Loading...
HomeMy WebLinkAbout09/20/1994, 7 - HEADQUARTERS FIRE STATION RENEGOTIATED CONTRACT I ni�) 8(n:.ear IIIH(II�����IIIIIIIII IIIIII� city o san lui s OBISPO MEETING DATA,. Sept. 20, 1994 Ip�u►1 I COUNCIL AGENDA REPORT 107 FROM: Robert F. Neumann, Fire Chief Q SUBJECT: Headquarters Fire Station Renegotiated Contract CAO RECOMMENDATION By motion, authorize the Mayor to sign a renegotiated architectural contract with the firm of Richmond Rossi and Montgomery (RRM) in the amount of $242,137. DISCUSSION In mid-August staff received two very important communications regarding the replacement of the Headquarters Fire Station. ■ The City has been successful, pending a number of conditions, in its grant application for $610,998 from the State's Earthquake Rehabilitation Act. One of the key conditions is that the project design work be completed by April 1, 1995, and that the project is awarded to a general contractor by May 15, 1995. ■ The project architect, Ross Levin MacIntyre and Varner (RLMV), notified the City on August 15, 1994, that they were declaring bankruptcy and had ceased work on the project. Upon learning of the closure of RLMV, staff reviewed the Council Agenda Report of July 21, 1992 to ascertain who might be potential awardees of a new contract. After reviewing the list consistent with the City's purchasing guideline, staff contacted the second and third position local firms, Richmond Rossi and Montgomery (RRM) and BFGC Architects Planners, Inc. (BFGC), and requested them to review the existing contract with the idea in mind of continuing the project. Upon closer inspection and further discussion with the two architects and the City's construction manager (VANIR), staff realized that a number of significant issues would need to be clarified before it would be possible for a new firm to bid the remainder of the work required. These issues included: finalizing both floor and site plans, resolving right-of-way issues, structural design problems, and conferring with the City's Building Official to clarify issues on energy-management and Federal Handicap Access requirements. Staff requested RRM, based on its #2 ranking, to resolve these issues with a $5,000 work order using industry established rates. The completion of this work allowed staff to then request bids on the project from a rational and legitimate set-point. Once a set-point for taking over the project was established, BFGC and RRM promptly returned proposals for completing the work. Based on our review of the proposals, staff is recommending that RRM be awarded the remainder of the contract. Time has now become a critical issue in this project. Failure to meet the State's time-lines jeopardizes the entire grant amount, which represents approximately 30% of the total construction cost. VANIR has had numerous projects that have been funded under similar grants. They report that the State provides no leniency for missed deadlines; therefore, staff has moved aggressively in this regard. The new recommended contract, as the original RLMV contract, contains anacceleration clause (valued at $11,400) to ensure that the State's April 1st deadline is met. 711 1111111111111111111112111�IIII Clay Of San LUIS OBISPO COUNCIL AGENDA REPORT On September 7, 1994, staff was advised that the deadline for submittal to the October 3, 1994, ARC meeting was Monday, September 12, 1994. This was a critical date for ARC review if the project design was to remain on schedule for completion by April 1, 1995. Based on the critical time-line, and after careful review of the architect proposals, the Fire Chief directed RRM, working with another $5,000 limit to meet the ARC deadline of September 13, 1994. Funds expended by this action are within the scope of the recommended contract, and the award of another $5,000 is within approval authority of a Department Head. If Council should not concur with staff's recommendation, the work is still applicable to the project and will be reflected by a reduction in any new contract. This decisive action was taken so as to not jeopardize the $610,998 grant by delaying the project due to a missed deadline. Other issues related to the bankruptcy of RLMV are: ■ The City has received stop work orders from two sub-contractors involved in the project. Staff has contacted all the other sub-contractors involved in the project and is aware of a pending third stop work order. The outstanding debts, which are the sole responsibility of RLMV, total approximately $16,000. The possibility does exist that the sub-contractors, who are vital members of the project design team and who will be retained by the new architectural firm, may attempt to delay earlier work completed but not paid for, thereby slowing the project. Staff has directed the new architectural firm to develop new sub- contractor contracts which are written specifically to prohibit this from happening. ■ The new recommended contract has a number of minor changes regarding insurance, indemnity clauses and sub-contractor/consultant changes that are mutually agreeable to both staff and the architect. ■ A significant amount of work is involved in reviewing the earlier work done by RLMV in the program and schematic portions of the project in order to bring the new firm up-to-date with past actions, decisions, and project history. PROPOSAL EVALUATION The two proposals were reviewed carefully by staff and VANIR summarized as follows: ■ The BFGC proposal requires significant amendment to the existing contract language which would reduce their project budget responsibility. Total cost of their proposal is $248,733 (which is $6,596 more than RRM). ■ The RRM proposal will cost $242,137. Not only is this less than BFGC's proposal, but more importantly, it retains the City's original contract intent as it relates to the architect's budget responsibilities. city of San LUIS OBI SPO i COUNCIL AGENDA REPORT FISCAL IMPACT The following is an analysis of the total amount of the bankruptcy: RLMV Contract - Phase 11 2359716 Payment To-Date 18.663 Contract Balance Remaining 217,133 Proposed Contract with RRM 242,137 Increased Contract Cost 25,004 In addition to this amount, we have incurred $5,000 to establish the set-point for a total incurred cost of$30,004. It should be noted that this includes $11,400 which is to accelerate the project schedule to meet the April 1st deadline and would have been a similar cost under the RLMV contract. Therefore, the total cost to the City for the RLMV bankruptcy is $18,604. ALTERNATIVES ■ Re-Open the Project for Architectural Competition Based on an extremely critical time-line, staff recommends that the project continue forward as quickly as possible in the design and-approval phases. Staff believes that both of the firms contacted have the experience and qualifications necessary to do an outstanding job on this project and re-opening the project for architectural competition would severely jeopardize the earthquake retrofit grant. ■ Award to BFGC This contract is of a higher cost and proposes changes in budget responsibility Based on this, an award to RRM is recommended. CONCURRENCES The City Attorney's Office, Risk Manager and the project's consultant, VANIR, have all been actively involved in the development of the renegotiated contract. The City's Finance Director also concurs. ATTACBAIENT Renegotiated Contract with RRM 1-3 MEET't, AGENDA 17DATE '' -9 ITEM # MEMORANDUM September 13, 1994 To: City Council From: Ken Hampian, Assistant City Administrative Officer Subject: Headquarters Fire Station Staff Report Because of deadlines related to a $611,000 grant toward the new Headquarters Fire Station it is essential that the renegotiated contract for architectural services be on the Council agenda on September 20, 1994. As of Tuesday afternoon, staff is working several parties to finalize both the staff report and the new contract. Given that we are near completion, the material is now expected to be available to the Council on either Wednesday or Thursday of this week. LKS'/lC/C 610 MEE71, AGENDA 19(2140 DATE-.ITEM # 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: RRM DESIGN GROUP 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 (+/-l%) Fire Station (See Exhibit "F" for preliminary site plan and floor plans that have been reviewed and approved by the San Luis Obispo Fire Department). In addition, the CONSULTANT is to provide a design and construction documents for a training tower. WITNESSETH: MThat for and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: E C E I V E SEP 20 1994 cITY eLORK ARTICLE 1 - RESPONSIBILITIES AND SERVICE OF CONSULTANT oa�saf, 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. B. Coordination: In the performance of CONSULTANT'S 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, i 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, and Exhibit "G" for Master Schedule. 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 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 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 2 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 (in 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 CONSULTANT'S 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. ARTICLE 4 - FEE AND METHOD OF PAYMENT CITY will pay CONSULTANT a fixed fee equal to two hundred forty two thousand one hundred thirty seven dollars ($242,137) 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 3 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 Victor Montgomery as Principal in Charge, Mr. Don Iler as Program Consultant, Mr. Chris Ford as Project Manager, Ms. Mary McGrath as Project Architect. So longus their performance continues to be acceptable to the CITY, Messrs. Montgomery and Ford shall remain in charge of the Project. Additionally, the CONSULTANT must furnish the name of all other key people in CONSULTANT'S 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 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. 4 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. The CONSULTANT will use the Roundhouse realignment transmitted Mr. Wayne Peterson of the CITY dated August 29, 1994 in the layout of the Phase I Master Plan. The CITY shall furnish a written statement of approval of the Phase I Master Plan prior to commencement of the Schematic Design of the Contract. ARTICLE 8 - EXPENSES The CONSULTANT'S 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 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. 5 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 CONSULTANT'S duties to the satisfaction of the CITY, or if CONSULTANT fails to fulfill in a timely and professional manner CONSULTANT'S obligation under this Agreement, or if CONSULTANT shall violate any of the terms or provisions of this Agreement, or if the CONSULTANT, CONSULTANT'S 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. ARTICLE 11 - INDEMNITY CLAUSE The Design Professional agrees, to the fullest extent permitted by law, to indemnify and hold the Client harmless from any damage, liability or cost (including reasonable attorney's fees and costs of defense) to the extent 6 caused by the Design Professional's negligent acts, errors or omissions in the performance of professional services under this agreement and those of his or her subconsultants or anyone for whom the Design Professional is legally liable. 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 prior 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. I a 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. 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. I a 9 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 party 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 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 party 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 9 P ' r 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 governing such services. CONSULTANT understands and agrees that the CONSULTANT'S 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 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 I 10 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: I J CITY: San Luis Obispo City Fire Department Attn: Chief Robert Neumann 748 Pismo Street San Luis Obispo, California 93401 CONSULTANT: RRM Design Group Attn: Victor Montgomery 3026 South Higuera San Luis Obispo, CA 93401 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized, as of the date first written above. CONSULT T: CITY OF SAN LUIS OBISPO: By: By: Victorinci7pal Peg Pinard, Mayor ATTEST: ontgo Diane Gladwell, City Clerk APPROVED AS TO FORM AND Authorized by Council Action LEGAL EFFECT: on 1994 BY: Jeff Jorgensen, City Attorney A 12 CORPORATE CERTIFICATION I, Victor Montgomery, certify that I am the Vice President/Secretary of the Corporation named as CONSULTANT in the foregoing Agreement; that Victor Montgomery, 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) Victor Montgomery 13 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF CONSULTANT RRM Design Group 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. RRM Design Group 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. 6. Review subsoil data, chemical, mechanical and other data logs of 14 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, master plans, 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, and planning commission 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 in 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 required services to determine such compliance not specifically 15 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 pzKty acceptable to the City of San Luis Obispo to perform seventy,, (7)5) hours worth of value engineering services and constructability reviews during the design phase of the project, as desired by the CITY. 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 of the services furnished under this Agreement. 16 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, coordination and location 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. 17. Electrical Systems to be included in the Contract Documents: a. Site utilities and lighting. b. Site security: on-site control of the gate only. C. On-site emergency generator. d. Building power and controls. e. Building lighting. f. Building security: on-site control of entrances only. g. Fire sprinkler alarm. h. Layout of computer, telephone, and CATV outlets. i. Control of interface between communication and computer systems. j. Conduit and wiring for vendor determined control logic of paging systems, door controls, lighting, exhaust fans, and other equipment in reaction to alarm and response scenarios. For items h and j listed above, it is anticipated that the Fire Dept. will work directly with product suppliers and industry representatives to define the system requirements, review cost options, and select equipment alternatives. Based on those decisions, the CONSULTANT will show the layout of the equipment and routing of the conduit on the electrical plans. General system performance and product selections with an "approved equal' clause will be:h6luded in the General Contract Bid Package. Based on the plans and specifications, the Contractor will I 3.*7 include this work in their scope. Electrical systems not to be included in the Contract Documents: a. