Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06/07/1994, 8 - CONTRACT AMENDMENT HEADQUARTERS FIRE STATION
�IIIIlI ��IIIII�I�A�Ihll`I CTL)/ O� San LaiS OBISPO MEETIN. .1ATE: June 7, 1994 #� Cpl COUNCIL AGENDA REPORT FROM: Robert F. Neumann, Fire Chief SUBJECT: Contract Amendment Headquarters Fire Station CAO RECOMMENDATION By motion, ■ Approve and authorize the Mayor to execute a renegotiated contract in the amount of$235,796 with the architectural firm of Ross Levin MacIntyre and Varner (RLM & V) to reflect the change in location of the headquarters fire station, the deletion of the recreation administration offices from the project, and the addition of a training facility. ■ Approve the Master Plan Design Program and comment on the Preliminary Site Layout for a new Headquarters Fire Station and training facility at 2260 Broad St. and direct RLM & V to proceed with the design phase of the project. DISCUSSION Architect's Contract In December of 1992, the City Council approved a contract with the architectural firm of RLM & V for $295,000. The original purpose of the contract was to plan, design, and administer construction of a combination headquarters fire station/recreation administration offices to be located on the former Emerson School site at Pismo and Nipomo. On the recommendation of the CAO and Fire Chief, Council approved relocating the project to a new site commonly known as the Southern California Gas Company property (SCG) in the summer of 1993. In addition, Council directed that the recreation administration offices be deleted from this project. The purchase of the SCG site closed escrow in late February of this year, and in order to move forward with the design of the headquarters fire station, the contract must be renegotiated to reflect the deletion of the recreation administration offices from the project. The existing contract is broken into two phases. Phase I consists of project master planning and architectural programming. The current contract places a value of$31,245 for these tasks. Phase II is made up of the design, engineering and construction administration components. The current contract places a value of$263,755 for this work. Prior to the change in location, approximately 50% of the Phase I work had been completed and paid for by the City. The vast majority of this work was generic to both sites. Staff, through a work change order, increased this portion of the contract by $5,000 to reflect the need for further study of the existing building, site improvements and traffic impacts on the project's master plan. In addition, staff approved another change order for the completion of soil studies and topographic mapping that were originally scheduled in Phase H portion of the contract. This produced a clear picture of the site and its potential. The value of this work, required at any location, is also $5,000. '11111 11111011:j1: Clty Of San LUIS OBISPO COUNCIL AGENDA REPORT The City's consultant in this project, Vanir Construction has renegotiated the Phase H portion of the contract with RLM & V deleting the recreation facility and establishing a value of $235,796, for a savings of$27,959. PHASE I RECOMMENDATIONS The architect is recommending, and staff is requesting approval, to proceed into Phase H of the fire station project. At this point, staff is seeking Council comment and conceptual approval for the overall site layout. Finalization of the plan can only come after both ARC and the Planning Commission's review and approval. The following factors will be analyzed as the project moves forward: Orientation/Location Considerable study has been given to the best scenario for locating a fire station on the site. A number of factors have been weighed, i.e. the use of the existing buildings, possible adjoining property uses, cost factors, future traffic patterns, and the possible extension of South Street. Staff is recommending that the major components of the fire station be located as close as possible to the intersection of South and Broad Streets. This would allow the use of either South Street or Roundhouse Avenue should the extension of South Street occur in the future. Should the latter occur, the architect has designated that this area of the property be used as parldng and landscape. Upon construction, the displaced parldng could be facilitated in a number of areas. Likewise, should the South Street option be chosen, the site plan would need little change. (Site plan attached.) The recommended site plan allows Staff to move forward with the project design, which accommodates the extension of either street. In addition, after Council has adopted the pending circulation element, Staff will be better able to consider the proposal from the Albertson's Corporation on the possible development of the adjoining property, returning to Council with a recommendation. The current fire station occupies approximately 14,000 square feet. Worldng with staff, the architect has determined space needs (sufficient to the year 2030) to be as follows: Crew Living Quarters: 3750 SF Apparatus Bays: 4840 SF Apparatus Associated Areas: 1430 SF *Administrative Areas: 2765 SF *Lobby/Historical Area: 778 SF Service Areas: 1114 SF Training: 1416 SF ���h�i�N►�IIIII�I�I ►�IUIU city of san Lacs oBispo IIIIINGs COUNCIL AGENDA REPORT Existing Maintenance Building 1536 SF Outside Storage: 400 SF TOTAL: 18029 SF * Space guidelines established in the civic center remodel were utilized, where possible. .The Fire Department plans to incorporate in the project a small historical museum to display an alarm bell, clock, chemical wagon, and other historical items from the original San Luis Obispo Fire Station. The display area will be within the lobby-reception space. Emergency Rg=se Exiting Considerable study has been dedicated to exactly how emergency fire apparatus should enter and, most importantly, exit the new facility. The architect developed three possible scenarios as to how emergency response equipment should best exit: the use of an extension of South Street, the use of Roundhouse, and direct entry into the intersection of Santa Barbara and South Street. After consultation with City staff and the California Department of Transportation (Cal-Trans), it is staff's recommendation that the building be situated to allow emergency fire equipment immediate access directly into the intersection of Broad and South Streets. The Roundhouse option was deemed inappropriate based upon the fact that responding equipment would be required to make a number of very tight radius turns in order to gain access to approximately 1/3 of the fire station's response area. The use of an extension of South Street is unacceptable to Cal-Trans and the City Traffic Engineer, who have concerns over the required development of a five-legged intersection which would be needed in order to facilitate this. These intersections are historically problematic. Use of Existing Facilities During the initial soil investigation work, a number of large pieces of concrete were struck in the soil borings. Staff expanded the scope of the soil survey and discovered that the large pieces of concrete were part of the foundations for a series of natural gas "above-ground" storage tanks which were located on the site in the early 40's. - The extent of these foundations has been roughly determined to be in areas where construction will occur. They are significant enough in size so as to require their removal. The current Gas Company administration building was built over a portion of these concrete foundations. That fact makes it unacceptable to retrofit that building into an essential service facility. In addition, the current Gas Company administration building is inappropriately located, given the tight demands of the safe exiting scenarios and future traffic/circulation concerns. The existing maintenance building, which is 1,536 SF is suitable for reuse. It will require some seismic strengthening, however, it is generally very suitable for the maintenance component of the new facility. A small office and restroom have been added. Existing hydraulic lifts, lubrication and air supply systems will remain in place. Small additions at both ends of the building will serve as storage areas for hazardous materials, outside work areas, and wash racks for the department's mechanic. 8-3 �►�n��ti►►►�Illlll�l�n ��pl city Of San Luis OBISPO nii% COUNCIL AGENDA REPORT awk Discussions with the Planning Department and the project architect lead staff to believe that the most appropriate style for this neighborhood is one of the more traditional fire station, constructed with a combination of block and masonry. .Important design considerations that have been expressed to the project design.team include: retention basins, reductions in paved areas, landscape opportunities, and an energy-efficient building design. .Site ErMmtion Staff has concluded and both the architect and the City's consultant concur, that City staff should be responsible for contracting the required building demolition and soil preparation work. The logic is as follows: The current construction bidding climate is very favorable. The sooner the project is let to bid, the better the chance of the City taking advantage of this fact. Completion of the project bid package will be slowed if the architect is required to manage the demolition and site preparation. In addition, the staff has recent experience with demolition contracts and the City will save the architect fees for managing this component (approximately $12,000). Training.Tower Staff finds that the overall site lends itself well to the training requirements of the department. Currently, the department utilizes approximately 45,000 SF unimproved training facility on Prado Rd. The site will soon be shared with the People's Kitchen and is not centrally located, which causes fire crews a delay when responding to emergency incidents. Many advantages exist in combining the Fire Department's training needs on this site. ■ A new-classroom is being designed in the new station. Combined manipulative and classroom skills can be taught in one location. ■ The site is centrally located for more immediate emergency response. ■ The neighborhood is conducive to this type of activity. ■ The Prado Road site will then be available for future City needs. Fire Department Staff has designed a training facility with a footprint of approximately 800 SF that includes a 31 ft. tower, a "smoke-training room", a low roof designed for ventilation skills practice, and a number of very important Fire Department training features. The architect has been requested to blend the Fire Department design into the overall site plan. Staff's recommendation is that the training facility be constructed concurrent with the fire station in order to meet the City's long-term Fire Department training needs in the most cost-effective manner. The training facility adds $89,448 in construction costs and $7,156 in architectural fees to the project. W 11111111111VAIJU city Of San t;aiS OBISPO COUNCIL AGENDA REPORT FISCAL MPACT Architect's Contract Deleting the recreation/administration offices saves the City $35,115 in the Phase II portion of the contract. By adding the training facility, the cost is increased by $7,150 for a total savings of $27,959. Project Costs To-Date Study $ 219685 Design $ 19,273 Land Acquisition $ 1,450,000 Construction Management $ 7,170 Total $1,498,128 Remaining_Project Costs Discussion with the architect, project cost estimator and the City's project consultant lead staff to estimate project costs as follows: Phase II Architectural Fees Fire Station $ 228,600 Training Facility $ 7,200 Total Phase II Architectural Fees $ 235,800 Building Demolition/Site Preparation $ 140,000 Project Management, Inspection & Testing On-Site Inspection $ 759000 Testing $ 50,000 Construction Management $ 517500 Total Project Management, Inspection & Testing $ 176,500 Off-Site Improvements Signal Work $ 40,000 Storm Drain Improvements $ 10,000 Total off-Site Improvements $ 50,000 Project Construction Fire Station $2,1369400 Training Facility $ 897400 Total Project Construction $292259800 Furnishings $ 60,000 Estimated Total for Project Completion $2,888,100 The CIP budget currently has unencumbered $2,367,773 for this project. This includes $244,983 encumbered for architectural fees in Phase II and $51,516 for construction management. Therefore, the amount of money that we are currently short when compared with our estimates totals $223,828. �i���Nl�lll{IIIIIp�u.u�l��l�l► MY Of San SUIS OBISPO - i COUNCIL AGENDA REPORT These are only preliminary estimates and no Council action is required at this time. As the project proceeds, these estimates will be refined and additional funding strategies will be developed, if necessary. Prospective sources include; the sale of the old Fire Station site and the possible funding from a pending grant with the State of California for the earthquake retrofitting of an essential service facility. These construction estimates reflect the current economic environment. Accordingly, it is important that we proceed expeditiously with this project if we are to benefit from the current construction market. ATTAMUNTS: Site Plan Design Program Renegotiated Contract Program Cost Estimate - On File in City Clerk's Office Large Scale Site Plan - On File in City Clerk's Office 8-6 �Z d N sA o tz m CA a 0 yf9 / y ' • f. � c:� � � 1:•�\A; F r t - C \ H \\ �!'• �t Imo. 41,1 cr \ A \ n 9 q • m e n > a \ a u \ F � R ' EsIL 6- 7 Phase I Progress DESIGN PROGRAM for C= OF SAN LUIS OBISPO FIRE STATION NO. 1 RLM&V Project No. 9210 May 4, 1994 e" Ross Levin Maclntyre b Varner 1 RC III i EC I L'RE 1 NC:INLI:RING I'L ANNING O III ASSWaJiW Wiln GILLIS ILL-R66CLARK TABLE OF CONTENTS A. Introduction B. Space Needs Assessment I. Headquarters Fire Station II. Existing Maintenance Budding III. Outdoor Storage C. Furnishings and Equipment I. Fire Department D. Site Analysis I. Site Description H. Site Planning Issues III. Assessors Parcel Map/Zoning Map E. Functional Relationships F. Design Check List G. Cost Models I. Energy Efficiency Statement-Mechanical II. Energy Efficiency Statement- Electrical H. Engineer Reports of Existing Buildings I. Structural Analysis H. Mechanical Analysis III. Electrical Analysis I. Master Plan Exhibits (to be submitted with Master Plan Package) $-9 A. INTRODUCTION A. Introduction This document is the Design Program for the new City of San Luis Obispo Fire Station No. 1. The purpose of this Design Program is to outline design parameters, provide facility space needs,identify functional relationships and departmental organizational concepts and to review budgetary project constraints. Pie-program project projections consist of approximately 18,029 SF of Fire Station Facility. Ibis square footage consists of: Crew Living Quarters: 3750 SF Apparatus Bays: 4840 SF Apparatus Associated Areas: 1430 SF Administrative Areas: 2765 SF Lobby/Historical Area: 778 SF Service Areas: 1114 SF Training: 1416 SF Existing Maintenance Building: 1536 SF Outside Storage: 400 SF TOTAL: 18029 SF Associated parking and site work is part of the project scope. This project is to be located at the Old Southern California Gas Company,2.4 acre site at the intersection of Santa Barbara and Broad Streets,south of the city core. The site is relatively flat with an existing 5,120 Administration Building and a three bay 1,536 SF Maintenance Building. Existing on-site buildings have been reviewed for seismic safety for essential service buildings and Title 24 Code Compliance. The existing maintenance buildingwill be seismically up-graded for continued use in the Fire Station Project. After structural, mechanical, electrical and geotechnical investigations of the site and existing Administration Building,coupled with site orientation analysis, we strongly recommend removal of this building to make way for a new facility. Seismic retrofit of this building is very costly and does not lend itself to appropriate site orientation for proper and safe response exiting into the public road system intersection of Broad and Santa Barbara Streets. Engineer reports are included with this program. Site orientation is on a north-south axis with direct access to Broad Street,South Street and Santa Barbara Street. This site provides the Fire Department good response to downtown and residential areas off South and Broad Streets. With an extension of either South Street or Roundhouse Street to Bishop Street, response access to the Bishop Johnson area could be opened up. Design Program/San Luis Obispo Firs Station No. 1 page 2 The Fire Department plans to incorporate in the project,a small historical museum to display a bell,clock,chemical wagon,and other historical items from the original San Luis Obispo Fire Station. The display area will be within the lobby reception space. To compile data for the program, a series of meetings were held with Chief Bob Neumann, former Battalion Chief, Erwin Willis and his Building Committee, City Planner, Whitney McIlvaine and City Building Official,Tom Baasch. A Site Analysis,of the Southern California Gas Company site was conducted February 16,1993 to determine the suitability of the site for City Fire Department use. This site was determined to be a viable and recommended site and would optimize the Fire Departments strategic/response capabilities for the City of San Luis Obispo. Information was also gathered from an overnight stay at existing Fire Station No. 1 made by Architect/ Fire Department Specialist and Programmer, Don Iler. This program is the result of those meetings and the evaluation of existing and projected space and functional needs for the Fire Station. Space and staffing needs are projected to the year 2030 to accommodate future growth expectations with the design. In consideration of the geographic layout of the City of San Luis Obispo,the areas around the City where future growth is most likely to occur, and recommended response times for emergency calls,the Southern California Gas site is well suited and centrally located.Future expansion of fire facilities in San Luis Obispo may require new facilities in growth areas, however future expansion of this facility for apparatus/response equipment and response/staff is viable. Future expansion,if required,would most likely be administrative in nature. The ultimate goal of the Project is to meet, in the most cost effective and timely manner, the program requirements for the City of San Luis Obispo's Fire Support needs through the year 2030 with a maximum initial capital expenditure of$2.8 million,including fees,permits, tests and inspections. Construction budget is expected to be approximately$2.2 million. In support of the above described goal,the plan objectives are to: 1. Provide a cost-effective, durable, safe, and efficient working environment for the staff. 