Loading...
HomeMy WebLinkAboutStaff Report 2506-4891CITY OF PALO ALTO CITY COUNCIL Monday, October 20, 2025 Council Chambers & Hybrid 5:30 PM     Agenda Item     8.Approval of Five Items to Support the Fire Station 4 Replacement Project PE-18004: 1) Construction Contract Number No. C26194287 with Beals Martin and Associates, Inc. in an Amount Not to Exceed $11,530,676 and Authorization for the City Manager or Their Designee to Negotiate and Execute Change Orders to the Contract up to a Not-to-Exceed Amount $1,153,067; 2) Contract Amendment No. 1 to Contract No. S24188865 with Schaaf & Wheeler Consulting Civil Engineers to Extend the Contract Term Through April 30, 2027; 3) Contract Amendment No. 1 to Contract No. S23185811 with Earth Systems Pacific, Inc. to Extend the Contract Term Through February 28, 2027; 4) Amendment No. 1 to Contract C21179569 with Brown Reynolds Watford Architects, Inc. to Add $41,366, Increasing the Not-to-Exceed Amount to $838,514 and Extend the Contract Term Through June 30, 2027 for Construction Support Services; and (5) Amendment No. 1 to Contract C24189293A with Cumming Management Group, Inc. to Extend the Contract Term Through August 31, 2027; CEQA Status - Exempt under CEQA Guidelines Sections 15302 and 15303 City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: October 20, 2025 Report #:2506-4891 TITLE Approval of Five Items to Support the Fire Station 4 Replacement Project PE-18004: 1) Construction Contract Number No. C26194287 with Beals Martin and Associates, Inc. in an Amount Not to Exceed $11,530,676 and Authorization for the City Manager or Their Designee to Negotiate and Execute Change Orders to the Contract up to a Not-to-Exceed Amount $1,153,067; 2) Contract Amendment No. 1 to Contract No. S24188865 with Schaaf & Wheeler Consulting Civil Engineers to Extend the Contract Term Through April 30, 2027; 3) Contract Amendment No. 1 to Contract No. S23185811 with Earth Systems Pacific, Inc. to Extend the Contract Term Through February 28, 2027; 4) Amendment No. 1 to Contract C21179569 with Brown Reynolds Watford Architects, Inc. to Add $41,366, Increasing the Not-to-Exceed Amount to $838,514 and Extend the Contract Term Through June 30, 2027 for Construction Support Services; and (5) Amendment No. 1 to Contract C24189293A with Cumming Management Group, Inc. to Extend the Contract Term Through August 31, 2027; CEQA Status - Exempt under CEQA Guidelines Sections 15302 and 15303 RECOMMENDATION Staff recommends that the City Council: 1. Approve and Authorize the City Manager or their designee to execute Construction Contract Number No. C26194287 with Beals Martin and Associates, Inc. in an Amount Not to Exceed $11,530,676 for the Fire Station No. 4 Replacement Project, Capital Improvement Project PE-18004; 2. Authorize the City Manager or their designee to negotiate and execute one or more change orders to the contract with Beals Martin and Associates, Inc. for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $1,153,067; 3. Approve and authorize the City Manager or their designee to execute Amendment No. 1 to Contract S24188865 with Schaaf & Wheeler Consulting Civil Engineers to extend the contract term through April 30, 2027 for construction support services; 4.Approve and authorize the City Manager or their designee to execute Amendment No. 1 to Contract S23185811 with Earth Systems Pacific to extend the contract term through June 30, 2027 for construction support services; 5.Approve and authorize the City Manager or their designee to execute Amendment No. 1 to Contract C21179569 with Brown Reynolds Watford Architects, Inc. to add $41,366, increasing the not-to-exceed amount of $838,514 and extend the contract term through June 30, 2027 for construction support services; and 6.Approve and authorize the City Manager or their designee to execute Amendment No. 1 to Contract C24189293A with Cumming Management Group, Inc. to extend the contract term through August 31, 2027 for construction management services. EXECUTIVE SUMMARY Approval of the attached construction contact and amendments to consultant