures / Feature pieces iJ Content Design of Digital Media for Digital Displays. Note: SPD can provide content solutions as additional service if requested, or recommend other means of creating and/or obtaining content. Should any of these items be required Square Peg Design can provide them as an additional service. PHASE 1 WAYFINDING STRATEGY AND SCHEMATIC DESIGN During this phase of work, SPD will meet with the Client and consultants to review the project goals, existing design concepts, program criteria, and design influences. This phase shall include, but not limited to, the following tasks and design work: 1. Meet with Client and consultants to review the project goals, existing design concepts, program criteria, design influences etc. 2. Conduct wayfinding survey to determine overall signage strategy. Systematically study pedestrian and vehicular traffic flow as it relates to ingress, egress and circulation within the development. 3. Conduct appropriate research on potential design influences, available technologies, materials and finishes. 4. Collect all relevant data available for the Project to include: -Architectural plans and drawings -Existing design themes and details -Details of architectural elements 11 5. Prepare preliminary programming for sign locations and message schedules. 6. Confirm required sign types and environmental graphic elements. 7. Review of municipality and authorities regulations. 8. Produce three (3) design concepts for physical form and scale of signagc including proposed materials, finishes, colors. 9. Coordinate design concepts with the architecture and lighting. 10. Based on design concepts and proposed sign quantities. prepare implementation budgets for review and discussion with client. 11. Present Schematic Design Concepts, budgets and phasing options for comment and approval. MEETINGS 1. Kickoff Meeting 2. Interim Meetings with City Staff and Design Team as needed for coordination 3. Schematic Design presentation PHASE DELIVERABLES I. Schematic drawing package showing three (3) signage concepts 2. Preliminary power, data and structural requirements. 3. Preliminary sign location plans and phasing options 4. Preliminary implementation budgets. PHASE ACTION REQUIRED BY CLIENT Client review, comment, selection of one Schematic design direction and final approval of all phase deliverables to proceed into Phase 2. PHASE 2 DESIGN DEVELOPMENT Based on the approved Schematic Design direction from Phase I, Square Peg will develop and apply the approved design direction to all remaining sign types. The following is expected during this phase of work: I. Develop the approved Schematic Design per comments from Phase I and apply to all remaining sign types. 2. Coordinate all sign sizes, locations, power and structural requirements with the Design Team and project Consultants. 3. Refine and finalize signing typography, icons, materials and finishes 4. Prepare sign message schedules listing all proposed sign types and message copy. 5. Prepare Design Development presentation 6. Present developed materials for approval MEETINGS I. Interim design coordination with the city and design consultants as needed 2. Present Final Design 12 PHASE DELIVERABLES 1. Design Development drawings for all sign types. 2. Sign location plans and message schedule(s) for all required sign types. 3. Power, data and structural requirements per sign type 4. Sign implementation budget. 5. Material samples as necessary for review. PHASE ACTION REQUIRED BY CLIENT Client review, comment and final approval of all phase deliverables to proceed il1to Phase 3. PHASE 3 DOCUMENTATION The purpose of Phase 3 is to provide design intent documentation and technical detailing sufficient in detail to facilitate tendering and fabrication by a qualified sign fabricator. The Documentation Phase shall include. but 110t limited to, the following: T. Prepare design intent documentation drawings sufficient in detail to facilitate bidding and fabrication by a qualified sign fabricator. 2. Coordinate all sign sizes. locations, power and structural requirements with the design team. 3. Document design details for all sign types. 4. Specify and document signing colors. illumination and materials. 5. Write performance specifications for all signing colors. illumination. materials and installation as required. 6. Finalize typography. 7. Finalize sign location plans and message schedules. 8. Produce final set of documentation drawings for signing and graphic elements. MEETINGS I. Coordination with the city and design consultants as required PHASE DELIVERABLE At the completion of the Documentation Phase. we will deliver Final Documents to the Client. Documents shall include, but not limited to. the following deliverables and presentation materials: 1. Design Intent documentation suftlcient in detail to facilitate tendering and fabrication by a qualified sign fabricator. 2. Specifications 3. Final sign location plans and message schcdule(s) for all required sign types. 13 Documents will be issued as follows: I. Design documentation drawings for signing elements in Illustrator CS4 on Mac OS X platform: CD and three (3) hard copies, Tabloid formal 2. Location Plans -CA D 2010, CD and three (3) hard copies 3. Message Schedule -Filemaker: CD and three (3) hard copies 14 City of Palo Alto Contract No. C12144101 Scope Change #1 -Expansion to New Community Meeting Room + Mezzanine Level Offices Task Proposed Scope Change #1 Task l-Investigation Architectural $ 5,438 Engineering $ 5,000 $ 10,438 Task 2 -Needs Assessment Architectural $ 7,000 Engineering $ 7,000 $ 14,000 Task 3 -Concept Design Development Architectural $ 16,500 Engineering $ 12,000 $ 28,500 Task 4 -Construction Documents Architectural $ 39,500 Engineering $ 32,000 $ 71,500 Task 5 -Plan Review I Permitting Architectural $ 5,000 Engineering $ 5,000 $ 10,000 Task 6 -Bidding Architectural $ 3,500 Engineering $ 4,000 $ 7,500 Task 7 -Wayfinding Schematic Design Architectural $ Engineering $ 24,000 $ 24,000 Task 8 -Wayfinding Design Development Architectural $ Engineering $ 20,000 $ 20,000 Task 9 -Wayfinding Documentation Architectural $ Engineering $ 24,000 $ 24,000 Subtotal Fees Architectural $ 76,938 Engineering $ 133,000 $ 209,938 Reimbursable Expenses $ 8,000 Total Basic Services & Reimbursable Expenses $ 217,938 Additional Services (NTEl $ 21,794 MAXIMUM TOTAL COMPENSATION $ 239,732 WMB Architects Inc. City of Palo Alto Contract No. C12144101 Scope Change #2 -Addition of Second Floor Task Proposed Scope Change #2 Task 1 -Investigation Architectural $ 1,500 Engineering $ 1,000 $ 2,500 Task 2 -Needs Assessment Architectural $ 1,700 Engineering $ 1,000 $ 2,700 Task 3 -Concept Design Development Architectural $ 3,377 Engineering $ 4,000 $ 7,377 Task 4 -Construction Documents Architectural $ 7,500 Engineering $ 11,000 $ 18,500 Task 5 -Plan Review I Permitting Architectural $ 1,250 Engineering $ 1,000 $ 2,250 Task 6 -Bidding Architectural $ 1,275 Engineering $ 500 $ 1,775 Subtotal Fees Architectural $ 16,602 Engineering $ 18,500 $ 35,102 Reimbursable Expenses $ 2,000 Total Basic Services & Reimbursable Expenses $ 37,102 Additional Services (NTE) $ 3,710 MAXIMUM TOTAL COMPENSATION $ 40,812 WMB Architects Inc. City of Palo Alto Contract No. C12144101 Scope Change #3 -Council Chambers Flooring & Assisted Listening Task Proposed Scope Change #3 Task 1 -Investigation Arch itectu ra I $ 1,000 Engineering $ 250 $ 1,250 Task 2 -Needs Assessment Architectural $ Engineering $ $ Task 3 -Concept Design Development Architectural $ 800 Engineering $ $ 800 Task 4 -Construction Documents Architectural $ 720 Engineering $ 1,000 $ 1,720 Task 5 -Plan Review I Permitting Architectural $ Engineering $ $ Task 6 -Bidding Architectural $ Engineering $ $ Subtotal Fees Arch itectu ra I $ 2,520 Engineering $ 1,250 $ 3,770 Reimbursable Expenses $ Total Basic Services & Reimbursable Expenses $ 3,770 Additional Services (NTE) $ 377 MAXIMUM TOTAL COMPENSATION $ 4,147 WMB Architects Inc. ~Inlt ClTY OF "-PALO ALTO Hall Remodel .. WMB ARCHITECTS Exhibit "B" -Project Schedule c o 'iii '~ a:: EXHIBIT "e" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as EXHIBIT "C-l" up to the not-to-exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in EXHIBIT "A" ("Basi& 5eF¥i&es") ("Scope of Work") and reimbursable expenses shall not exceed Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars [$258,810.00]. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed Two Hundred Eighty-Four Thousand Six Hundred Ninety-One Dollars [$284,691.00]. Any work performed or expenses incurred for wh ich payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed Two Hundred Fifty-Eight Thousand Eight Hundred Ten Dollars and the total compensation for Additional Services does not exceed Twenty Five Thousand Eight Hundred Eighty-One Dollars. Exhibit C -Compensation Summary .. -~---- Not To Exceed Amount Original Contrac Amendme ,t No.1 Budget Schedule 3/5/2012 SC#l SC#2 SC#3 Task 1 Investigation $ 8,200 $ 10,438 $ 2,500 IT 1,250 Task 2 Needs Assessment $ 13,390 I $ 14,000 $ 2,700 - Task 3 Concept Design Development $ 19, 28,500 ~ I,~II I 800 Task 4 iConstruction Documents $ 39,960 $ 71,500 18, 1,720 iTask 5 i Review/Pennitting $ 4,810 $ 10,000 $ 2,250 $ - ask6 ding $ 3,640 $ 7,500 $ 1,775 $ - ask 7 ayfinding Schematic $ 24,000 $ 24,000 $ -$ - ask8 yfinding Design $ 20,000 $ 20,000 $ -$ - Task 9 Wayfinding Documentation $ 24,000 $ 24,000 $ -$ - Task 10 Temporary Facilities $ -$ -$ -$ - ISubtotal Basic Services $157,470 $209,938 $ 35,102 $ 3~ imbursable Expenses $ 5,000 $ 8,000 $ 2,000 $ - Total Basic Services & Reimbursable Expenses I$~ Additional Services (Not to exceed) 2 __ 16~~?"_ r---"'~"""~-----_"'._0 $ 25, -'-~---Y-'---"r-------r'------"""--"--- MAXIMUM TOTAL COMPENSATION $178,717 $ 284,691 EXHIBIT "C-1" HOURLY RATE SCHEDULE Team Fee Schedule WMB ARCHITEaS Senior Principal Architect Principal Architect Project Architect Staff Architect Project Manager Interior Designer CADD Draftsperson I. Project Support Clerical SQUARE PEG DESIGN Principal/Creative Director Principal/Managing Director Senior Designer Senior Project Manager Design Staff WSP FLACK + KURTZ President Executive Vice President Senior Vice President Vice President Senior Associate Associate Senior Engineer Engineer CAD Manager Design Engineer Designer CAD Operator Administration INGRAHAM DE JESSE STRUaURAL ENGINEERS Principal . Associate, Structural Engineer Structural Engil'!eer Structural Designer CAD Operator / Designer Administrative Assistant • WMB ARCHITECTS T 209.944.9110 F 209.944.5711 $lGO.OO/hour $135.00/hour $125.00/hour $110.00/hour $lOO.OO/hour $lOO.OO/hour $90.00/hour $55.00/hour $230.00/hour $230.00/hour $130.00/hour $130.00/hour $95.00/hour $400.00/hour $300.00/hour $300.00/hour $22S.00/hour $lSO.OO/hour $lG5.00/hour $lSS.OO/hour $130.00/hour $12S:00/hour $110.00/hour $9S.00/hour $9S.00/hour $8S.00/hour $180.00 -$250.00/hour $160.00 -$210.00/hour $120.00 -$180.00/hour $80.00 -S110.00/hour $80.00/ $110.00/hour . $60.00/hour Statements shall be rendered monthly and paid in proportion to amount of services completed. Additional services required beyond the scope of work will be billed on a time plus materials basis. 5757 Pacific Avenue Suite 226 Stockton CA 9S207 CONFERENCE FLEXIBLE MEETING SPACE AV OPEN OFFICE KITCHEN 57 80* COMMUNITY MEETING COPY * CHAIR STORAGE FOR THIS SEATING OPTION NOT AVAILABLE ON FIRST FLOOR (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. MENS ELECTRICAL WOMENS LOBBY 101 (E) OFFICE 105 (N) CLOSET 103 (E) OPEN OFFICES 102 (E) OPEN OFFICES 104 (E) STAIRS 106 (N) OFFICE 107 (N) HALL SERVICE 110 (N) OFFICE 108 109 FINANCE UTILITIES / CUSTOMER SERVICES 111 112 114 115 116 117 113 (E) ELEV. LOBBY 118 119120 HALLWAY 121 122 123 124 (E) STAIRS 125 126 City Hall Remodel 11-139 09.04.13 GROUND FLOOR PLAN SCALE :1/4" = 1'-0" 9/4/2013 2:13:44 PM, Copyright WMB, Inc. PURCHASING H.R. LOBBY PURCHASING 123 1 2 3 CPOAD MEETING ROOM COPY COPY MEETING 1 2 3 4 5 6 7 8 9 4 5 6 10 11 12 COPY OFFICE COLLECTION COPY 7 8 910 FIL E S T O R A G E 12 8 . 7 " W . x 4 7 . 3 " D . x 9 5 . 5 " H . (E) ELECT. (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. MEETING ROOM M07 M08 M06 M05 M09 M10 M17 OPEN OFFICES M12 OPEN OFFICES M19 M13 (E) ELEV. LOBBY M01 M03 M02 HALLWAY M04 M14M15 RECEPTION M16 M18 (E) STAIRS (E) STAIRS STORAGE M11 City Hall Remodel 11-139 09.04.13 MEZZANINE FLOOR PLAN SCALE :1/4" = 1'-0" 9/4/2013 2:13:47 PM, Copyright WMB, Inc. HELP DESK OFFICE 210 OPEN OFFICES 213 WORK AREA 212 RECEPTION 204 OFFICE 209 SHARED CONFERENCE ROOM 208 C.I.O. 207 (E) WOMENS (E) MENS (E) ELEV. (E) ELEV. (E) ELEV. (E) ELEV. LOBBY 201 203 202 STORAGE 211 (E) STAIRS (E) STAIRS (E) CL. 214 (E) DATA ROOM 218 (E) VESTUBILE 215 (E) OFFICE 216 (E) OFFICE 217 OPEN OFFICES 205 OPEN OFFICES 206 OPERATIONS PROJECT SERVICES ENTERPRISE / OPERATIONS UTILITIES WORK AREA 7'X8'7'X8' 7'X8'7'X8' 7'X8' 7'X8' 7'X8' 7'X8' 7'X8'7'X8' 6'X6'6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' 6'X6' RECEPTION 9'X10'9'X10'6'X7'6'X7'6'X7'6'X7'6'X7' 6'X7'6'X7'6'X7'6'X7' 6'X7'6'X7'6'X7'6'X7' City Hall Remodel 11-139 09.04.13 SCALE :1/8" = 1'-0" SECOND FLOOR PLAN Opt. 'B' 28 Staff with NO Shared Conference Room 9/4/2013 2:13:52 PM, Copyright WMB, Inc.