2. Plan and design facilities which are efficiently organized and functionally related to reduce construction and operational cost. 3. Design a facility which is able to be constructed within the projected budget constraints. 4. Provide cost modeling analysis to compare building quality,value and budget for the most cost effective/buildable design. Design Program/San Luis Obispo Fire Station No. 1 Page 3 -ia B. SPACE NEEDS ASSESSMENT 913 CITY OF SAN LUIS OBISPO HEADQUARTERS FIRE STATION FINAL NEEDS ASSESSMENT MAY 4, 1994 L Headquarters Fire Station A. Crew Living Quarters 1. Sleeping Quarters 8 Q 13 X 14 1456 (2 Beds, Desk, 3 Lockers each) 2. Male/Female Crew Restrooms a. Shower(4)/Drying 14 X 12 168 b. Restroom 15 X 12 180 (3 Wc,2 Ur, 6 Lav, 30 Personal Storage) 3. Linen Storage 4 X 6 24 4. Dayroom 20 X 25 500 (10 Person Capacity) 5. . Kitchen 17 X 21 357 (1 Range, 1 Dw, 2 Micro, 3 Refrig,Prep Sink,Triple Compartment Sink,Prep Island, 4 Pantries 6. Dining Room 12 X 26 312 (Exist.Table+ 1-6 Ft. Long Table) Iksigo Program/San Luis Obispo Fire Station No. 1 Page 5 gap I. Headquarters Fire Station A. Crew Living Quarters (continued) 7. Vending/Recycling/Storage 6 X 10 60 8. Janitor Closet 4 X 6 24 • 9. Firepoles 1 @ 4 X 8 32 10. Telephone"Booth" 3 X 4 12 Subtotal Crew Living Quarters 3125 SF (Net SF) Corridors, Structure,Etc. 625 SF (20%of Net SF) TOTAL GROSS SF CREW LIVING QUARTERS 3750 SF ' Design Dependent Design Program/San Luis Obispo Fiat Station No. 1 Page 6 B: Apparatus says 1. Apparatus Bays 4(g 16 X'70 . 4.480 (4 Double Deep Bays) 4480 SF suwtwe,Etc. - (8%of net.SF) 360:SF TOTAL GROSS SF APPARATUS BAYS 4840 SF Design Prograin/San I ms Obispo:Fire Station No. 1 page 7 C. Apparatus Associated Areas 1. Weightroom 20 x 20 400 (14 Side Machine, 3 Exercise Bikes, Barbells) 2. AirfiW0-2 Room 10 X 12 120 3. Central Storage Room 12 X 12 144 (Small Tools&Equipment) 4. Decontamination Room 12 X 16 192 (Commercial Washer&Dryer, Laundry Chute, Spare Turnouts Storage, Sloping Counter w/Sink) 5. EMS Supply Room 8 X 10 80 6. Turnout Room 14 X 16 224 (30 Tumout Modules- 24"D X 18"W) 7. EOC"Wall" 3 X 20 60 (Off of Apparatus Floor) 8. EOC Storage Room 8 X 10 80 Subtotal Apparatus Associated Areas 1300 SF (Net SF) Corridors, Structure, Etc. 130 SF (100/6 Of Net SF) TOTAL GROSS SF APPARATUS ASSOCIATED AREAS 1430 SF Design Program/San Luis Obispo Fine Station No. 1 Page 8 D. Administrative Areas S.t�ff 1. Fire Chiefs Office 10 X 15 150 (Enclosed) 2. Fire Marshal's Office 10 X 12 120 (Enclosed) 3. Fire Prevention Spec.Office 12 X 12 144 (Enclosed w/Plan Check Facility) 4. Open Office Areas (Systems Furniture) Haz. Mat. 9 X 10 90 Pub. Ed. 9 X 10 90 Medic's 9 X 10 90 Inspectors 2 @ 9 X 10 180 Work Stations 2 @ 6 X 10 120 5. Reception/Secretarial 3 @ 8 X 8 192 (Systems Furniture) 6. File Storage 8 X 16 128 (Systems Furniture,Double Loaded Aisle) QperLtjons I. Battalion Chiefs Office 10 X 12 120 (Enclosed with Systems Furniture, Two Work Stations) 2. Captain's Office 10 X 12 120 (Enclosed with Systems Furniture, Two Work Stations) 3. Alarm/Radio Dispatch Room 8 X 8 64 Design Program/San Luis Obispo Fire Station No. 1 Page 9 -/8 D. Administrative Areas (continued) ins 4. Conference Room/Library 12 X 20 240 (15 Person Capacity, 1 Workstation) 5. Copy/Mail Room 8 X 12 96 6. Hospitality Area 4 X 4 16 (Small Counter,Table,Vending Machine w/Coffee Machine) 7. Janitor Closet 4 X 6 24 * 8. Female Staff'Restroom 8 X 8 64 (1 Wc, 1 Lav, 6lockers) • 9. Male Staff'Restroom 7 X 9 63 (1 Wc, 1 Ur, 1 Lav, 6 lockers) 10. Evidence Locker 4 X 4 16 Subtotal Administrative Areas 2127 SF (Net SF) Corridors, Structure, Etc. 638 SF (30%Of Net SF) TOTAL GROSS SF ADMINISTRATIVE AREAS 2765 SF Design Program/San Luis Obispo Fire Station No. 1 Page 10 Q E. Lobby/Historical Area 1. Public Lobby/Historical Area 25 X 24 600 (Seating,Chemical Wagon) 2. Public Restroom 6 X 8 48 (Unisex- 1 Wc, 1 Ur, 1 Lav) Subtotal Lobby/Historical Area 649 SF (Net SF) Corridors, Structure, Etc. 130 SF (200/6 Of Net SF) TOTAL GROSS SF LOBBY/HISTORICAL AREA 778 SF Design Program/San Luis Obispo Fire Station No. 1 Page 11 -a� F. Service Areas 1. Mechanical Room 12 X 20 240 2. Electrical Room 9 X 12 108 3. Telecommunications Room 9 X 10 90 4. Computer Room 9 X 10 90 ' 5. Stairwells 2 Q 10 X 20 400 Subtotal Service Areas 928 SF (Net SF) Corridors, Structure, Etc. 186 SF (20%Of Net SF) TOTAL GROSS SF SERVICE AREAS 1114 SF G. Training 1. Fire Station Training Room 30 X 34 1020 2. Training Storage/Office 10 X 16 160 Video Edit/Projection Subtotal Training Area 1180 SF (Net SF) Corridors, Structure,Etc. 236 SF (20%Of Net SF) TOTAL GROSS SF TRAINING AREA 1416 SF TOTAL GROSS SQUARE FEET HEADQUARTERS FIRE STATION 16093 SF ' Design Dependent Design Program/San Lias Obispo Fire Station No. 1 Page 12 -a� a. Existing Maintenance Building 1. Maintenance Bays 2 @ 16 X 32 1024 SF 2. Clean Up/Restroom 6 X 8 48 SF 3. Welding Alcove 3 X 8 24 SF 4. Parts Storage 10 X 14 140 SF 5. Work Shop 8 X 15 120 SF 6. Hose Storage 3 X 20 60 SF 7. Garden Storage 6 X 8 48 SF 8. Maintenance Office 9 X 8 72 SF TOTAL GROSS SQUARE FOOTAGE 1536 SF M. Outside Storage 1. Hazardous Material 20 x 20 400 SF Hazardous Material Equipment Storage/Emergency Generator/ Compressor Area (Detached from Fire Station) TOTAL GROSS SF OUTSIDE STORAGE 400 SF Design Progmn/San Luis Obispo Firs Station No. 1 Page 13 TOTAL FACILITY SUMMARY I. Headquarters FihrStation 16,093 SF A. Crew Living Quarters 3,750 SF B. Apparatus Bays 4,840 SF C. Apparatus Associated Areas 1,430 SF D. Administrative Areas 2,765 SF E. Lobby/Historical Area 778 SF F. Service Areas 1,114 SF G. Training 1,416 SF IL Existing Maintenance Building 1,536 SF III. Outside Storage 400 SF TOTAL GROSS SQUARE FEET OF HEADQUARTERS FIRE STATION 18,029 SF Design Program/San Lias Obispo Fine Station No. 1 Page 14 •a 3 C. FURNISHINGS AND.EQUIPMEW C. Furnishings and Equipment L. Fire Department Front Office Area Quantity Description size 2 L Shaped Desks 60 x 60 2 Desk Chairs 1 Book Cabinet 46 x 31 x 94 Prevention Office Area Quantity Description Size 4 Hayworth's Modular Work Stations 4 Office Chairs 4 Desk Chairs can ain's Office Quantity Description Size 2 Filing Cabinets 32 x 29 x 58.5 1 Copier 5'x 32 x 43 Chief's Office Quantity Description Size 3 Office Chairs 1 L Shaped Desk 81 x 69 x 29 1 Credenza 21 x 62 1 Coffee Table 20 x 50 1 Desk Chair Training Chiefs Off; p Quantity Description size 1 Filing Cabinet 25 x 15 1 Video Cabinets 12 x 24 x 30 1 Glass Front Cabinet 30 x 14 x 50 1 Credenza 18 x 66 x 30 Design Program/San Luis Obispo Fire Station No. 1 Page 16 -as Ba alion Chiefs Office Quantity Description Size 1 Book Cabinet 46 x 31 x 94 2 Desk 60 x 34 1 Book Shelf 14 x 32 x 78 3 Filing Cabinets 30 x 15 x 52 2 Chairs 2 Desk Chairs Fire M Mball'c Office Quantity Description Size 1 Desk 34 x 62 1 L Extender Desk 40.5 x 19 1 Filing Cabinet 23 x 19 x 5.25 1 Credenza 90 x 18 x 30 1 Book Shelf 20 x 11 x 47 1 Book Shelf 28 x 13.5 x 82.5 1 Desk Chair 3 Office Chairs Fire Proton Sneoialig's Office Quantity Description Size 1 Filing Cabinet 15 x 26.5 x 52 1 Drafting Table 38.5 x 60 x 41 1 Plan Holder 16 x 30 x 29 4 Chairs Electronics Storage Area Quantity Description Size 3 Shelves 3 x 18 x T-4" 1 Cabinet Design Progam/San Luis Obispo Firs Station No. 1 Page 17 -ae MW Quantity Description Size 4 Shelves 6' x 3' x 7' 1 Shelf 8' x 3' x 7' 3 Shelves 4' x 3' x.7' 1 Shelf 4' x 2'x 5 1 Tool Box 3' x 6' 1 Drafting Table 4' x'7'x 38" 3 Filing Cabinets 18 x 29 x 59 Computer Room Quantity Description Size 1 Computer Software Safe 31 x 19 x 41 1 Computer Cabinet 22 x 28 x 45 Kitchen Quantity Description Size 1 Table 48 x 117 3 Refrigerators(Whirlpool) 32 x 36 Day Room Quantity Description Size 7 Leather Chairs 31 x 60 1 Couch T 2 Ottomans 1 Television Engine Room Quantity Description Size Oxygen Cascade System 16"x 7' Compressed Air(storage) 68 x 26 Bottle Storage Tubes(16 minimum) 26 x 7.5 x 20 Design Program/San Luis Obispo Fns Station No. 1 Page 18 8-a� Shop :(outside) Quaatity Description Size Compressor 64 x'24:x 50 Generator 50 KW72 x- 32 it 69 Diesel Tank 48 x.36 x 84 Gas Ta 48 x:36 it 84 Design Progi ad Lids Obispo Fire Station No. I Page 19 D. SITE ANALYSIS 8-a9 D. Site Analysis I. Site Description The construction site for the New City of San Luis Obispo Fire Station No. 1 is the former 2.4 acre Southern California Gas Company site located southeast of the Broad Street, Santa Barbara Street and South Street intersection. The site is centrally located in the southeast edge of San Luis Obispo with good response access to north and south Broad Street areas,west down South Street and East on Santa Barbara Street. With the future possibility of extending either South Street or Roundhouse Street to Bishop Street east of the railroad tracks, there will be good response access to the Johnson Street communities. The site is served by all City Utilities with all off site improvement in place. Being bound by Roundhouse Street to the north,Emily to east,South Street to the south and Broad and Santa Barbara askew to the west,provide ideal circulation for response and return of vehicles. A 2.4 acre site provides space for the 18,029 SF proposed facility with space for public, staff'and emergency vehicle parking. The site provides the opportunity for a training tower facility and yard storage. At Cal Trans request,building orientation is to provide response exit into the Broad Street,Santa Barbara intersection for safe and direct traffic control. Building orientation on the site must consider the following: 1. Environmental and Energy Factors a. Sun Orientation b. Wind and Rain Direction C. Drainage d. Landscape Character e. View to and from Site by Community f. Response Exit and Return Safety 2. Circulation a. Possible extension of Broad Street to Bishop Street via Roundhouse to cross the railroad tracks. b. Possible extension of South Street to cross the railroad tracks. C. Comply with Cal Trans engineering requirements Davgn Program/San Luis Obispo F=Station No. 1 Page 21 V0,30 D. Site Analysis (continued) H. Site Planning Issues a. Legal Description: APN: 003-753-002 (See attached assessors parcel map) b. Zone: PF;Public Facility C. Fire Station Proposed Use: Is allowed in PF zone. d. Adjacent Zones(see attached zone map) North: ON, C-S South: ON East: C-S West: ON,P-F(park) e. Yard Requirements: Street Frontage All 4 sides- 10 ft. ON zone standards govern) f. Maximum Building Height: Stories-3 Feet-35 ft. (If training tower is over 35',need variance). g. Site Dimensions: Approximately 362 ft.x 282 ft. h. Site Area: 2.406 acres approximately I Building Coverage: 60% j. Required Parking: 1 space/500 SF Design Program/San Lms Obispo Fue Station No. I Page 22 V JPT-N. BC K. 14. .2-47 /74 61 3o I SO PrN. ARB. BIK. 756 `IIA-47 4 7 J` /13 2a 40 40 I /13.10 ./v n /19.30 9. I R P 9 4- - A Q U Q ? /33.ao rot ? Q o � lo cri I 6 a J !r •� I rsi6 - —r- - - -- . 754 - 12 54 -r2 O 4 07 r. p T /d9.s5 rJ I p 5 .r— ►� 13 ', — I - - - - Loo - -- - - .4F �-�, ��. • /53.70 14 4(i I 40 16 /?3. ZO T T 14 rr 1110141 r„o ruo 1 B-9B ROUNDHOUSE RD. ��mm�sms 40 C a 11 I 1 a � --- - ---- - 1 I ^----- a •, � I 1 NJ _ 2 1 753 i Q -- --- - r- --- - - - - - � - - 755 -z h QI4 I I ---- - - - - - 31— _15116 _ 1 N U 7 B T - - - - - - - uj — J _5 1 nj 32.03 I 1 B-9 /Zo.30 61 7181 wowlEwwruw 1 SOUT/-i 5r. ASSESSORS PARCEL MAP S-`3a n l J j1� , •111• 11,. 111..III,. .s'7gjT'� i I . __ ;1! W11 �{If '�/d/ ��I'�l. � V,��1 •,�1�,1,11,,,1 ,,111 ,,I,1,,,�I ,, '•• 91UNHWIS o.'•�. . '_.':._f. Jnr' ,,J,`,,p,,,�,, ,,LJJ ,N ,,• ,,,• �,,, ,,,• ,,' .64 :1 rim 02 z �. Y .',,�,, , cn ,,,,,,,,, bo is ,,,`gyp••` ;'.;:. \Np 1 ,/r aq,h .a• 00 mo tl now RM OKI s �. 35 O z r \ '4Y' ?'.'.}}}}}}}iii:`:•:•:" Yr ' �1. .�\�::.<•::.:•::::: _ w ,�.�� w i� w cr LLJ cc Poo LL op 40 Oil '3nr raveara rlHrs �.�P t� _ Z _ W La. W `Z ': Z. .�t p CC NNAW ND CL Vit cc w O O O E. FUNCTIONAL RELATIONSEIIPS M � Lave Loc LIN• Tv MN r■n ..� one �6 4r amme o ~ t 1 CIL 1 -FUNCTIONAL RELATIONSHIPS 8-3s t o =- F. DESIGN CHECK-.LIST F. Design Check List San Luis Obispo City Fire Station No. 1 May 4, 1994 RLM&V Project No. 9210 CODE DATA PROJECT: Chi y of San L.WS Obioo Fire Station No. 1 Prepared By: Ross Levin MacIntyre&Vamer Architects Date: 2/2193 Project Address: Governmental Jurisdiction: TYG I. DES EMON: APN: 003-753-002 PLANNING /ZONING Planning Official Contacted: Whitney McIlvaine Address: 900 Palm Street-City Planning Dept. Telephone(805)781-7175 Proposed Use(s): Fire Station Zone: PF Proposed Use(s): Permitted in Zone? No zone problems anticipated. Fire station is allowable use in PF. However a Planning Commission Hearing/Approval is required. Need to apply for use permit. Governmental Approval/Action Required: Administrative Approval-Use Permit Required Conditional Use Permit-Go before Planning Commission Variance-No Zone Change-No Negative Declaration-Yes (Fire Department) ARC Process/Historical-Yes Archeology-Yes(Fire Department) Geological-Yes(Fire Department) Trac - Comply with Cal Trans regulations. Will require traffic control at Broad/Santa Barbara/South Street intersection. Design Progrmn/San Luis Obispo Fre Station No. 1 Page 25 F Design Check List(continued) Regiiirement(s)= 1/500 plus bicycles Compact Stalls Allowed? NA. Minimum.Stall Sizes- 8'-6"W 18'D Avg.:size std: only Standard Compact Aisle widths 20'Sre lane Single Load Bay 43' -A" Double Load Bay 601._2" .411 degree 75 degree -___.60 degree._ _ 45Aeg= Front:. 10' - i Side: 10' Rear 10' NA. Minimum-Lot:RequjmcnLCnt 600/6.Maximum'-Coverage Stories:. 3 Feet: 35' Taildscaldna Rcqgtooents C Guidelines.Review Sign Reffuintions Pole Monument Building Design Program./San.Ldis Obispo Fire Station No-. I .-Page 26 ' F. Design Check List(continued) her R uiremcmts/Notes BIMMING CODE Applicable Building Code: UBC-1991 NEC-1990 (May adopt 93 by end of year) UPC-1991 NFPA-1991 Building Official Contacted: Tom Baasch Address: 990 Palm Street, San Luis Obispo-City Building Department Telephone: (805)781-7180 Building Occ: B-2 Basic for Fire Station Essential Service Facility Maintenance Facility- H-4 If welding open flame or gas and oils exchange - ie. change fuel pump. One hour separation is required between B-2/H-4 OCC. Building type requires an essential facilities inspector to be on site during construction. INTERPRETATION OF EXTENT OF ADAf=E 24 Title 24 H.C.Access Compliance is required for ollices,dispatch,conference rooms, training rooms, classrooms and related sanitary facilities. Living residence areas do not require H.C.access compliance. ADA is not a Building Department enforceable item. Design Program/San Luis Obispo Fire Station No. 1 page 27 - 9 e F. Design Check List (continued) Arrhiterta Check L-iat CODE REF. Fire Zone: Sprinklers System Required Occupancy Group(s): B-2 Typical, H4 Maintenance T5-A, 6-12 Type of Construction: VN T5-C, 18-22 Floor Area Calculations: Occupancy Type(s): B-2 H-4 TS-C Basic Allowable Area: 8,000 sq.ft 5,100 sq ft. T5-C Increase for Fire Zone: NA NA Increase for Separation: Sides 4(all) 506 (a) Min. yard 40 ft. -20 ft. = 20 ft. 20 ft. a5%ft. = 100 1000A increase = 16,000 sq.ft. 10,200 sq.ft. Increase for Fire Sprinklers: 2 a 16,000 = 32,000 506 (c) 2 a 10,200 = 20,400 Total Allowable Areas(s) for Single Story Increase for Additional Stories Total Allowable Area(s) Design Program/San Gas Obispo Fire Station No. 1 Page 28 O F. Design Check List(continued) Actual Floor Area(s) First Floor Total Actual Floor Area(s) Floor Area Ratios Occupancy Actual Area Allowable Area (Sum of the ratios shall not exceed one) Fire Resistance of Exterior Walls: One hour less 20' T5-A Openings in Exterior Walls: Protected less 10'/20' T5-A Maximum Building Height: Feet: 35 Stories: B-2= 2 T5-B H-4= 1 Separations Between Occupancies: T5-B Occupancies: Fire Rating of Separation (hours) B-2/H-4 One Hour Types of Construction-Fire - Resistive Requirements T17-A Exterior Bearing Walls Interior Bearing Walls Exterior Non-Bearing Walls Structural Frame Partitions - Permanent Shaft Enclosures Floors Roofs Exterior Doors and Windows Dcsip Program/San Luis Obispo Fac Station No. 1 Page 29 F. Design Check List(continued) 3LnWULMJ Check List Soils Report/Structural Load: Check 'S'factor soil coefficient for site soils. Bearing Capacity: Bearing load,live load,wind/seismic Site Topography and Survey Underground Utilities Locations Overhead Utilities Locations Equipment Design Loads Mechanical Equipment Electrical Equipment/Transformers Fire Fighting Equipment/Truck/Apparatus Maintenance Equipment Equipment Clearances Clear Span Requirements Overhead Door Requirements Other. 1. Seismic Zone C-4= 2. 2. Building structural design to comply with T-24 and O.S.A.essential building type I,but plan check by local building official. 3. Type I-Table 23-K; I-1.15 wind and 1.5 seismic loads. 4. Full time on-site inspector required. 5. Recommend SEAOC Quality Assurance and Procedures. 6. Test and procedures inspection required per T-24. Design Program/San Luis Obispo Fns Station No. 1 Page 30 - a F. Design Check List(continued) Mechanical Check List Title 24 Energy Standards Special Energy Requirements by City Climate Factors and Building Orientations Maintenance Requirements&Capabilities of City Publics Works Department Life Cycle/Fust Cost Requirements Building Zones for conditioning Building Materials/Type Glazing/Skylights Space Volumes As-Builts for Existing Underground Utilities On and Off Site Fire/Domestic Water Line size and Locations Meter Size and Location Design Program/San Luis Obispo Fins Station No. 1 Page 31 3 F. Design Check List(contibued) Locate/Verify City Datum/Bench Mark City Curb Grades Around Site. City As=Biult Street Plan Surrounding Site As-Built Plan of Existing SchoolFacility Current Title Report Soils Report Geological Hazard Reports Unit•Costs List for Site:Improvement Materials if Applicable Any Env_ironmentalAssessment Reports Available Design Program/San Luis Obispo Fire Station No.,.I Page 32 F. Design Check List (continued) T,n_ da= Architect Available water Pressure City Public Works Department Preference for Landscape Irrigation Components Current City Landscape Guideline and Plant Check List-On and Off Site Landscape Separate Water Metering Requirements for Irrigation System Design Program/San Luis Obispo Fire Station No. 1 Page 33 • F: Design Check List (continued) Interiors Existing Item To: a). Relocated b) Displayed Color Preference Fire Department Input on Use of Public Spaces 'Design Program PSan Luis.Obispo Fire Station No. 1' Page34 F. Design Check List (continued) Date: March 30, 1994 To: NOTE TO FILE From: Bob Varner Re: San Luis Obispo Fire Department RLM&V Project No.9210 Meeting: Historical Display Items Present: Chief Bob Neumann Bill Callaway Jeannie MacDougall Bob Varner Location: Fire Station No. 3 and No. 1 Time: 1:30 p.m. 1. Observed and measured the chemical wagon. 2. Bill Callaway would like to have display area resemble the old harness room in the old Higuera Street Fire Department. I. Bill would like to have chemical wagon visible from the street through windows. 4. Need to protect display items from touch and harmful light. Have protective fluorescent lighting for documents and photos. 5. Secretary/Receptionist to have observation over display. 6. Display behind glass. 7. Need area for information pamphlets. Design Program/San Luis Obispo Fire Station No. 1 Page 35 s F. Design Check List(continued) Note to File March 30, 1994 Page 2 8. Display on wall old alarm system with pull box, bell, tape unit and map of town with zones/codes. 9. Horse harness might suspend from ceiling like in original Fire Department. 10. The chemical wagon is used in parades. It must be easy to move the wagon in and out of the building. 11. Observed photos and clock at Fre Station No. 1. 12. Discussed finishes and display cases. Certified Architect, i James R.Vieer, IA,NCARB JRVajs cc: Mohamed Habbal,Vanir Construction Management Jeannie MacDougall Design Program/San Luis Obispo Fire Station No. 1 Page 36 A F. Design Check List(continued) Elul Existing Available Power Source Existing Available Telephone Source Emergency Power Requirements Special Fire Department Policy for Shutdown of Systems During Response Time Special Electrical Requirements of Fue Floating Apparatus and Equipment Fueling Requirements Security Considerations and Access Requirements Interface Requirements With Traffic Signal Controls at Emergency Response Special Electrical/Communication Requirements a) Dispatch b) Training c) PA/Intercom d) Computers e) Special Equipment f) TV/Telephone Door Operations Controls Special lighting Requirements IIstliti� Water Company: Address: Person Contacted: Telephone: Availability: Dwign Program/San Lms Obispo Fim Station No. 1 Page 37 _ g F. Design Check List(continued) Sewer Company: Address: Person Contacted: Telephone: Availability: Gas Company: Address: Person Contacted: Telephone: Availability: Electricity Company: Address: Person Contacted: Telephone: Availability: Telephone Company: Address: Person Contacted: Telephone: Availability: Other Company: Address: Person Contacted: Telephone: Availability: Design Program I San Luis Obispo Fiat Station No. I Page 38 • O G. COST MODELS qw5l G. Cost Models Prr--Design Cost Modeling Assumplinns With the final Master Plan presentation,the designer will present three cost models to establish building square footage,construction systems, pallet of materials, quality of site development and construction budget. Following is general description of site and common building factors and three model assumptions. Alternate#1 Concrete Block/Masonry Construction Alternate#2 Steel Frame Construction Alternate#3 Wood Frame Construction At the end of the Master Plan phase, these models will be expanded to project construction value and cost. Along with the basic model type,there will be a list of options with additional costs for those options. Similar to buying a basic car or shell and selecting options or amenities. General Model Eksaiplion 1) Paved-Landscape-Ext Storage Area 88040 sq.ft. 1.1) Landscape 14000 sqA 12) Concrete Ramps 6000 sq.ft. 1.3) AC Paving 48000 sq.ft. 2) Budding Size 26500 sq.ft. 3) Foot Print 20000 sq. & 4) Bay Area(Garage) 6200 sq.ft. 5) Office Storage, Quarters 20300 sq.ft. 6) First Floor Area 20000 sq.ft. 7) Second Floor Area 6500 sq.ft. 8) Height 28-30 fin.ft. 9) Exterior Wall Area 16970 sq.ft. Design Program/San Luis Obispo Fin Station No. 1 Page 40 G. Cost Models(continued) Model Alt W 1) Masonry Structure $90-$110/sq. ft. Demo Existing Admin. Bldg. Up-grade Maintenance Bldg.(Steel Frame) NOTE: Add$22,500 for Gunite Up-grade 2) Steel Interior Structure 3) Second Floor Steel Pan&Lw Concrete Floor 4) Steel Stud Interior Partition Walls 5) Roof Steel Pan&Lw Concrete Hot Mop Roof Model Alt#2 1) Steel Frame Structure $100-$115/sq.ft. Demo Existing Admin Bldg. Up-grade Maintenance Bldg.(Steel Frame) NOTE: Add$22,500 for Gunite Up-grade. 2) Steel Interior Structure 3) Second Floor Steel Pan&Lw Concrete Floor 4) Steel Stud Interior Partition Walls 5) Architectural Steel Roof 6) Stucco Exterior Model Alt#3 1) Wood Frame Structure $110-$116/sq.ft. Demo Existing Admin. Bldg. Up-grade Maintenance Bldg.(Steel Frame) NOTE: Add 522,500 for Gunite Upgrade 2) Wood Frame Interior Partition Walls 3) Second Floor Wood Frame with Ply Floor 4) Wood Frame-Hot Mop Roof 5) Stucco Exterior With the final Master Plan submittal,a finalized cost model will be presented to assist the City in setting a realistic project budget. Design Program/San Luis Obispo Fire Station No. 1 Page 41 - 3 r. iil V©O Brumrnel,Myrick&Associates, me&,crjcd engncerng r)6?FMA-0.V,$vile A .a,:I.W Obispo. CA 9.3.101 805 544-4269 far 805 544.4335 Bob Varner April 4, 1994 Ross, Levin, Macintyre and Varner 1530 Monterey Street San Luis Obispo, CA 93401 Re: SLO Fre System Dear Bob: The following is an outline and response on the HVAC system comparison for the SLO Fire Station Project: A. Minimum Level 1- High Efficiency Rooftop HVAC Units B. Intermittent Level 1. Variable air volume system with package rooftop system. C. High Level Efficiency Equipment 1. Built-up system including boiler, chiller, dumps, piping and fan coils throughout the facility, The HVAC system would serve approximately 13,000 sq, ft. of the facility. The apparatus bays and maintenance building will be provided with unit gas-Fred space heaters. The normal break even point for payback for a facility to be served by items B & C systems above is approximately 25,000 sq, ft. Since the area being served by the HVAC system is approximately 13,000 sq. ft., it does not fit the normal criteria to install a higher efficiency system. The payback period could easily be longer than the life of the system. It is recommended that the high efficiency rooftop HVAC units (Item "A" above) be utilized on this project. Please don't hesitate to call if you have any questions or require further information. Sincerely, Larry�Myrick, Principal XFM:jw 'Np�iMl�*p?r NT'r'P L : TRIC CO. May 6, 1994 Ross, Levin, Maclntyre & Varner 1530 Monterey St. San Luis Obispo, CA 93401 Attn: Bob Vamer Re: San Luis Obispo City Fire Station No.1 Dear Bob: The following is a summary of our meeting yesterday as it relates to energy efficient lighting systems: I. Utilizing standard energy saving ballasts and lamps (T-12 fluorescent), the requirements for Title 24 lighting compliance can be met. However, this product is quickly becoming replaced by the industry for what is specified in a good lighting design. 2. Specifying electronic ballasts and T-8 lamps would increase energy efficiency by approximately 20-25% above that required by title 24. We expect to use this system on this project as it has become our office standard and is good design practice. We estimate this investment to be approximately $15,000.00 above that described above. .3. Above and beyond the system described in Note #1 above, automatic controls can be employed to attain an additional energy savings. These include: • Master time clock for interior lighting control. (Programmed for hours of building operation.) Ew-NEBw4 6 c om-mcflaN - 3662 EEMPLEo 8T,Surm c - P.O.BOX 1187 - SAN LUIS OEM.CA 93406 - (805)643.,m - FAX(80 54S4M 8�s Iu. uur ------- Photo sensors and automatic control of fixtures in daylit areas. • Occupancy sensor for automatic control of fixtures in individual spaces. (Private offices, toilet rooms, storage rooms, etc.). Lumen maintenance controls, (Automatic dimming system to maintain illuminance throughout the life of the lamp). We estimate that the additional Investment for these lighting controls would be approximately $5000.00 — $10,000.00. The additional energy savings for this investment would likely be greater than 5%. Please feel free to call if you have any questions. Sincerely, - �I�CJK� —� William A. Thoma Thoma Electric, Inc. 8-56 Ii. ENGINEER REPORTS OF EXISTING BUILDINGS Ross Levin Maclntyre b Varner ARCHITECTURE December 13, 1993 ENGINEERING PLANNING Bob Neumann Fire Chief City of San Luis Obispo Fire Department 748 Pismo Street San Luis Obispo,CA 93401 Re: Fire Station No. 1 SeismicJStructurai Evaluation 1530 Monterey Street,Suite A Southern California Gas Company Buildings San Luis Obispo California RL MV Project No. 9210 934o1 Dear Chief Neumann: Our Structural Engineer, John Oeltman and Associates, has completed a preliminary structural evaluation of the Southern California Gas Company Buildings on the Santa Barbara/Broad Street Site. The 5,120 square foot Administration Building and the 1,500 square foot Maintenance Building were reviewed and evaluated for compliance with current structural codes and seismic safety standards. (805)543-1291 FAX(805)543-0493 The original Administration Building was designed and constructed in the 1960's. The Maintenance Building and a major remodel and addition to the Administration Building was designed in 1971 and constructed in 1972. The buildings were designed m compliance with 1970 codes and seisrmc standards for non- essential use buildings. Since 1970, structural/seismic codes and standards have become far more stringent. Fire Departments are now classified as essential buildings which increases the K James F- en AIA structural/seismic design values by 50%over non-essential standard building types. Rodney R.Levin,AIA Steven D.Stewart,Associate Chief Bob Neumann December 13, 1993 Page 2 To bring the existing buildings on the Southern California Gas Company site up to current structural/seism c safety standards will require some major structural retrofitting. The Structural Enginer outlines two alternative approaches;see report attached. Both are involved and costly. Alternative "A"basically constructs a new concrete building inside the existing one. Alternative "B" builds a steel post and beam structure inside the existing building. An estimated range of probable cost for each alternative including electrical,mechanical, architectural and general conditions is as follows: Alternative "A" Administration Building $370,000 to$480,000 Maintenance Building $110,000 to$132,000 Total Range: $480,000 to$612,000 Alternative "B" Administration Building $322,000 to$370,000 Maintenance Building $95,000 to$100,000 Total Range: $417,000 to$479,000 Both options will decrease the net usable square footage;inside the Administration Building by about 200 square feet and 80 square feet in the Maintenance Budding. Utilizing the existing buildings of 6,620 square feet and adding the balance of program space for a total of 21,065 square feet. The project would construct 14,725 new square feet of space. New construction could cost between $1,400,000 and $1,760,000. With Alternative"B"the total construction budget should be between$1,817,000 and$2,239,000. Probable cost to demo the existing buildings and build a completely new facility of 21,065 square feet could be: Demo: $35,000 to$45,000 New Facility: $2,000,000 to$2,500,00 Total: $2,035,000 to$2,545,000 g�� I Chief Bob Neumann December 13, 1993 Page 3 The net cost savings the City can expect to realize by retrofitting and utilizing the existing structures would be between$200,000 and$300,000. In conclusion,the existing buildings will need extensive work to bring them up to current structural/seisnik safety. The potential cost savings would be around 101/6 of probable new construction. I hope that this analysis is helpful to you in guiding your decision regarding this site. Please contact me if you have any questions regarding this report. Sincerely, 7aures R.Varner,AIA, NCARB JRV/Ijs cc: Mohamed Habbal,Vanir Construction Management File 8'•60 Ross Levin Maclntyre Varner March 31, 1994 ARCHITECTURE ENGINEERING PLANNING Bob Neumann Fire Chief City of San Luis Obispo Fire Department 748 Pismo Street San Luis Obispo,CA 93401 Re: Fire Station No. 1 Evaluation of Existing Buildings 1530 Monterey Stmet,Slate A Southern California Gas Company Buildings San Luis omspo CaliEonua RLM&V Project No.9210 93401 Dear Chief Neumann: Phase I of the New Fire Station No. l Project is off to a good start.The restart meeting held Friday March 25, 1994 went very well.Our team of Consultants are in full swing gathering data for program input. In December 1993 our Structural Engineer did a Structural Evaluation of the existing buildings.In that report it was stated that the existing buildings will need to be seismically up-graded to meet current Essential Services and California Title 24 Structural Safety (805)5431291 Standards. FAX(805)543-0493 Our Mechanical and Electrical Engineers have recently completed an evaluation of the existing facilities to determine the status of the existing systems and the feasibility of continued use of these systems. Due to the age and condition of both the mechanical and electrical systems, including plumbing systems, along with the extent of probable modifications for new uses,our Engineers are recommending complete removal of existing systems. In a joint meeting with the Structural, Mechanical, Electrical Engineers and Don Her, we discussed the pros and cons of using the existing buildings in the new design. Kenneth K Macintyre,AIA James R.Varna AlA Rodney R.Levin,AIA Steven D.Stewart,Assodate $-b I Chief Bob Neumann March 31, 1994 Page 2 My December 1993 letter regarding structural up-grade addressed the cost to seismically retrofit the buildings,and install mechanical/electrical systems. I also indicated a probable savings of$200,000 to$300,000 over replacement of these buildings. Soon after the Cities' Notice to Proceed with Phase I, and upon further detailed examination of the existing Administration Building and Maintenance Structure,additional design and functional issues in using the existing Administration Budding were revealed. Reuse of the Maintenance Budding,however,appears to have a less structural,design and cost impact. Additional issues to consider are: 1. Designing around the existing building gives less flexibility for a functional efficient design in terms of space relationships and site orientation. For safety reasons, Cal Trans has requested that the response exit be into the Broad Stmt intersection. The existing building prevents this. 2. Mechanical, plumbing and electrical systems will be completely removed and new installed. Since the structural evaluation in December 1993, our Electrical Engineer did an evaluation of existing electrical systems. The existing electrical service to the Administration Building is inadequate, undersized,and does not meet current code requirements to service the Fire Department Facility. The Mechanical/Plumbing Engineer has also reviewed the existing facility and determines that existing HVAC units are old and inadequate and will not accommodate new facility zoning and air conditioning demands. Plumbing futures and piping are old and no longer meet code requirements. Water lines are galvanized pipe with many years of corrosive build-up and not a recommended use. 3. The existing building establishes the new complex main floor elevation, therefore affecting flexibility in dealing with difficult access and drainage problems. 4. The City Building Official strongly feels that the potential problems of dealing with the old building are not worth it. It should,in his opinion,be demolished. Our cost estimator concurs,stating that logistics and time in dealing with the old building is not cost effective. Chief Bob Neumann March 31, 1994 Page 3 These items are in addition to the following previous considerations related to seismic up- grade. 1. Structural engineering will be more involved with consideration of seismic separation between new and existing buildings. 2. Bringing the existing structure up to seismic safety for an essential service building is more complicated and creates more detailing than would be required for a new building. 3. The seismic up grade solution places a structural system inside the existing building.This will decrease the net useable square footage of the building. 4. In addition to the seismic retrofit,the existing structure has to be altered to provide new openings for doors,windows and mechanical systems;changes to the structure over and above seismic retrofit. These additional changes are contingent on the final design solution. 5. Due to unknown conditions inherent in existing structures, rehabilitation projects often have higher potential for costly change orders and longer construction period. 6. When the project is completed,there will be a building in the middle of it over 25 years old,that could have an effect on the quality and longevity of the new Fire Department Facility. 7. After all necessary demo, all that will be standing of the existing building will be a shell of exterior walls without a roof. Considering the above stated issues the design team wishes to recommend to the City Fire Department that the existing Southern California Gas Company Administration Building be demolished to make way for the new Fire Department Facility. We also feel that maintaining,use of the maintenance building is reasonable. 0 05 Chief Bob Neumann March 31, 1994 Page 4 Please review this letter and let me know as soon as possible whether the existing Administration Building will be removed or maintained. This will have an effect on our Master Plan Studies. Attached,please fined copies of Engineers Reports. Sincerely, J R.Varner, AIA, CARB JRV/ljs Attachments: RLM&V Letter to Bob Neumann dated 12/13/93 John D.Oeltman Letter to RLM&V dated 12/10/93 Thoma Electric Letter to RLM&V dated 3/24/94 Brummel, Myrick&Associates Letter to RLM&V dated 3/23/94 cc: Mohamed Habbal,Vanir Construction Management File www gap" jamm D DELT AN o AMC STRUCTURAL ENGINEERS 3025 LONG VALLEY ROAD • SANTA YNEZ • CALIFORNIA 93460 (805) 688-6677 FAX (805) 688-7815 December 10, 993 To: Bob Varner _ RLM&V 1990 Monterey St. Suite A San Luis Obispo, CA 93401 - RE: San Luis Obispo City Fire Department Seismic Code Evaluation/Existing Buildings Dear Bob: This structural engineering report has been prepared in regards to the possible rehabilitation of the existing Southern California Gas Company buildings at the Santa Barbara Street site for use as a Fire Department facility by the City of San Luis Obispo. Our review is based on information provided by drawings dated March 3 , 1972 showing an expansion of the storage/office building and construction of the garage building. The existing office/storage building consists of a main rectangular area approximately 401wide x 1101long x 14 ' tall with an adjacent low roof portion at the Northwest end 321wide x 2211ong x 9' tall. The main area consists of metal decking supported by steel beams @ 20'+ o.c. with exterior grouted and partially grouted 8" masonry walls. The low roof area consists of wood sheathing/framing supported by exterior grouted 8" masonry walls. The low roof area has several overhangs supported by cantilever actioI] or grouted mlasonry columns. The Sxisting garage building consists of metal roof decking supported by an interior grouted masonry wall and a steel beam. . The exterior walls are 8" grouted masonry. .The structure has a canopy at the west side consisting of wood framing/beams supported both laterally and vertically by steel columns encased in masonry pilasters. We have reviewed the governing code (Title 24 , Part 2 with OSA/SSS regulations) and discussed the particulars with the Office of The State Architect (OSA) in regards to the code requirements for upgrading an existing structure to an essential services building. The deficiencies were found to be the following: 1. The existing masonry walls are not suitable to resist seismic loads since they were not continuously inspected during construction, are r.AAlr.r1f1RRC C F C F nuvc r...i Al ir,ui W r r. nrTrn unnnc nninnn anncn r r -2- not fully grouted, and do not medt minimum reinforcing requirements. 2 . The metal decking is not suitable to resist in- plane seismic forces from the masonry walls. 3 . The plywood diaphragm at the low roof will require full nailing/blocking to laterally support the masonry walls. Where stresses are acceptable, OSA has agreed to let the existing masonry support vertical loads (such as at the columns for overhangs) . In order to meet current code requirements, new structural elements will be required to transfer "out-of-plane" wall loads to new lateral force resisting elements both across the building and at the walls. We have investigated the following two possible alternatives to upgrading the existing buildings: Alternative A would consist of adding a gunite membrane/ribs to the existing masonry walls full height, supported by new concrete footings, and tied into a new steel horizontal truss system at the roof. The new horizontal truss system would then span between either exterior/interior masonry/gunite walls or new steel frames integral with the existing steel roof beams. The low roof area would require a similar gunite solution at the masonry walls, however, the existing plywood sheathing would be adequate with proper nailing and connections from the plywood thru the wood framing to the walls. The garage building would have a rehab scheme similar to the main, structure. Alternative B would consist of adding steel girts horizontally supporting the existing masonry walls and spanning between new steel columns located at the existing columns. The columns would be supported by new concrete footings at grade and by new steel rigid frames (transverse) and "in-plane" braced frames (longitudinally-flush with exterior walls) . The low wood roof area would require similar wall bracing but with the vertical elements connecting to the plywood diaphragm. The garage building would have an upgrade scheme similar to the main structure. Sp UO -3- In addition to the main lateral systems, a number of elements/components would require upgrading- including anchor bolt supported girder connections at the existing walls, roof overhangs for uplift requirements, exterior masonry column reinforcing deficiencies, verification of welding on existing metal decking, tiebacks/connections of beams/outriggers to new lateral wall support system. An estimate of the cost for the preliminary upgrade schemes outlined above is as follows: Alternative "A" structural. . . . . . . . . . . . . . . . . . . . . . . = $40 per sq. ft. non-structural (including. . . . . . . . .= $17 per sq. ft. new roofing insulation, gutting the existing interior, new finishes, partition/ceilings) . Alternatives "B" structural. . . . . . . . . . . . . . . . . . . . . . . . . . . .= $30 per sq, ft. non-structural (including. . . . . . . . . . . . .= $17 per sq. ft. new roofing insulation, gutting the existing interior, new finishes, partition/ceilings) . Since specific building occupancy requirements are unknown, and based upon our experience in upgrading buildings to current seismic requirements; we would suggest you consider costs in the range of $60 to $75 per sq. ft. for Alternate "A" and $50 to $60 per sq. ft. for Alternate "B" . These costs do not include general condition, electrical or mechanical upgrades or testing requirements. Please call if you have any questions or would like more detailed information. We look forward to working with you on this project. Sincerely, Craig Dobbs, C. E. , S . E. MAR 24 '94 15:14 THOMA -CTRIC, INC. 805-5433829 P- 1/4 Post It"brand fax transmittal memo 70 FrW Co. M� ce•077MAA *' pep=, Phone M i F"`• $ 6�, V47-3F01"S y3-3 aECTRtC Co. tiisoa. March 24, 1994 Ross, Levin, Maclntyre & Varner 1530 Monterey St. San Luis Obispo, CA 93401 Attn: Robert Varner Re: San Luis Obispo City Fire Station #1 (Old Gas Co. Site) Dear Sir: This report is intended to furnish you with our professional opinion as to the integrity and usefulness of the Electrical System at the site within the existing two buildings. On March 16, 1994, we visited the site with representatives of your firm and Vanir Construction Managers. I am generally familiar with this site as my firm has performed service and construction work at the facility over the last 20 years. The following comments are statements of fact (as I was able to recall or observe at the site) regarding the existing facilities. MAIN BUILDING The main building was configured very specifically for its originally intended use as a parts storage, loader, shower room as well as a small administration office area and meeting room. This configuration for the building was specifically planned for with lighting and power which were appropriate for those uses. The Electrical Distribution System are not elaborate or extreme but are very much tailored to the use as originally intended. My understanding is that this portion of the building will be expected to be the "Living" area for the resident fire fighters. Little (if any) of the wiring will be useful to facilitate that use. If the program were to use the spaces in essentially the same fashion (without changing room configuration), then it is possible that some wiring may be able to be re-used. ENGwEERING 2 CONSTRUCTION - 356?EMPLEO ST.SUITE C • r 8OX 1167 . SAN LULS 081SP0,CA 03406 . (5o5154s3j - FAX MAR 24 194 15: 15 THOMA :TRIC, INC. 865-5433829 P.2i4 The main service to the facility is a 400 amp single phase 120/240 volt switchboard. It feeds a 200 amp sub-panel which feeds branch circuiting in the main building and it also feeds an automatic transfer switch which in turn feeds an emergency panel (primarily for emergency lighting and communications system for old Gas Company equipment). The generator was a 5kw small single phase generator and was fueled by natural gas. There is likely no use for this small generator at this facility especially in light of the fact that we must have on-site fuel for-the new generator and the new generator will need to be much larger. The main service also sub- feeds out to the auto repair garage (which is discussed further in this report). This sub-feed is a underground feed from the main building out to that building in a 3" conduit. This sub-feed conduit and underground feed may very well be adequate to "re-feed" that building when a new service is established. This would save costly trenching and conduit, and feeder costs. The location of the existing main service in the building is not appropriate nor is it the correct size anticipated for the proposed facility. We are expecting that the new service will require an on-site PG&E transformer pad and that it will likely be fed from Roundhouse Ave. If this holds true, then we envision a possible consolidated equipment area on the North and of the building, near the apparatus bays, which could screen the PG&E transformer, the emergency generator, the fuel storage tank for both the generator, possibly the Fire Engines and the Main Electrical Switch Gear This concept will make sense in several different cases, but will largely make economic sense. In establishing the new service, a new feeder could be routed over to the existing conduit junction box which feeds out to the auto repair garage and avoid costly service extension to that building. The telephone service into the main building enters near the middle front of the building facing Santa Barbara St. It enters in a 2" cond-iit with what appears to be a 50 pair cable. Future anticipated needs must be analyzed to see if this conduit and service location will meet the program needs but I expect that it may very well be adequate as is. The existing telephone closet would need to remain near or at its present location. A 1" conduit for communication is routed between the main building and the auto repair garage. The condition of the existing wiring in the main building is good. It is approximately 20-25 years old but in above average condition. The problem as stated above is that the branch circuit wiring would not suit the needs of the anticipated use unless nearly identical to the existing configuration. The lighting system within the building is also 20-25 years old and is therefore much less efficient than what current technology can be expected to provide. It would be our recommendation to replace all lighting even if branch circuiting were able to be salvaged. Rebates from PG&E may also be available in terms of a retrofit to new. This is a opportunity for the City to take a lead in energy conservation role. The hours of operation at this type of facility increase the speed of payback for energy efficient systems. ' x 409 ENOINRA;t G t CONSTRUCTION - 3582 EMPLEO ST.SURE C P O.2OX 1187 . SAN LUIS OBISPO..A 0-106 (80515:53650 • FAX=515413.3820 MAR 24 194 15:15 TROMP =CTRIC, INC. 805-5433829 P.3i4 AUTO REPAIR GARAGE The auto repair garage is fed by a 200 amp single phase 120/240 volt service from the main building. The anticipated use is similar to that which has been used in the past. With the exception of some remodel work for office space in one area, and the addition of same emergency lighting and fire alarm system•components, we see no reason to replace the electrical system to this building. The only concern we might have is the fact that the service is presently single phase. A new 3 phase service to the building would involve re-pulling new feeders to the building and replacing the sub-panel. The existing 3" conduit between the main building and this building is sufficient to do so. Consideration of retrofitting the lighting fixtures for energy conservation will be recommended. SITE The site electrical consists of mainly the main electric service which is discussed above (Main Building) and the Site lighting/signage. The anticipated relocation of the South fence and the Iccation of the apparatus bays, renders existing site pole lighting largely useless. The location would undoubtedly be changed. The style of fixture which exists (the old Cobra type street light) is not expected to meet City Planning staff cut-off criteria or "light trespass" issues. The existing site lighting is also very inefficient mercury vapor lighting. We recommend a new exterior lighting program be undertaken to light the site safely, efficiently and usefully. Pole lighting will continue to be the method employed but with more modern sources and styles and in different location. Consider this issue as all new construction. It should also be noted that it appears that no cable television exists at the site. OTHER CONSIDERATIONS The following are topics to be discussed when reviewing this site: 1. Security access and Security Gates 2. Communications Tower, Microwave. 3. Siting of Generator (noise) 4. On Site Fuel.Storage methods. 5. Control of street signals at Santa Barbara St.; Broad St. and South Street Intersections. 6. Vehicle Fueling and StoragelQuantity. •?o ENQuEERvVG 3 CONSTRUCTION • 3563 EMPLE0 ST.SLATE C - P0 BOx.I p . SAN_uG4 08!sP0 l7A 93406 N-5343.1HSO - FAX;6%)64-MN MAR 24 '94 15:16 THOMA ;TRIC, INC. 805-5433829 P.4i4 1 In cAnclusion, the main building Electrical System is not likely to be of any use to this project. The Electrical System in the Auto Repair Garage is largely re-usable with some updating. The site is to be largely re-configured for lighting and new electric service. Other communications utilities may need to be extended if needs change or building program changes service locations. We hope this report will be helpful to you in proceeding with your schematic design and budgeting. Please call should you have questions. Sincerely, William A. Thoma Thoma Electric, Inc. ENGINEERING 8 CONSTRUCTION . 3582 EMPLEC ST SUITE C . P.O BOX 1187 BAN LUIS 091500.0.1 f3+06 - ;a06)6A3-32$0 . FAX;605)54 _�' `MAR 23 '94 16:43 13RUMME YRICK&RSSOC R. 1/3 � Brummel,Myrick$Associates, rre&nnicd ergreer g 56:'kin pteo Sl. Suite 4 .tau Luis Obigpo,CA 5i3%t» 8055-ri-420*9 /iu 80?54v-v,ti5 March 23, 1994 Bob Varner Ross, Levin, Maclntyre and Varner 1350 Monterey San Luis Obispo, CA 93401 Re: New Fire Station No. 1, San Luis Obispo Our Project #93-111 Dear Bob: The mechanical and plumbing systems of the exiting facilities are.described below: 1. Main Building Mechanical: a. Heating, ventilation and air conditioning is provided in the building by a variety Of systems. The office and assembly area are conditioned by a roof-top gas heat/ electric cool unit (Payne 579DPO9146). Conditioned air is circulated through ductwork throughout the area. An electronic set-back thermostat controls the roof-top unit. b. The toilet rooms, shower area and locker room are heated and ventilated by a horizontal gas furnace located in the attic. The unit is operated by a heating only (non set-back) thermostat in the locker room. The furnace uses 10096 outside air for return. An exhaust fan with wall switch is provided in the meat's restroom. There is no exhaust in the shower area, locker room or women's toilet room. C. The warehouse area is conditioned by two (2) suspended gas fired unit heaters. There are no exhaust fans or other means of ventilation. ' Plumbine: a. This building is served by two (2) restrooms. The women's restroom, has a water closet and lavatory. The men's restroom has three (3) water closets, lavatories, urinals, and showers. Also a lounge sin1c, chilled drinking fountain, and outside hose bibbs are located in or on the building. All of the basic fixtures are in good condition, however, most of their fittings are very worn and/or showing rust. All of the water piping is galvanized steel. There are no handicap fixtures. There are no vacuum breakers on the host: bibbs. 9--V MAR 23 '94 16:44 HRUMMF 'YRICK&ASSOC P.2i3 b. The showers do not appear to have pressure-balancing type shower valves. c. Two (2) water heaters serve this building from the attic and appear to be in good shape. However, their drain pan appears to be rusting out and they are not seismically restrained. d. Gas piping in the building appears in good shape except on the roof where it is badly rusted. 2. Service Garage mcghnical a. This building is conditioned by a horizontal gas fired furnace with remm air ducted from near the floor. Two (2) radiant tube heaters are also installed. Control of the furnaces is by on-off switch. There is no general ventilation system or auto tail-pipe exhaust system. b. The wash room is conditioned by two suspended gas radiant tube heaters. Control is by on-off switch. No exhaust systems for this area are installed. Plums a. The building has a service sink, sand interceptor in the wash room, hose bibbs and an air compressor. All appear to be in good shape including their fittings. The hose bibbs do not have vacuum breakers. Water, gas and air pipes are rusting especially near the roof. b. One shelf mounted water heater serves this building. It appears in good condition and is restrained. There are numerous code violations throughout both buildings. For example: 1. Main Building a. Furnace thermostats are not of set-back type. b. No exhaust is Women's Restroom. c. No fresh air in Warehouse area. d. No vacuum breakers on hose bibbs. 2. Service Garage a No exhaust of any kind. b. Existing heater's return duct is taken at the floor of the shop which is a hazardous location. 9-73 MAR 23 '94-16:44 BRUMI"'" MYRICK&ASSOC P.3/3 HVAC equipment is about at the end of its useful life span and will need to be replaced in the near future. The plumbing fixtures are relatively in good conditions, but if removed and relocated, they may not hold up. The remodeled facility would need different HVAC zoning and additional units to properly serve the new spaces. The Building's water systems should be replaced with copper pipe in lieu of the existing galvanized steel pipe. Since much of the piping would need to be removed with the remodel, it would not be feasible to reuse any of the existing piping. The air compressor and piping system in the Garage may be able to be reused if minimal changes are made to the building. In any case, the air compressor am probably be reused if the new compressed air demand is the same. It is our opinion that when the Main building and Service Garage are remodeled all of the HVAC and plumbing equipment be removed and discarded and replaced with new updated equipment and fixtures. Please don't hesitate to call if you have any questions or require further information. Sincerely, Larry . Myrick, Principal L.FM.jw �� I Al AGREEMENT - ARCHITECTURAL SERVICES AGREEMENT made as of the day of in the year nineteen hundred and ninety four. BETWEEN the Owner: THE CITY OF SAN LUIS OBISPO, hereinafter referred to as the "CITY' And the Architect: JOHN R. ROSS AND ASSOCIATES, INCORPORATED, dba: ROSS LEVIN MACINTYRE AND VARNER ARCHITECTS hereinafter referred to as the "CONSULTANT' For the following Project: SAN LUIS OBISPO CITY HEADQUARTERS FIRE STATION which consists of designing of approximately 18,000•square-feet Fre Station, which is broken down as follows: Crew Living Quarters: 3750 SF Apparatus Bays: 4840 SF Apparatus Associated Areas: 1430 SF Administrative Areas: 2765 SF Lobby/Historical Area: 778 SF Service Areas: 1114 SF Training: 1416 SF Existing Maintenance Building: 1536 SF Outside Storage: 400 SF TOTAL 18029 SF In addition, the CONSULTANT is to provide a design for a training tower. WITNESSETH: That for and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: ARTICLE 1 - RESPONSIBILITIES AND SERVICE OF CONSULTANT A. Scope: CONSULTANT will provide the following pre- design/design services described herein and under Exhibit "A" for the CITY Project hereinafter described: SAN LUIS OBISPO CITY HEADQUARTERS FIRE STATION. 1 g•75 B. Coordination: In the performance of CONSULTANTS services under this Agreement, CONSULTANT agrees that he will maintain such coordination with CITY personnel and/or its designated representatives as may be requested and desirable. CONSULTANT recognizes that the CITY FIRE DEPARTMENT will designate a Project Coordinator for this Project, only the Project Coordinator is authorized to give CONSULTANT work authorizations, issue written approvals and Notices to Proceed. If any work is done by CONSULTANT without prior written authorization by the Project Coordinator, the CITY will not be obligated to pay for such work. The CITY reserves the right to designate a different Project Coordinator. C. CONSULTANT'S Services: Insofar as they may be applicable to the Project contemplated by this Agreement; CONSULTANT shall render the services and furnish the work as described in Exhibit "A", commencing with receipt of a written Notice to Proceed signed by the CITY representative. ARTICLE 2 - SCHEDULE OF WORK The CONSULTANT shall commence work under this Agreement upon receipt of a Notice to Proceed and shall prosecute the work diligently as described in Exhibit "A", so as to proceed with and complete the work in compliance with Exhibit "C, Schedule of Work. Time is of the essence and failure of CONSULTANT to perform work on time is a material breach of this Agreement unless such failure is due to inability of the CITY to provide information or approvals within a reasonable time frame requested by the CONSULTANT. ARTICLE 3 - CONSTRUCTION TARGET BUDGET A. The construction budget for this project was previously established under separate contract between the CONSULTANT and the CITY and is estimated to be two million, two hundred twenty-five thousand, eight hundred and eighty two ($2,225,882). B. The CONSULTANT shall complete the Schematic, Design Development, and Construction Documents including all plans, designs, drawings, specifications and other construction documents, such that construction cost of the work designed by the CONSULTANT will not exceed the construction cost budget established by the CONSULTANT and approved by the CITY under a separate contract previously executed between the CITY and CONSULTANT for this project and as adjusted subsequently with the CITY'S written approval. During design the CONSULTANT shall maintain cost controls to deliver the project .n — .within budget. It is agreed that in the event no acceptable bid is received within the construction cost budget established under a separate contract previously 2 00'NO executed between the CITY and CONSULTANT for this project and as adjusted subsequently with the CITY'S written approval, the CONSULTANT shall, at the direction of the CITY and at no further cost to the CITY, revise the construction documents for re-bid without reducing the program requirement so as to make possible a bid to come within the established construction cost budget. The revised documents shall be reviewed and approved by the CITY prior to putting them out for re-bid. Once the CONSULTANT has revised the Construction Documents for re-bidding and either: (a) the re-bid comes within the budget for Construction Costs approved by the CITY or, (b) if the CITY at its sole discretion approves a higher bid from a contractor, then the CONSULTANT shall be deemed to have designed the Project within budget. If the bid received from the successful contractor is in excess of the construction cost budget and/or if the budget for the construction cost increases during the design phase due to major changes in the condition of the construction market in the San Luis Obispo area, in so far as these have been caused by Acts of God, earthquakes, strikes, war, or energy shortages due to uncontrollable events in the world economy, then the CITY has one or a combination of the following alternatives: 1. Give the CONSULTANT written approval on an agreed adjustment to the Construction Cost Budget with additional fee to the CONSULTANT. 2. Authorize the CONSULTANT to re-bid and/or renegotiate the Project within three (3) months time (exclusive of CITY and other agencies review time) at an additional cost to the CITY. 3. Terminate this Agreement if the Project is abandoned. 4. Instruct CONSULTANT to revise the drawings and specifications (n scope and quality as approved by the CITY) to bring the Project within the adjusted budget for re-bidding at an additional cost to the CITY. The modification of Construction Documents shall be the limit of the CONSULTANTS responsibility arising out of the establishment of a Construction Cost Budget. All other obligations of the CONSULTANT including construction administration services remain as stated in the Agreement. C. The construction cost shall be the total cost or estimated cost to the CITY of all elements of the Project designed or specified by the CONSULTANT. Construction cost does not include the compensation of the Architect and the Architect's consultants, the cost of the land, rights-of-way, financing or other -costs which are the responsibility of the CITY. 3 Re,77 ARTICLE 4 - FEE AND METHOD OF PAYMENT A. CITY will pay CONSULTANT a fixed fee equal to two hundred thirty five thousand seven hundred ninety six dollars ($235,796) for work contracted in this Agreement as described in Exhibit "A", and billed for based on Payment Schedule per attached Exhibit "D'. ARTICLE 5 - PAYMENT FOR EXTRA WORK OR CHANGES Any charges for extra work or changes in the work will be paid by the CITY only upon written certification by the CITY Project Coordinator that the claimed extra work or change was authorized in writing, in advance by the CITY Project Coordinator and that the work has been satisfactorily completed. Claims for such extra work must be submitted by CONSULTANT within thirty (30) day of completion of such work and must be accompanied by a statement of itemized costs covering said work. Extra work will be performed on an hourly rate basis using the criteria and rates in Exhibit "B" or on a negotiated lump sum fee basis at the CITY'S discretion. ARTICLE 6 - CONSULTANT STAFF A. The CONSULTANT has been selected to perform the work herein because of the skills and expertise of key individuals. B. The CONSULTANT shall designate James R. Varner as Principal in Charge/Project Manager, Mr..Don Iler as Program Manager, Mr. James R. Vamer and Mr. Don Her as Design Principals and Mr. Steve Stewart as Project Architect. So long as their performance continues to be acceptable to the CITY, Messrs. Varner, Iler and Stewart shall remain in charge of the Project. Additionally, the CONSULTANT must furnish the name of all other key people in CONSULTANTS firm that will be associated with the Project when requested by the CITY. If the designated project manager or any other designated lead or key person fails to perform to the satisfaction of the CITY, then upon written notice the CONSULTANT will have ten (10) working days to remove that person from the Project and replace that person with one acceptable to the CITY. A project manager and all lead or key personnel for any SUBCONSULTANT must also be designated by the SUBCONSULTANT and are subject to all conditions previously stated in this paragraph. C. CONSULTANT represents that the CONSULTANT has no existing interest and 4 ry Q will not acquire any interest, direct or indirect, which could conflict in any manner or degree with the performance of services required under this Agreement and that no person having any such interest shall be employed by CONSULTANT. ARTICLE 7 - RESPONSIBILITIES OF THE CITY A. The CITY shall designate a representative, as a project coordinator, authorized to act in the CITY'S behalf with respect to the Project. The CITY or such authorized representative, shall examine the documents submitted by the CONSULTANT and shall render decisions pertaining thereto promptly to avoid unreasonable delay in the process of the CONSULTANT'S services. B. The CITY shall furnish the services of soil engineers or other consultants when such services are deemed necessary by the CITY. Such services shall include: test borings, test pits, soil bearing values, geologic hazards investigation survey, percolation tests; air and water pollution tests, ground corrosion and resistivity tests, including necessary operations determining subsoil, air and water conditions, with reports and appropriate recommendations. Essential facilities inspection testing laboratory services during construction, fees, permits, utility construction, etc. C. During the construction phase of the project, the CITY shall designate a contract administrator. D. The CITY shall furnish the CONSULTANT with a written statement of approval of the Phase I Master Plan including the layout of the Roundhouse realignment prior to commencement of the schematic design of the contract. ARTICLE 8 - EXPENSES A. The CONSULTANTS fee in this Agreement, includes and covers the costs of personnel travel expenses, printing and shipping of all deliverable items specified in exhibit "A°. All reproducible to be paper sepia or xerox vellum. ARTICLE 9 - OWNERSHIP OF DATA 'A.-- The Ownership of all data collected for use by the CONSULTANT under this Agreement, together with working papers, drawings,and other material s g- 79 necessary to complete understanding of the plans and necessary for the practical use of the plans shall be vested in the CITY. CONSULTANT may retain one original copy of all data, drawings, etc. for his files and promotional use. B. In the event of early termination, the CONSULTANT shall furnish the CITY all unfinished documents, studies, reports, calculations, drawings, maps, models, photographs, software, technology data and reports prepared by the CONSULTANT under the terms of this Agreement, and shall not be entitled to any retaining lien for these items. Thereafter, if the CITY should determine to complete the original project or substantially the same project, the CITY for such purposes shall have the right of utilization of any original tracing, drawing, calculations, specifications, estimates and any other design or construction documents prepared under this Agreement by the CONSULTANT. In the event the CITY changes completed documents, the CITY agrees to release CONSULTANT of responsibilities for such changes. In the event that the CITY uses the drawings and specifications and other data on an addition to this or on another Project and does not employ the CONSULTANT for the addition or for the other project, then the CITY agrees to defend and hold CONSULTANT harmless for any and all claims, liability, and damages arising out of such. ARTICLE 10 - TERMINATION OF CONTRACT FOR CAUSE If CONSULTANT fails to perform CONSULTANTS duties to the satisfaction of the CITY, or if CONSULTANT fails to fulfill in a timely and professional manner CONSULTANTS obligation under this Agreement, or if CONSULTANT shall violate any of the terms or provisions of this Agreement, or if the CONSULTANT, CONSULTANTS agents or employees fail to exercise good behavior either during or outside working hours that is of such nature as to bring discredit upon the CITY, the CITY shall have the right to terminate this Agreement effective immediately upon the CITY giving written notice thereof to the CONSULTANT. Termination shall have no effect upon any of the rights and obligations of the parties arising out of any transaction occurring prior to the effective date of such termination. The CONSULTANT has the right to terminate this agreement if the CITY does not fulfill it's obligation under this contract. 6 ff wyo ARTICLE 11 - INDEMNITY CLAUSE CONSULTANT shall defend, indemnify and save harmless the CITY of San Luis Obispo, its officers, agents and employees, from any and all claims, demands, damages, costs, expenses, judgements or liabilities arising out of this Agreement or attempted performance of the provisions hereto, including, but not limited to, those predicated upon theories of violation of statute, ordinance, or regulation, professional malpractice, negligence or recklessness, including negligent or reckless operation of motor vehicles or other equipment, furnishing of defective or dangerous products or completed operations, premises liability, or any negligent act or omission to act, whether or not it be willful, intentional or actively or passively negligent on the part of the CONSULTANT or his agents, employees, or other independent CONSULTANTS directly responsible to CONSULTANT; providing further that the foregoing shall apply to any negligent acts or omissions to act, committed jointly and/or concurrently by CONSULTANT or CONSULTANT'S agents, employees'or other independent contractors directly responsible to the CONSULTANT. ARTICLE 12 - CONFLICTS OF INTEREST No member, officer, or employee of the CITY during his tenure, or for one year thereafter, shall have any interest direct or indirect, in this Agreement or the proceeds thereof. ARTICLE 13 - INSURANCE A. See Exhibit "E° for insurance requirements. B. NOTICE TO CITY: CITY shall be given 30 days notice prior to cancellation or reduction in coverage of the insurance. C. COPIES OF INSURANCE TO CITY BEFORE COMMENCEMENT OF WORK: CONSULTANT shall provide certificates of insurance to CITY peidr to commencement of the work of this Agreement. Approval of insurance by CITY shall not relieve or decrease the extent to which CONSULTANT may be held responsible for payment of damages resulting from service or operations performed pursuant to this Agreement. If CONSULTANT fails or refuses to procure or maintain the insurance required by these provisions, or fails or refuses to furnish CITY required proof that insurance has been procured and is in force and paid for, CITY shall have the right at CITY election to forthwith terminate this Agreement. ARTICLE 14 - STATUS CONSULTANT shall, during the term of this Agreement, be construed to be an independent contractor, and in no event shall any of its personnel or subcontractors be construed to be an employee of the CITY. ARTICLE 15 - NONDISCRIMINATION CONSULTANT agrees that no discrimination shall be made in the employment of persons under this agreement because of their race, national origin, ancestry, religion, age, physical disability, or sex of such person. CONSULTANT shall comply with any and all regulations and laws governing nondiscrimination in employment. ARTICLE 16 - MODIFICATION OF AGREEMENT This Agreement may be modified only by a written amendment signed by both parties hereto. ARTICLE 17 - COVENANT AGAINST CONTINGENT FEES CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working solely, for him, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent on or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability , or in its discretion, to deduct from the contract price or consideration or otherwise recover, the full amount of such fee, commission, percentage fee, gift, or contingency. ARTICLE 18 - ENTIRE AGREEMENT; MODIFICATION This Agreement supersedes all previous contracts and constitutes the entire understanding of the parties hereto. CONSULTANT shall be entitled to no other benefits than those specified herein. No changes, amendments or alterations shall be effective unless in writing and signed by both parties. CONSULTANT specifically acknowledges that in entering this Agreement, CONSULTANT relies solely upon the provisions contained in this Agreement and no others. a 00 ARTICLE 19 - NON ASSIGNMENT OF AGREEMENT Inasmuch as this Agreement is intended to secure the specialized services of the CONSULTANT, CONSULTANT may not assign, transfer, delegate or sublet any interest herein without the prior written consent of CITY and any such assignment, transfer, delegation or sublease without the CITY'S prior written consent shall be considered null and void. ARTICLE 20 - LAW, VENUE This Agreement has been executed and delivered in the State of California and the validity, enforceability and interpretation of any of the clauses of this Agreement shall be determined and governed by the laws of the State of California. The duties and obligations of the parties created hereunder are performable in San Luis Obispo County and such county shall be the venue for any action or proceeding that may be brought or arise out of, in connection with or by reason of this Agreement. ARTICLE 21 - ARBITRATION All claims, disputes or controversies arising out of, or in relation to the interpretation, application or enforcement of this Agreement may be decided through mediation as the first method of resolution. If this method proves unsuccessful, then all claims, disputes or controversies as stated above may be decided through arbitration. All claims, disputes, and other matters in question between the parties to this Agreement, arising out of or relating to this Agreement or the breach thereof, may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining unless the parties mutually agree otherwise. No arbitration, arising out of or relating to this Agreement, shall include, by consolidation, joinder or in any other manner, any additional person not a parry to this Agreement except by written consent containing a specific reference to this Agreement and signed by the Architect, the Owner, and any other person sought to be joined. Any consent to arbitration involving an additional person or persons shall not constitute consent to arbitration of any dispute not described therein or with any person not -named or described therein. This Agreement to arbitrate and any agreement to arbitrate with an additional person or persons duly consented to by the parties 9 : �-83 to this Agreement shall be specifically enforceable under the prevailing arbitration law. Notice of the demand for arbitration shall be filed in writing with the other parry to this Agreement and with the American Arbitration Association. The demand shall be made within a reasonable time after the claim, dispute, or other matter in question has arisen. In no event shall the demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. ARTICLE 22 - ENFORCEABILITY If any term, covenant, condition or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. ARTICLE 23 - EMPLOYMENT STATUS CONSULTANT shall, during the entire term of Agreement, be construed to be an independent contractor and nothing in this Agreement is intended nor shall be construed to create a employer-employee relationship, a joint venture relationship, or to allow CITY to exercise discretion or control over the professional manner in which the CONSULTANT performs the services which are the subject matter of this Agreement; provided always, however, that the services to be provided by CONSULTANT shall be provided in a manner consistent with all applicable standards and regulations goveming such services. CONSULTANT understands and agrees that the CONSULTANTS personnel are not and will not be eligible for membership in or any benefits from any CITY group plan for hospital, surgical or medical insurance or for membership in any CITY retirement program or for paid vacation, paid sick leave or other leave, with or without pay or for other benefits which accrue to a CITY employee. CONSULTANT certifies that it is aware of the provisions of the Labor Code of the State of California, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provision of that code, and it certifies that it will comply with such so ._ 4 provisions before commencing the performance of the work of this agreement. ARTICLE 24 - WARRANTY OF CONSULTANT CONSULTANT warrants that the CONSULTANT is properly certified under the laws and regulations of the State of California to provide the special services herein agreed to. ARTICLE 25 - CONTINUITY OF PROJECT This Agreement assumes a single, stipulated sum construction contract with a single prime contractor for a single Project. It is understood by both parties to this Agreement that the provisions and fees contained in this Agreement assume that the entire Project is to be constructed continuously. In the event that the Project is divided in two or more parts for phased construction, the provisions and compensations shall be equitably adjusted by a Contract Amendment. ARTICLE 26 - COST DISCLOSURE - DOCUMENTS AND WRITTEN REPORTS Pursuant to State of California Government Code, Section 7550, if the total cost of the Contract is over five thousand dollars and no/100 the ($5000) CONSULTANT shall include in all final documents and in all written reports submitted a written summary of cost, which shall set forth the number and dollar amounts of all contracts and subcontracts relating to the preparation of such document or written report. The contract and subcontract numbers and dollar amounts shall be contained in a separate section of such document or written report. ARTICLE 27 - HAZARDOUS MATERIALS CITY and CONSULTANT are aware of the potential presence of hazardous or contaminated soil or materials at the project site. Testing, classification, monitoring, removal, or any other work associated with these soils or materials, is to be done by the CITY. It is understood that none of this work is a part of this Agreement. ARTICLE 28 - COMMUNICATIONS Communications between the parties to this Agreement may be sent to the following addresses: n 12 i CITY: San Luis Obispo City Fre Department Attn: Chief Robert Neumann 748 Pismo Street San Luis Obispo, California 93401 CONSULTANT: John R. Ross and Associates, Incorporated dba: Ross Levin Maclntyre and Varner Architects Attn: James R. Varner 1530 Monterey Street San Luis Obispo, California 93401 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized, as of the date first written above. L NT: CITY OF SAN LUIS OBISPO: :NSU �Y J s R. Varner, Principle Peg Pinard, Mayor ATTEST: Diane Gladwell, City Clerk APPROVED AS TO FORM AND Authorized by Council Action LEGAL EFFECT. on , 1994 ' B#rs Je *rom-ey 13 847 CORPORATE CERTIFICATION I, James R. Varner, certify that I am the Vice President/Secretary of the Corporation named as CONSULTANT in the foregoing Agreement; that James R. Varner, who signed said Agreement on behalf of the CONSULTANT, was then Vice President/Secretary of said Corporation; that said Agreement was duly signed for and in behalf of said Corporation by authority of its governing body is within the scope of its Corporate powers. (CORPORATE SEAL) J es R. Varner 14 EXHIBIT RESPONSIBILITIES AND SERVICES OF CONSULTANT Ross Levin Maclntyre and Varner Architects will provide all professional services necessary for completing the following: A. BASIC SERVICES CONSULTANT agrees to provide the services described below. Such services shall be performed upon Notification to Proceed given by the CITY. CONSULTANT shall: 1. Ross Levin Maclntyre and Varner Architects to check on the agencies who has jurisdiction over essential buildings and coordinate with and implement the requirements of the regulatory agencies, i.e: OSA Structural Safety, State Fire Marshal, City Engineers and Building Department. 2. Contract for or employ at CONSULTANT'S expense, SUBCONSULTANTS to the extent deemed necessary for completion of the Project including: fire station planners and programmers; architects; mechanical, electrical, structural, civil engineers, landscaping and interior designers licensed as such by the State of California. The names of said SUBCONSULTANTS shall be submitted to the CITY for approval prior to commencement of work. The CITY reserves the right to reject the use of any SUBCONSULTANT. Nothing in the forgoing procedure shall create any contractual relationship between the CITY and any SUBCONSULTANT employed by the CONSULTANT under terms of this Agreement. 3. Agree to exercise usual and customary professional care in its efforts to comply with all laws and regulations which apply to work of this Agreement. 4. Cooperate with other professionals employed by the CITY for the design, coordination or management of other work related to the Project. 5. Monthly coordination meetings with his SUBCONSULTANTS. CONSULTANT to chair and take minutes of such meetings, CONSULTANT shall invite the CITY and/or its representative to participate in these meetings. 15 0 -89 6. Review subsoil data, chemical, mechanical and other data logs of borings, etc., furnished to CONSULTANT pursuant to this Agreement and advise the CITY whether such data are sufficient for purposes of design, or whether additional data are necessary. 7. Be responsible for the professional quality, technical accuracy and the coordination of all studies, reports, projections, masterplans, designs, drawings, specifications and other services furnished by CONSULTANT under this Agreement. CONSULTANT shall, without additional compensation, correct or revise any errors or omissions in its studies, reports, projections, master plans, design, drawings, specifications and other services. 8. Provide services required to obtain use permit including review by architectural review commission, planning commission,.and City Council necessitated by the nature of the master plan, or'the design with all regulatory agencies having jurisdiction over the Project. 9. Update and Develop an on-site topographical survey of the entire San Luis Obispo Fire Station the Southern California Gas Company site, the extent of the topographical survey to include the curb of the opposite site of the street at one foot contours, with spot elevations, and existing site condition utilities including the underground. Develop a grading plan and a site plan from architectural information showing a final development of this portion of the site, this drawing will also include a horizontal control plan and a utility infrastructure plan. The services described in this Subparagraph 9 shall be provided by a professional surveyor who is to subcontract with the CONSULTANT. 10. Document and verify capacity and physical location of existing utility lines within the limits of the CITY on-site property. The services described in Paragraph 10 shall be provided by a professional surveyor who is to subcontract with the CONSULTANT. 11. Maintain a log of all meetings, site visits or discussions held iri conjunction with the work of this Project, with documentation of major discussion points, observations, decisions, questions or comments. These shall be furnished to the CITY and/or their representative for inclusion in the overall project documentation. 12. The CONSULTANT shall coordinate as required all services necessary to determine compliance with existing land zoning or other restrictions associated with the development of the Project. If desired by the CITY -' and agreed to by the CONSULTANT, CONSULTANT shall provide other 16 8'-90 required services to determine such compliance not specifically identified and included in the scope of this Agreement through an amendment to this Agreement, as an additional service. 13. The CONSULTANT shall employ the services of an independent third parry acceptable to the City of San Luis Obispo to perform thirty-five (35) hours worth of value engineering services and thirty-five (35) hours worth of constructabiliity reviews during the design phase of the project. 14. CONSULTANT is not responsible for: a. Flood zone analysis b. Preparation of utility easements C. Ground contamination or hazardous material analysis d. Any asbestos testing, design or abatement e. Environmental impact report f. Historical significance report g. Soils investigation h. Geotechnical report i. Hazardous materials j. Acoustical design k. Demolition I. CONSULTANT will only provide fire protection performance specifications. M. Engineering layout of future street and intersection, signalization and off-site storm drainage. Neither the CITY'S review, approval of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement, and CONSULTANT shall remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by CONSULTANT'S failure to perform any 17 of the services furnished under this Agreement. 15. The Architect shall be entitled to rely upon the accuracy and completeness of the services, information, survey and reports prepared by other professionals provided by the CITY not under contract or supervision of the CONSULTANT. 16. Providing interior design and other similar services required for or in connection with the selection, procurement and installation of furniture, furnishings and related equipment as provided by the CITY. CONSULTANT is required to coordinate the placement of furniture, designed and furnished by the CITY for layout purposes. B. DESIGN SERVICES 1. SCHEMATIC DESIGN Schematic Design: Upon written authorization from the CITY to proceed with the Schematic Design Phase CONSULTANT shall receive the approved program and other requirements of the Project. The CONSULTANT shall prepare for the CITY'S review a Schematic Design Study as follows: a. Civil/Architectural: 1. Scaled floor plans showing overall dimensions, identifying the various major areas and their relationship. Include circulation and room-by-room tabulation of all net usable floor areas and a summary of gross floor area. Also, provide typical layouts of major equipment or operational layout. 2. Preliminary building exterior elevations and sections in sufficient detail to demonstrate design concept indicating location and size of fenestration. 3. Identify proposed roof system, deck, insulation system and drainage technique. 4. Site plan with building located and minimum one (1) foot contour grade intervals. All major site development, such as paving, utilities and outside facilities shall be shown. 18 �-9a 5. Building design shall pay particular attention to orientation, solar consideration and passive energy techniques and shall conform to all adopted energy regulations. Comply with CITY standard, which exceed title 24 requirement by 30%. b. Structural: 1. Layout structural systems with dimensions and floor elevations. Identify structural systems (precast, structural steel with composite deck, structural steel bar joists, etc.); with preliminary sizing identified. 2. Identify foundation systems (fill requirements, piles, caissons, spread footings, etc.); with preliminary sizing identified. 3. To identify the most suitable system to upgrade the existing . maintenance buildings for essential facility use. C. Mechanical: 1. Calculate block heating, ventilation and cooling loads including skin versus internal loading. 2. Select a minimum of two (2) HVAC systems that appear compatible with loading conditions for subsequent life cycle costing. 3. Show systems selected on drawings as follows: a. Single line drawing(s) of all mechanical equipment spaces, ductwork and pipe chases. b. Location and preliminary sizing of all major equipment and duct work in allocated spaces. d. Electrical: 1. Calculate overall approximate electrical loads. 2. Identify proposed electrical system for service, power, lighting, low voltage and communication loads. 19 pq3 3. Show system(s) selected on drawings as follows: a. Single line drawing(s) showing major distribution system. b. Location and preliminary sizing of all major electrical systems and components including: 1. Load centers 2. Main panels e. Specifications: Outline specifications of proposed architectural, structural, mechanical and electrical materials, system and equipment and their criteria and quality standards. f. Estimates: 1. Schematic Estimates: This estimate consists of unit cost applied to the major items and quantities of work. The unit cost shall reflect the complete direct concurrent cost of work. Complete cost meaning labor, material, waste allowance, sales tax and subcontractor's mark-up. General Contractors overhead and profit shall be applied separately. This estimate shall be summarized by using systems format approach. 2. The estimate shall separate the project's building cost from site and utilities cost. A separate cost summary is required for the recreation department and fire station. CONSULTANT to submit to the CITY the cost estimating format for prior review and approval. - g. Meetings: During the Schematic Design Phase it is anticipated that two (2) meetings monthly will convene between the CITY and the CONSULTANT to address specific design issues and to facilitate the decision making process. Such meetings shall be held in San Luis Obispo and will be attended by the Programming Manager. Discussions made at such meetings shall be binding and revisions 20 U7 or reconsideration of the subject of such decisions shall constitute a change in the Scope of Services of the CONSULTANT. h. Deliverables: Copies: 6 - Schematic Design Packages with alternatives and Cost Estimate 2 - A statement indicating changes to the program 2 - A statement indicating any authorized changes made to the approved program and the cost impact of such changes on the Construction Budget established under a separate contract previously executed between the CITY and CONSULTANT for this project. i. Presentation: CONSULTANT along with his SUBCONSULTANTS shall present and review with the CITY the detailed Schematic Design in San Luis Obispo. CONSULTANT recognizes that there is an undetermined period of time required by the CITY in order to approve the schematic design but not to exceed a five month period. CONSULTANT shall assist the CITY in this appraisal process. For each month in excess of four months, the CONSULTANT shall be compensated by applying to the CONSULTANT fee as an escalation rate of 4% per year for each extended month. The schematic design studies shall be revised within the program parameters until a new concept has been accepted and approved by the CITY at no additional cost to the CITY. j. Project Cessation Provisions: Upon completion of the schematic design study, the CITY shall have the right to terminate this Agreement upon written notice of such termination to CONSULTANT. The CITY shall pay the CONSULTANT only the fee associated — with the services provided under the Schematic Design. zi . 8.95 2. DESIGN DEVELOPMENT Upon written authorization by the CITY to proceed with the Design Development Phase, CONSULTANT shall prepare from the Schematic Design Phase documents approved by the CITY, Design Development Phase documents consisting of the following: a. Civil/Architectural: 1. Scaled, dimensioned floor plans with final room locations including all openings. 2. 1/13H scale building sections showing dimensional relationships, materials and component relationships. 3. Identification of all fixed equipment t6 be installed in contract. 4. Well developed site plan including grading and paving. 5. Preliminary development of details and large scale blow- ups. 6. Legend showing all symbols used on drawings. 7. Floor plans identifying all fixed and major movable equipment and furniture. 8. More developed outline specifications. 9. Typical reflected ceiling development including ceiling grid and heights for each ceiling to be used, showing: a. Light fixtures b. Ceiling registers or diffusers c. Access Panels 10. A tabulation of both the net and gross assignable floor areas, and a comparison to the initial program area requirements. b. Structural: 22 014 1. Structural drawing with all major members located and sized. 2. Establish final building and floor elevations. 3. Preliminary specifications. C. Mechanical: 1. Heating and cooling load calculations for each space and major duct or pipe runs sized to interface with structural. 2. Major mechanical equipment should be scheduled indicating size and 'capacity. 3. Ductwork and piping should be substantially located and sized. 4. Devices in ceiling should be located. 5. Legend showing all symbols used on drawings. 6. More developed outline specifications. d. Electrical: 1. All lighting fixtures should be located and scheduled showing all types and quantities of fixtures to be used, including proposed lighting levels for each usable space(s). 2. All major electrical equipment should be scheduled indicating size and capacity. 3. Complete electrical distribution including a one line diagram indicating final location of switchboards, communications, controls; (high and low voltage) motor control centers, panels, transformers and emergency generators, if required. 23 4. Legend showing all symbols used on r drawings. 5. More developed outline specifications. e. Estimate: Design Development Estimate: This estimate will include individual item unit costs of materials, labor and equipment. Sales tax, subcontractor's mark- ups, general contractors construction indirects (general conditions), overhead, and profit shall be listed separately. The estimate shall separate the project's building cost from site and utilities cost. A separate cost summary is required for each building (i.e. fire station and training tower). f. Meetings: During the Design Development Phase it is anticipated that one (1) meeting per month will convene to address specific design issues and to facilitate the decision making process. Such meetings shall not exceed one (1) day in duration and will be held in San Luis Obispo. Decisions made at such meetings shall be binding and major revisions shall constitute a change in the Scope of Services of the CONSULTANT. The Programming Manager shall attend these meetings. g. Deliverables: Copies 4 - One (1) reproducible and three (3) blueprints from all professional disciplines necessary to deliver the project 4 - Outline Specifications 2 - A statement indicating any authorized changes made to the program from the last submittal and the cost impact of such changes on the — previously approved Construction Budget 24 8�� 4 - Cost Estimate 3. CONSTRUCTION DOCUMENT Upon written authorization from the CITY to proceed with the Construction Documents Phase, CONSULTANT shall prepare from Design Development Phase Documents approved by the CITY, a Construction Document consisting of the following: a. Prepare construction documents in full compliance with all applicable building codes, ordinances and other regulatory authorities. b. Construction Documents (C/D) 50% stage: 1. Civil/Architectural: ' a. Site plan developed to show building location, all topographical elements and existing/proposed contour lines. b. Elevations, sections and floor plans corrected to reflect design development review comments. C. Architectural details and large blow-ups started. d. Well developed finish, door, and hardware schedules. e. Site utility plans started. f. Fixed equipment details and identification started. g. Reflected ceiling plans coordinated with floor plans and mechanical and electrical systems. - 2. Structural: a. Structural floor plans and sections with detailing weA advanced. 3. Mechanical: a. Mechanical calculations virtually completed with all 25 8'-qq piping and ductwork sized. b. Large scale mechanical details should be started. C. Mechanical schedule for equipment substantially developed. 4. Electrical: a. Lighting, power, signal and communication plans should show all switching and controls. Fixture schedule and lighting details development should be started. b. Distribution information on all power consuming equipment; lighting and device branch wiring development should be well started. C. All electrical equipment schedules should be started. d. Special system components should be approximately located on plans. 5. Estimate: a. Update and refine the Design Development Phase Estimate. b. The cost estimate will be prepared by specification section. It will include unit costs for materials, unit labor manhours and unit equipment costs. Labor manhours will be identified and extended using wage rates from the State's "General Prevailing Wage Rates" guide (use the most current issue). - These wage rates will include base labor costs, payroll taxes, and union benefits. Labor can be subtotaled with materials and equipment at the bottom of each page. Construction indirects (general conditions) shall be estimated in detail. Sales tax, subcontractor's mark-ups, general contractor's overhead, and profit shall separate the project's building cost from site and utilities cost. A " separate cost summary is required for each building. 26 C. Construction Documents 75% stage: 1. Architectural: a. Virtually complete site plan. b. Virtually complete floor plan, elevations and sections. C. Architectural details and large blow-ups near completion. d. Finish door, and hardware schedules virtually complete, including most details. e. Site utility plan virtually complete. f. Fixed equipment details and identification virtually complete. g. Reflected ceiling plan virtually complete. h. Provide Finish Schedule (with the exceptions of colors) identifying type of material and textures on walls, floors, doors, etc. Color selections to be identified by the CITY. i. All equipment catalog cuts. 2. Structural: a. Completed structural floor plans and sections with detailing well advanced. 3. Mechanical: a. Mechanical load calculations complete and all piping and ductwork sized. b. Large scale mechanical details should be substantially complete. C. Mechanical schedule for equipment substantially complete. 27 4. Electrical: a. Lighting, power, signal and communication plan(s) should reflect all switching and controls. Fixture schedule(s) should be virtually complete. b. Distribution information on all power consuming equipment; lighting and device branch wiring should be virtually complete. C. All electrical equipment schedules should be virtually complete. d. Special system components should be located on plans. 5. Specifications: a. Virtually complete development and preparation of technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. Where articles, materials and equipment are identified by brand names, at least two names shall be used, and such names shall be followed by the words "or approved equal' in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those required for maintenance convenience by the CITY. At one hundred percent (100%) review, specifications shall be reviewed by the CITY and corrections made as directed at no cost to the CITY. b. Coordination of the development of specifications by other disciplines. C. Specification shall be in CSI format. d. Construction Documents - Substantial Completion Stage: 1. Architectural: 28 8-/oP a. Completed site plan. b. Completed floor plans, elevations and sections. C. Architectural details and large blow-ups completed. d. Finish, door and hardware schedules completed, including all details. e. Site utility plans completed. f. Fixed equipment details and identification completed. g. Reflected ceiling plans completed. 2. Structural: a. Structural floor plans and sections with detailing completed. b. Structural calculations completed. 3. Mechanical: a. Large scale mechanical details complete. b. Mechanical schedules for equipment completed. C. Completed electrical schematic for environmental cooling and exhaust equipment. d. Complete energy conservation calculations and report. 4. Electrical: a. Lighting and power plan should show — all switching and controls. Fixture 29 8*1103 schedule and lighting details should be completed. b. Distribution information on all power consuming equipment, including lighting, power, signal and communication device(s) branch wiring completed. C. All electrical equipment schedules completed. d. Special system components plans completed. e. Electrical load calculations completed. 5. Estimate: a. The cost estimate will be prepared by specification section. It will include unit costs for materials, unit labor manhours and unit equipment costs. Labor manhours will be identified and extended using wage rates from the State's "General Prevailing Wage Rates" guide (use the most current issue). These wage rates will include base labor costs, payroll taxes, and union benefits. Labor can be subtotaled with materials and equipment at the bottom of each page. Construction indirects (general conditions) shall be estimated in detail. Sales tax, subcontractor's mark-ups, general contractor's overhead, and profit shall be listed separately. The estimate shall separate the Project's building costs from site and utilities cost. A separate cost summary is required for each building or physical n 30 8'101 area. 6. Specifications: a. Complete development and preparation of technical.specifications describing materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the Project. Where articles, materials and equipment are identified by brand names, they shall be followed by the words "or approved equal" in accordance with Public Contract Code, Section 3400. Specifications shall not contain restrictions that will limit competitive bids other than those necessary for CITY maintenance requirements. At one hundred percent (100%) review, specifications shall be reviewed by the CITY and corrections made as directed at no cost to the CITY. b. Coordination of the development of specifications by other disciplines. C. Specifications shall be in CSI format. e. Construction Documents (C/D) Final Stage: The construction document final stage shall be for the purpose of the CONSULTANT incorporating all City and State Regulatory Agencies' comments into the drawings, specifications, and estimate. All corrections made by the CONSULTANT during this stage should be at no additional cost to the CITY. The final contract documents delivered to the CITY upon completion of the CONSULTANT'S work shall — consist of the following: 31 g'l OS 1. Drawings: Original tracings of all drawings on CONSULTANTS tracing paper with each CONS U LTANT/SU BCO NSULTANT'S State license stamp. 2. Specifications: Original typed technical specifications on reproducible masters in CSI format. 3. Estimate: Final estimate in format as described in estimate section of construction document one hundred percent (100%) stage. The final estimate shall reflect all adjustments as required by the CITY review. f. Construction Final Back-Check Stage: Make corrections as required, to reflect regulatory agencies' final back-check comments into the drawings, specifications and estimate. All such corrections will be made at no cost to the CITY. Upon written approval by the CITY that the documents are complete, CONSULTANT shall provide to the CITY completed original tracing and a complete set of typed specifications on reproducible masters. Reproduction of the contract documents for distribution to bidders will be provided by the CITY. g. During the Construction Document Phase it is anticipated that one (1) meeting per month will convene to address specific design issues and to facilitate the decision making process. Such meetings shall not exceed one (1) day in duration and will normally be held in San Luis Obispo. Decisions made at such meetings shall be binding and revisions shall constitute a change in the Scope of Services of the CONSULTANT. h. Deliverables: Copies 32 &-10(0 4 - Fifty percent (50%) submittal - one (1) reproducible and three (3) blueline prints of the fifty percent (50%) working drawings, specifications, and cost estimate. 4 - Seventy five percent (75%) submittal - one (1) reproducible and three (3) blueline prints of the seventy five percent (75%) working drawings and specifications. 4 - One hundred percent (100%) submittal - one (1) reproducible and three (3) blueline prints of the one hundred percent (100°/x) working drawings, specifications, engineering calculations and cost estimate. 2 - Statement of requirements for testing and inspection of service for compliance with construction documents and applicable codes. 4. BIDDING PHASE: The development of the bidding procedure and the general condition of the construction contract shall be the joint responsibility of the CITY and the CONSULTANT. While the Project is being advertised for bids, all questions concerning intent shall be referred to the CONSULTANT for resolution. In the event that items requiring interpretation of the drawings or specifications are discovered during bidding period, said items shall be analyzed by the CONSULTANT for decision by the CITY as to the proper procedure required. Corrective action taken will be in the form of an addendum prepared by the CONSULTANT and issued by-the CITY. It is agreed that in the event no acceptable bid is received within the budget established under a separate contract previously executed between the CITY and CONSULTANT for this project and adjusted subsequently with the CITY'S written approval, the CONSULTANT shall, at the direction of the CITY, and at no further cost to the CITY, revise the Construction Documents, for re-bid, without reducing the program requirements so as to make possible a bid to come within the budget established as aforesaid; the revised documents shall be reviewed and 33 ?-/o7 approved by the CITY prior to putting them out to re-bid. Once the CONSULTANT has revised the Construction Documents for re-bidding and either: (a) the re-bid comes within the budget for Construction Costs approved by the CITY or, (b) if the CITY at its sole discretion approves a higher bid from a contractor, then the CONSULTANT shall be deemed to have designed the Project within budget. 5. CONSTRUCTION ADMINISTRATION PHASE: The CONSULTANT'S responsibility to provide basic services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and terminates at the earlier of the issuance to the CITY of the final Certificate for Payment or sixty (60) days after the date of substantial completion of construction. a. During construction, the CONSULTANT shall furnish all necessary additional drawings for supplementing, clarifying and/or correcting purposes and for change orders required. Such drawings shall be requested in writing from the CONSULTANT by the CITY and shall be at no additional cost to the CITY. The original tracing(s) of the drawings and contract wording for change orders shall be submitted to the CITY for duplication and distribution. b. The CONSULTANT will receive written notification of the award of a construction contract. Upon receiving such written notification, the CONSULTANT will proceed with the services required by the Construction Administration Phase of this Agreement. C. The CONSULTANT shall attend the preconstruction start meeting with the successful contractor upon notification by the CITY. d. CONSULTANT shall review and approve or take other appropriate action upon contractor's submittals such as: shop drawings, project data, samples and change orders, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The CONSULTANTS action shall be taken within twenty-one (21) calendar days so as to cause no unreasonable delay in the work or in the construction of the CITY or of separate contractors, while allowing sufficient time in the CONSULTANT'S professional judgment to permit adequate review. 34 g 10? In no case shall the review period associated with a single, particular submittal exceed twenty one (21) calendar days from the receipt by the CONSULTANT. e. During the course of construction, all Requests for Clarification must be responded to in most expeditious manner so as not to impact and delay the construction progress. f. Drawings or change orders required due to actions of the CITY which are beyond the scope of the CONSULTANTS responsibilities, shall be considered extra services. g. CONSULTANT shall schedule a maximum of fifty (50) visits to the job site for on-site review of the construction of the Project. The schedule of these visits shall be coordinated and/or approved in advance by the CITY and their representative. The purpose of these visits is to resolve discrepancies in the Contract Documents and to monitor the progress of the Project. CONSULTANT shall bring to the attention of the CITY, in writing to guard the CITY against, but does not assure against, any defects or deficiencies in the work by the CITY'S construction contractor which the CONSULTANT may observe. The CONSULTANT shall have no authority to issue instructions on behalf of the CITY or to deputize another to do so. All agreements shall be between the CITY and its construction contractor. However, these provisions shall not be construed as making CONSULTANT responsible for the CITY'S construction contractor's failure to carry out the work in accordance with the Contract Documents, nor the construction means or methods in techniques, sequences, procedures or safety programs in connection with the work. h. The CONSULTANT shall visit, generally weekly, the site at intervals appropriate to the stage of construction or as otherwise agreed by the CITY and CONSULTANT in writing to become generally familiar with the progress and quality of the work completed and to determine in general that the work is being performed in a manner that the work when competed will be in accordance with the Contract Documents. However, the CONSULTANT shall not be required to make exhaustive or continuous on-site inspections to check the quality 35 g-I� 9 or quantity of the work. On the basis of on-site observations as an architect, the CONSULTANT shall keep the CITY informed of the progress and the quality of the work, and shall endeavor to guard the CITY against defects and deficiencies in the work. However, the CONSULTANT shall not be a guarantor of the contractor's performance. i. Prepare "Record Drawings": on the original tracings to record changes made during the construction project based upon information provided by the CITY'S construction contractor and changes by change orders. These "Record Drawings" either originals or mylar reproducibles shall be delivered to the CITY at completion of the construction and shall be a condition precedent to the CITY'S approval of the CONSULTANT'S final payment. j. The CONSULTANT shall not be responsible for,-rror have control or charge of, construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Project, and shall not be responsible for contractors' failure to carry out work in accordance with the Contract Documents. The CONSULTANT shall not be responsible for, nor have control over, the acts or omissions of the contractors, subcontractors, any of their agents or employees, or any other persons performing any work. k. CONSULTANT shall assemble and review equipment and maintenance manuals, and a complete set of warranty documents for all equipment and installed systems. Manuals shall be organized in CSI format and to be provided by the general contractor and specified so in the Construction Documents. I. CONSULTANT shall also provide at the CITY'S request, architectural/engineering advice to the CITY on start-up, break-in and debugging of facility systems and equipment; and apparent deficiencies in construction following the acceptance of-the contractor's work. 36 kon EXHIBIT CRITERIA AND BILLING FOR EXTRA WORK A. The following extra services to this Agreement shall be performed by CONSULTANT if needed and requested by the CITY. 1. Making revisions in drawings, specifications or other documents when such revisions are: a. Inconsistent with approvals or instructions previously given by the CITY. b. Required by the enactment or revisions of codes, laws or regulations subsequent to the preparations of such documents. C. Due to changes required as a result of the-CITY'S failure to respond to a written request from the CONSULTANT within a reasonable time, as requested by CONSULTANT. 2. Providing services required because of significant documented changes in the Project initiated by the CITY, including but not limited to, size, quality, complexity, the CITY'S schedule, or method of bidding or negotiating and contracting for construction. 3. Prepare drawings, specifications and other documentation and supporting data, evaluating contractor's proposals, and providing other services in connection with change orders and construction change directives. CONSULTANT shall not be due any fee for extra services due to change orders resulting from CONSULTANT'S design errors and omissions. 4. Providing consultation concerning replacement of work damaged by fire or other cause during construction, and furnishing services required in connection with replacement of such work. 5. Providing services made necessary by the default of the contractor, by major defects of deficiencies in the work of the contractor, or by failure of performance of either the owner or the contractor under the Contract for construction. 6. Join with and assist the CITY in defending any claim or action arising out of this Contract, which would not be the responsibility of the CONSULTANT under the term of this Agreement. n 37 7. Providing services in connection with a public hearing, arbitration proceeding or legal proceeding except where the CONSULTANT is party thereto. B. Preparing documents for separate bid packages. 9. Providing special surveys, environmental studies and submissions required for approvals of governmental authorities or others having jurisdiction over the Project. 10. Providing services relative to future facilities, systems and equipment, to the extent not covered in the program. 11. Providing services to verify accuracy of drawings and written documents furnished by the Owner. 12. Provide coordination of construction performed by separate contractors or by the CITY'S own forces and coordination of services required in connection with construction performed by the CITY. 13. Providing services for planning tenant or rental space. 14. Making investigations, inventories of material or equipment, or valuations and detailed appraisals of existing facilities. 15. Providing assistance in the utilization of equipment or systems such as testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation. 16. Providing services after issuance to the CITY of the final certificate for Payment, or in the absence of a final Certificate for Payment, more than sixty (60) days after the date of substantial completion of work. 17. Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural practice. 18. Providing services in connection with evaluating substitutions proposed by the contractor and making subsequent revisions to the drawings, specifications and other documentation resulting therefrom if the contractor failed to follow the CONSULTANTS specified specification of the Project. 38 O?-1�a 19. Providing service to verify the existing field conditions. All field checks of existing conditions must be documented by means of written report. The report must identify the existing conditions (above and under ground) and list recommendations or plan of action. 20. The following additional services shall be charged to the City at a fixed fee if the City requests from the consultant to proceed with these services. 1. Colored renderings (schematic phase) $2,400.00 2. Study model (schematic phase) $2,000.00 3. Finish model $5,400.00 B. The following rates which include overhead, administrative cost and profit shall be utilized in arriving at the fee for extra services. 39 ffo RATE SCHEDULE BILLING RATES EFFECTIVE JANUARY, 1992 1. ARCHITECT Classification Rate Per Hour Principal/Consulting $ 95.00 Senior Associate . $ 85.00 Associate 180.00 Project Architect/Manager $ 75.00 Draftsperson 1 $ 60.00 Draftsperson II $ 55.00 CADD Operator $ 50.00 Draftsperson III $ 45.00 Administrative Secretary $ 40.00 Clerical 1 $ 20.00 2. MECHANICAL Principal Engineer $ 90.00- Mechanical Engineer $ 60.00 Plumbing Engineer $ 60.00 CADD Operator $ 60.00 Draftsperson $ 35.00 40 81414 Secretarial 4. $ 35.00 3. ELECTRICAL Principal Engineer $ 88.00 Electrical Design $ 66.00 CADD Operator $ 49.50 Draftsperson $ 38.50 Secretarial $ 33.00 4. CIVIL Principal Planner $ 82.50 Principal Engineer $ 77.00 Associate Engineer $ 71.50 Staff Engineer $ 66.00 Engineer III $ 66.00 Engineer II $ 60.50 Engineer 1 $ 55.00 Engineering Tech III $ 49.50 Engineering Tech II $ 44.00- Engineering 44.00-Engineering Tech 1 $ 38.50 Administrative Coordinator $ 60.50 Draftsperson III $ 33.00 Draftsperson II $ 27.50 41 gap/i Draftsperson 1 $ 22.00 Principal Surveyor $ 77.00 Associate Surveyor $ 71.50 Staff Surveyor $ 71.50 Surveyor III $ 66.00 Surveyor II $ 60.50 Surveyor 1 $ 55.00 Survey Tech III $ 49.50 Survey Tech II $ 44.00 Survey Tech 1 $ 38.50 2-Man Survey Party $115.50 3-Man Survey Party $159.50 Administrative Manager $ 49.50 Clerical II $ 38.50 Clerical 1 $ 33.00 5. LANDSCAPE CONSULTANT Project Landscape Architect $ 71.50 Production and Technical Assistance $ 55.00 6. STRUCTURAL CONSULTANT Principal Engineer $ 82.50 Staff Engineer $ 71.50 42 0,0 Drafting/CADD $ 49.50 Secretary $ 27.50 Engineer in Training $ 55.00 7. INTERIOR DESIGNER $ 82.50 8. PROGRAMMER $ 95.00 The subconsultant hourly rates as shown above include a 10% administration fee/mark-up fee. The hourly rates reflected in Paragraph B above shall be effective as of the date of execution of this Contract and shall be revised each twelve (12) months; thereafter based upon changes in the Consumer Price Index for the previous twelve month period, using the CPI for the geographical area of the CONSULTANT and each SUBCONSULTANT involved in the Project. 43 EXHIBIT "C" SCHEDULE OF WORK A. Promptly after the execution of this Agreement, the CONSULTANT shall prepare and submit for approval to the CITY a Schedule of Work showing the order in which CONSULTANT proposes to cant' out CONSULTANTS work. The schedule shall apply to the completion of all services listed hereunder within the times established by this Agreement. The Schedule shall be in the form of a progress chart clearly delineating all important increments and review dates. CONSULTANT shall update the Schedule of Work on a monthly basis and deliver three (3) copies to the CITY along with the monthly billing. B. CONSULTANT shall complete all work and services required under the Schematic Design above within seventy five (75) calendar days after written authorization from CITY to proceed. C. CONSULTANT shall complete all work and services required under the Design Development Scope within sixty (60) calendar days after receipt of a written authorization from the CITY to proceed. D. CONSULTANT shall complete all work and services required under Construction Document Scope up through and including the Substantial Completion Phase within one hundred twenty (120) calendar days after receipt of a written authorization from the CITY to proceed. Excluded from this duration is the time associated with the construction document back-check stage. E. CONSULTANT shall proceed with all work and services required under the Construction Support Phase, upon the commencement of construction, and shall continue through completion and acceptance of the Project by the CITY. F. The durations stated above exclude the review periods required by the CITY and all other regulatory agencies. G. All times to complete tasks set forth in this Exhibit are of the essence, as per Article 4 - Schedule of Work. If delays in schedules are imposed by the CITY'S inability to comply with requested meeting schedules, CONSULTANT shall maintain the right to request an adjustment in schedule if deemed necessary to meet the deadlines set forth in this Exhibit. If approved, such extensions shall be authorized in writing by the CITY. 44 gel/ EXHIBIT "D" PAYMENT SCHEDULE A. Compensation 1. The consideration to be paid to CONSULTANT, as provide herein shall be in full compensation for all of CONSULTANT'S incurred in the performance hereof, including offices, travel, per diem or any other direct or indirect expenses incident to providing the services. 2. Such amounts shall be based upon the following lump sum amounts which includes Main Fire Station, maintenance building remodel, hazardous materials storage and training tower. Total $235,796.00 ' B. Method of Payment 1. Invoices shall be on a form and in the format provided by the CITY and are to be submitted in triplicate to the CITY via the CITY'S authorized representative. 2. Upon receipt and approval of CONSULTANTS invoices, the CITY agrees to make payments within thirty days of receipt of the invoice as follows: a. Distribution of the total fee for this contract shall be as follows: Phase Percentage of Fee Schematic Design 20% Design Development 15% Construction Documents 40% - - Bid/Negotiation 5% Construction Administration 20% C. For Schematic Phase Monthly payments for the percentage of work complete up to ninety five percent (95%) of the fee for the Phase; one hundred percent (100%) payment upon acceptance and approval of the Design Development Phase by the City. d. For Design Development Phase ` 45 Monthly payments for the percentage of work complete up to ninety five percent (95%) of the fee for the Phase; one hundred percent (100%) payment upon acceptance and approval of the Design Development Phase by the CITY. e. For Construction Document Phase Monthly payment for percentage of work complete up to ninety five percent (95%) of the fee for the phase; one hundred percent (100%) payment upon acceptance and approval of the Construction Document Phase by the CITY. The final five percent 5% shall be paid upon notification to proceed with solicitation of bids or negotiation, or within six months after approval of the Construction Document Phase if the project is abandoned. f. For Bid/Negotiation Monthly payments for the percentage of work corAplete up to ninety five percent (95%) of the fee for the phase; one hundred percent (100%) payment upon acceptance and approval of the Bid/Negotiation Phase by the CITY. g. For Construction Administration Monthly payments for the percentage of work completed based upon percent completion of construction. 46 �- g-!a0 EXHIBIT "E" INSURANCE REQUIREMENTS FOR CONSULTANTS I. CONSULTANT shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, his agents, representatives, employees. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability Insurance as appropriate to the CONSULTANT's profession. B. Minimum Limits of Insurance 1. Within 10 days of signing of this contract the CONSULTANT shall maintain limits no less than: a. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. C. Employer's Liability: $1,000,000 per accident for bodily injury or disease. d. Errors and Omissions Liability: $250,000 per claim. 2. Before framing of the structure begins, CONSULTANT shall maintain limits no less than: 47 gotm/ a. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. C. Employer's Liability: $1,000,000 per accident for bodily injury or disease. d. Errors and Omissions Liability: Required $1,000,000 per claim for a period of not less than three years, beginning no sooner than 30 days before framing of the structure begins. C. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles of self-insured retention as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions: The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The CITY, its officers, officials, employees, agents and volunteers are to be covered as insured as respects; liability arising out of activities performed by or on behalf of the CONSULTANT; products and completed operations of the CONSULTANT; premises owned, occupied or used by the CONSULTANT; or automobiles owned, leased, hired or borrowed by the CONSULTANT. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officers, officials, employees, agents or volunteers. 2. For any claims related to this project, the CONSULTANT's insurance coverage shall be primary insurance as respects the CITY, its officers, officials, employees, agents and volunteers. Any 48 insurance or self-insurart«e maintained by the CITY, its officers, officials, employees, agents or volunteers shall be excess of the CONSULTANT's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the CITY, its officers, officials, employees, agents or volunteers. 4. The CONSULTANT's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed by RLM&V to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the CITY. E. Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best's rating of no less that A:VII. F. Verification of Coverage: CONSULTANT shall furnish the CITY with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the CITY before work commences. n � - 49