agreements is the next step in the delivery of a new Fire Station No. 4. The requested authorizations of amendments are due to the added scope of including infrastructure for future Level 3 electric vehicle chargers for fire apparatus. BACKGROUND Fire Station No. 4 is located at 3600 Middlefield Road. The fire station was built in 1953, does not meet the Fire Department’s current or future needs, and does not effectively use the current 0.6-acre portion of the property. The City Council included the replacement of Fire Station No. 4 in the 2014 Council Infrastructure Plan. Brown Reynolds Watford Architects (BRW Architects) was contracted to design the new station in May 20221 and received Architectural Review Board (ARB) approval in September 2023. The new station will be 8,011 square feet and will house a crew of five personnel and the following apparatus: a fire engine, an ambulance, and a reserve engine. The design includes two drive- through apparatus bays and a separate reserve bay, living quarters, five bedrooms for the crew, exercise room, Captain’s office, and training room. The building will be a one-story, LEED- certified, all-electric building and meet current seismic, accessibility, and regulatory code requirements that are required to meet the Essential Services Buildings Seismic Safety Act (ESBSSA). In December 2024, the City expanded the project scope to include Level 3 electric vehicle charger infrastructure. This update aligns with the City’s Sustainability and Climate Action Plan (S/CAP) “80×30” goal—an initiative to reduce greenhouse gas emissions by 80% by the year 2030. The addition of EV charging stations prepares the facility for future electric fire and emergency vehicles, including an electric ambulance and fire engine. BRW Architects 1 City Council, May 23, 2022; Agenda Item #2; SR #11691, https://recordsportal.paloalto.gov/Weblink/DocView.aspx?id=81678 conducted a feasibility study and submitted revised plans for permitting in March 2025. Construction is expected to begin in October 2025 and be completed by Spring 2027. In preparation for construction of the new fire station, the City completed a pre-qualification process for potential contractors for Fire Station No. 4 in Fall 2024. Nine submissions were received, and five bidders were qualified to bid. The City Council also approved the project to be “substantially complex” under Public Contract Code Section 7201, resulting in the construction contract including a higher retention amount of 10%.3 ANALYSIS Staff recommends approval of Contract No. C261942874 for the construction of the Fire Station No. 4 Replacement Project. Solicitation Process On June 30, 2025, a notice inviting formal bids for the Fire Station No. 4 Replacement Project was posted on OpenGov, the City’s eProcurement platform. The bidding period was 59 calendar days. Bids were received from two contractors on August 29, 2025. The bid details are listed on the attached Bid Summary (Attachment A). Table #1: Summary of Invitations for Bid Project Bid Name/Number Fire Station No. 4 Replacement Project (IFB 194287) Proposed Length of Project 18 months # of Bid Packages Downloaded by Contractors 126 # of Bid Packages Downloaded by Builder’s Exchanges 2 Total Days to Respond to Bid 59 calendar days Mandatory Pre-Bid Meeting? Yes Number of Company Attendees at Pre-bid Meeting 28 Number of Bids Received 2 Bid Price Range $11,530,676 to $12,413,000 Public Link to Solicitation https://procurement.opengov.com/portal/palo-alto- ca/projects/180044 Bids ranged from $11,530,676 to $12,413,000 and from 4% to 10% below the engineer’s estimate of $12,872,324. Staff reviewed the bids submitted and recommends the acceptance of the base bid and allowances submitted by Beals Martin and Associates, Inc. in the amount of $11,530,676, and that Beals Martin and Associates, Inc. be declared the lowest responsible bidder. The construction contingency amount of $1,153,067, which equals 10% of the contract 3 City Council, June 10, 2024; Agenda Item #5; SR #2405-2973, https://recordsportal.paloalto.gov/Weblink/DocView.aspx?id=82886 4 Beals Martin and Associates Inc. Construction Contract for Fire Station No. 4 Replacement Project (C26194287) https://www.paloalto.gov/files/assets/public/v/1/public-works/engineering-services/cip-contracts/c26194287- beals-martin-inc-fire-station-4-cc-final.pdf value, is requested for related, additional, but unforeseen work which may develop during the project, implemented via City-approved Change Order. FISCAL/RESOURCE IMPACT STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Fire Station No. 4 Replacement Project IFB #194287 Bid Item Description Engineer's Estimate Beals Martin and Associates, Inc. Gonsalves & Stronck Construction Company, Inc. Task 1 Base Bid 12,787,324.00$ 11,445,676.00$ 12,328,000.00$ Task 2 Public Art Allowance $ 10,000.00 10,000.00$ 10,000.00$ Task 3 Unforeseen Conditions Allowance $ 75,000.00 75,000.00$ 75,000.00$ Task 4 Reduce photovoltaic system from a 58 kW system to 15 kW system $ 279,500.00 75,921.00$ 60,000.00$ Subtotal 12,872,324.00$ 11,530,676.00$ 12,413,000.00$ Contingency 1,153,067.60$ 1,241,300.00$ Total Not-to-Exceed 12,683,743.60$ 13,654,300.00$ -10%-4% Under Under Date Completed: 08/28/2025 Deuctive Alternate Bid Total Vers.: Aug. 5, 2019 Page 1 of 4 AMENDMENT NO. 1 TO CONTRACT NO. S24188865 BETWEEN THE CITY OF PALO ALTO AND SCHAAF & WHEELER CONSULTING CIVIL ENGINEERS This Amendment No. 1 (this “Amendment”) to Contract No. S24188865 (the “Contract” as defined below) is entered into as of September 8, 2025, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and SCHAAF & WHEELER CONSULTING CIVIL ENGINEERS, a California corporation, located at4699 Old Ironsides Drive, Suite 350, Santa Clara, CA 95054 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A.The Contract (as defined below) was entered into by and between the Parties hereto for the provision of reviewing, certifying, and observing installation of the Storm Water Management Plan in connection with the construction of the new Fire Station No. 4, as detailed therein. B.Per PAMC 2.30.280(2), the Parties now wish to amend the Contract in order to extend the contract term through April 30, 2027, with no additional cost payable by the City, as detailed herein. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a.Contract. The term “Contract” shall mean Contract No. S24188865 between CONSULTANT and CITY. b.Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 2 “TERM” of the Contract is hereby amended to read as follows: “The term of this Agreement shall be from the date of its full execution through April 30, 2027 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement.” SECTION 3. The following exhibit(s) to the Contract is/are hereby amended or added, as indicated below, to read as set forth in the attachment(s) to this Amendment, which is/are hereby incorporated in full into this Amendment and into the Contract by this reference: Docusign Envelope ID: 7046FF15-FE36-43C7-BE84-8D6189F2FDF4 Vers.: Aug. 5, 2019 Page 2 of 4 a.Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. SECTION 4. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 5. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) Docusign Envelope ID: 7046FF15-FE36-43C7-BE84-8D6189F2FDF4 Vers.: Aug. 5, 2019 Page 3 of 4 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _______________________________ City Manager APPROVED AS TO FORM: _____________________________ City Attorney or designee SCHAAF & WHEELER, CONSULTING CIVIL ENGINEERS Officer 1 By:_________________________ Name:______________________ Title:_______________________ Officer 2 By:_________________________ Name:______________________ Title:_______________________ Attachments: Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. Docusign Envelope ID: 7046FF15-FE36-43C7-BE84-8D6189F2FDF4 Caitlin Tharp, Vice President Vice President RCE 76810 Vp Daniel J. Schaaf, Secretary Vers.: Aug. 5, 2019 Page 4 of 4 EXHIBIT B SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CONSULTANT shall perform the Services so as to complete each milestone within the number of weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (“NTP”) from the CITY. Milestones Completion Number of Days/Weeks (as specified below) from NTP Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement. Docusign Envelope ID: 7046FF15-FE36-43C7-BE84-8D6189F2FDF4 Vers.: Aug. 5, 2019 Page 1 of 3 AMENDMENT NO. 1 TO CONTRACT NO. S23185811 BETWEEN THE CITY OF PALO ALTO AND EARTH SYSTEMS PACIFIC This Amendment No. 1 (this “Amendment”) to Contract No. S23185811 (the “Contract” as defined below) is entered into as of September 8, 2025, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and Earth Systems Pacific, a California corporation, located at 48511 Warm Springs Boulevard, Suite 210, Fremont, CA 94539 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of provide geographical engineering study update, as detailed therein. B. The Parties now wish to amend the Contract in order to extend the contract through February 28, 2027. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. S23185811 between CONSULTANT and CITY, dated January 31, 2023, as amended by: b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 2 “TERM” of the Contract is hereby amended to read as follows: “The term of this Agreement shall be from the date of its full execution through February 30, 2027, unless terminated earlier pursuant to Section 19 (Termination) of this Agreement.” SECTION 4. The following exhibit(s) to the Contract is/are hereby amended or added, as indicated below, to read as set forth in the attachment(s) to this Amendment, which is/are hereby incorporated in full into this Amendment and into the Contract by this reference: a. Exhibit “B” entitled “Schedule of Performance”, AMENDED, REPLACES PREVIOUS. Docusign Envelope ID: 3739474C-43C9-44FD-9519-DC6D59CCA950 Vers.: Aug. 5, 2019 Page 2 of 3 SECTION 5. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 6. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) Docusign Envelope ID: 3739474C-43C9-44FD-9519-DC6D59CCA950 Vers.: Aug. 5, 2019 Page 3 of 3 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO City Manager (Contract over $85k) APPROVED AS TO FORM: City Attorney or designee (Contract over $25k) CONSULTANT EARTH SYSTEMS PACIFIC Officer 1 By: Name: Title: Officer 2 (Required for Corp. or LLC) By: Name: Title: Attachments: Exhibit “B” entitled “SCHEDULE OF PERFORMANCE” (AMENDED, REPLACES PREVIOUS) Docusign Envelope ID: 3739474C-43C9-44FD-9519-DC6D59CCA950 Ajay Singh Principal Engineer Ji Shin President/Secretary EXHIBIT “B-1” SCHEDULE OF PERFORMANCE (AMENDED, REPLACES PREVIOUS) CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of Weeks From NTP 1. Geotechnical Engineering Study Update & Liquefaction Analysis 5 2. Plan Review 8 3. Observation and Testing Services during Site Grading 187 4. Environmental Soil Sampling, Test, and Consultation 5 Docusign Envelope ID: 3739474C-43C9-44FD-9519-DC6D59CCA950 Vers.: Aug. 5, 2019 Page 1 of 8 AMENDMENT NO. 1 TO CONTRACT NO. C21179569 BETWEEN THE CITY OF PALO ALTO AND BROWN REYNOLDS WATFORD ARCHITECTS, INC This Amendment No. 1 (this “Amendment”) to Contract No.C21179569 (the “Contract” as defined below) is entered into as of September 15, 2025, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and BROWN REYNOLDS WATFORD ARCHITECTS, INC., a Texas corporation, located at 1620 Montgomery Street, Suite 320, San Francisco, CA 94111 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of design and construction administration for the construction of Fire Station No. 4, as detailed therein. B. The Parties now wish to amend the Contract in order to extend the contract term through June 30, 2027, and increase compensation from by Forty-One Thousand Three Hundred Thirty-Six Dollars ($41,336) from Seven Hundred Ninety-Seven Thousand One Hundred Seventy- Eight Dollars ($797,178) to Eight Hundred Thirty-Eight Thousand Five Hundred Fourteen Dollars ($838,514), as detailed herein. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C21179569 between CONSULTANT and CITY. b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. SECTION 2. Section 2 “TERM” of the Contract is hereby amended to read as follows: “The term of this Agreement shall be from the date of its full execution through June 30, 2027 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement.” SECTION 3. Section 4 “NOT TO EXCEED COMPENSATION” of the Contract is hereby amended to read as follows: Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 2 of 8 “The compensation to be paid to CONSULTANT for performance of the Services shall be based on the compensation structure detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation shall not exceed Seven Hundred Sixty-six Thousand, Four Hundred Ninety-Eight Dollars ($766,498.00). The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not-to- exceed compensation amount for Additional Services is allocated below under this Section 4.) In addition to the not-to-exceed compensation specified above, CITY has set aside the not-to- exceed compensation amount of Seventy-Two Thousand Sixteen Dollars ($72,016.00) for the performance of Additional Services (as defined below). The total compensation for performance of the Services, Additional Services and any reimbursable expenses specified in Exhibit C, shall not exceed Eight Hundred Thirty-Eight Thousand Five Hundred Fourteen Dollars ($838,514). “Additional Services” means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any, shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for Additional Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall only be compensated for Additional Services performed under an authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement.” SECTION 4. The following exhibit(s) to the Contract is/are hereby amended or added, as indicated below, to read as set forth in the attachment(s) to this Amendment, which is/are hereby incorporated in full into this Amendment and into the Contract by this reference: Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 3 of 8 a. Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. b. Exhibit “C” entitled “COMPENSATION, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. c. Exhibit “C-1” entitled “SCHEDULE OF RATES, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. SECTION 5. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 6. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 4 of 8 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _______________________________ City Manager APPROVED AS TO FORM: ______________________________ City Attorney or designee BROWN REYNOLDS WATFORD ARCHITECTS, INC. Officer 1 By:____________________________ Name:_________________________ Title:__________________________ Officer 2 By:____________________________ Name:_________________________ Attachments: Exhibit “B” entitled “SCHEDULE OF PERFROMANCES, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS Exhibit “C” entitled “COMPENSATION, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS Exhibit “C-1” entitled “SCHEDULE OF RATES, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Craig Reynolds, Principal Principal Principal Mark E. Watford Vers.: Aug. 5, 2019 Page 5 of 8 EXHIBIT B SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (NTP). Milestones Completion No. of Weeks From NTP 1. Task 1 – Schematic Design 18 weeks 2. Task 2 – Design Development 52 weeks 3. Task 3 - Construction Documents 103 weeks 4. Task 4 – Construction Administration 183 weeks 5. Task 5 – LEED Certification 253 weeks of this Agreement) Agreement per the schedule approved by Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement. Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 6 of 8 EXHIBIT C COMPENSATION, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CITY agrees to compensate CONSULTANT for Services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below, provided that the total compensation for the Services, including any specified reimbursable expenses, and the total compensation for Additional Services (if any, per Section 4 of the Agreement) do not exceed the amounts set forth in Section 4 of this Agreement. CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY. BUDGET SCHEDULE NOT TO EXCEED AMOUNT SERVICES Phase 1 Phase 2 Phase 3 ROW Task 1 - Schematic Design $117,800 $117,800 Task 2 - Design Development $152,700 $152,700 Task 3 - Construction Documents $ 229,400 $229,400 Task 4 - Construction Administration (FY2023 Funds will be used on an as-needed basis for $199,136 $199,136 Task 5 - LEED Certification $11,952 $19,522 $8,366 $39,840 Task 6 – Microgrid Design Allowance $22,622 $22,622 TOTAL BASIC SERVICES $305,074 $248,922 $207,502 $761,498 REIMBURSABLE EXPENSES* (as specified in $5,000* $5,000* SUBTOTAL (Basic Services & Reimbursable $310,074 $248,922 $207,502 $766,498 Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 7 of 8 SERVICES Phase 1 Phase 2 Phase 3 ROW ADDITIONAL SERVICES* (if any, per Section 4)$72,016 $72,016* TOTAL NOT-TO-EXCEED AMOUNT $382,090 $248,922 $207,502 $838,514 * The not-to-exceed amounts for Reimbursable Expenses and Additional Services may each, respectively, be utilized across all Phases of the Agreement, even though these respective not-to- exceed amounts may not show in all Phases in the table above. These specified not-to-exceed amounts are cumulative across all Phases; they are not necessarily per-Phase amounts. REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead, administrative support time/overtime, information systems, software and hardware, photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder. Reimbursable expenses, if any are specified as reimbursable under this section, will be reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will be reimbursed are: 1. Shipping of submittal items for staff Design Review Committee and Architectural Review Board including, but not limited to, materials boards, plans, and other supporting documentation 2. Printing for documents as requested by the City during design and construction All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $500 shall be approved in advance by the CITY’s Project Manager. Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 8 of 8 EXHIBIT “C-1” SCHEDULE OF RATES, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CONSULTANT’s not-to-exceed hourly rate schedule under this Agreement is as provided below in this Exhibit C-1, covering CONSULTANT and its subconsultants, if applicable. Overtime may only be charged if specific approval was granted in writing by the City’s Project Manager in advance. Any overtime incurred without such approval shall be at the CONSULTANT’s own expense to the extent it is above the hourly rates provided in this Exhibit C-1. CONSULTANTS (BRW ARCHITECTS) Title Principal Project Architect / Project Manager Project Coordinator Project Designer Drafter / BIM Modeling / Animations Administrative Assistant SUBCONSULTANTS Title Principal Engineer/ Principal Landscape $210 $214 $218 Principal Landscape $210 $214 $218 $180 $183 $186 $150 $153 $156 $120 $122 $124 $80 $81 $82 $40 $41 $42 Mark-up % on sub-consultants 10% Docusign Envelope ID: 7BF4DE3B-E7C7-4210-8494-C78E7D976374 Vers.: Aug. 5, 2019 Page 1 of 5 AMENDMENT NO. 1 TO CONTRACT NO. C24189293A BETWEEN THE CITY OF PALO ALTO AND CUMMING MANAGEMENT GROUP, INC. This Amendment No. 1 (this “Amendment”) to Contract No. C24189293A (the “Contract” as defined below) is entered into as of September 29, 2025 by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and CUMMING MANAGEMENT GROUP, INC., a California corporation, located at 25220 Hancock Avenue, Suite 440, Marietta, CA 92562 Department of Industrial Relations (DIR) Registration Number PW-LR-100068970 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S A. The Contract (as defined below) was entered into by and between the Parties hereto for the provision of provide construction management services in connection with the Fire Station No. 4 Project, as detailed therein. B. The CITY and NOVA Partners, Inc. entered into the Contract (defined below). Pursuant to the Consent to Novation (detailed below) executed between NOVA Partners, Inc., Cumming Management Group, Inc., and CITY, wherein Cumming Management Group, Inc. was transferred the obligations of the CONSULTANT under the Contract and Cumming Management Group, Inc. thereby became the CONSULTANT under the Contract. C. The Parties now wish to amend the Contract in order to extend the contract term through August 31, 2027 no additional cost to the City, as detailed herein. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a. Contract. The term “Contract” shall mean Contract No. C24189293 between CONSULTANT and CITY, dated December 18, 2023, as assigned to Cumming Management Group, Inc. pursuant to the Consent to Novation to Contract No. C24189293A between NOVA Partners, Inc., Cumming Management Group, Inc., and CITY, wherein Cumming Management Group, Inc. was transferred the obligations of the CONSULTANT under the Contract and Cumming Management Group, Inc thereby became the CONSULTANT under the Contract, b. Other Terms. Capitalized terms used and not defined in this Amendment shall have the meanings assigned to such terms in the Contract. Docusign Envelope ID: 9252CC07-DBAC-45B9-AB1B-33A3E9D36912 Vers.: Aug. 5, 2019 Page 2 of 5 SECTION 2. Section 2 “TERM” of the Contract is hereby amended to read as follows: “ The term of this Agreement shall be from the date of its full execution through August 31, 2027 unless terminated earlier pursuant to Section 19 (Termination) of this Agreement.” SECTION 3. The following exhibit(s) to the Contract is/are hereby amended or added, as indicated below, to read as set forth in the attachment(s) to this Amendment, which is/are hereby incorporated in full into this Amendment and into the Contract by this reference: a. Exhibit “B” entitled “EXHIBIT B SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. b. Exhibit “C” entitled “EXHIBIT C-1, SCHEDULE OF RATES, AMENDMENT NO. 1, AMENDED, REPLACES PREVIOUS. SECTION 4. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 5. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE) Docusign Envelope ID: 9252CC07-DBAC-45B9-AB1B-33A3E9D36912 Vers.: Aug. 5, 2019 Page 3 of 5 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO _______________________________ City Manager APPROVED AS TO FORM: _______________________________ City Attorney or designee CUMMING MANAGEMENT GROUP, INC. Officer 1 By:____________________________ Name:_________________________ Title:__________________________ Officer 2 By:___________________________ Name:________________________ Title:_________________________ Attachments: Exhibit “B” entitled “EXHIBIT B SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. Exhibit “C” entitled “EXHIBIT C-1 SCHEDULE OF RATES, AMENDMENT NO. 1”, AMENDED, REPLACES PREVIOUS. Docusign Envelope ID: 9252CC07-DBAC-45B9-AB1B-33A3E9D36912 Senior Vice President Bob Olson, Senior Vice President CFO A. Al Jajeh, CFO Vers.: Aug. 5, 2019 Page 4 of 5 EXHIBIT B SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CONSULTANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed (“NTP”) from the CITY. Milestones Completion Number of Days/Weeks (as specified below) from NTP 1. Preconstruction Services 27 weeks 2. Construction Management Services 115 weeks 3. Budget and Schedule Management 115 weeks 4. Testing and Special Inspections 115 weeks 5. Photographic Recording 115 weeks 6. Allowance for Additional Testing 115 weeks 7. Deconstruction and Construction Materials Management 115 weeks 8. Post-Construction Services 193 weeks Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement. Docusign Envelope ID: 9252CC07-DBAC-45B9-AB1B-33A3E9D36912 Vers.: Aug. 5, 2019 Page 5 of 5 EXHIBIT C-1 SCHEDULE OF RATES, AMENDMENT NO. 1 (AMENDED, REPLACES PREVIOUS) CONSULTANT’s schedule of rates is as follows: Role 2023 Rates 2024 2025 2026 2027 Principal $ 223.00 $ 223.00 $ 223.00 $ 223.00 $ 227.46 Project Director $ 215.00 $ 215.00 $ 215.00 $ 215.00 $ 219.30 Sr. Project Mgr $ 206.00 $ 206.00 $ 206.00 $ 206.00 $ 210.12 Project Mgr $ 181.00 $ 181.00 $ 181.00 $ 181.00 $ 184.62 Admin Support $ 150.00 $ 150.00 $ 150.00 $ 150.00 $ 153.00 Sr Estimate / Sr Cost Mgr $ 206.00 $ 206.00 $ 206.00 $ 206.00 $ 210.12 Scheduler $ 206.00 $ 206.00 $ 206.00 $ 206.00 $ 210.12 Estimator $ 187.00 $ 187.00 $ 187.00 $ 187.00 $ 190.74 Docusign Envelope ID: 9252CC07-DBAC-45B9-AB1B-33A3E9D36912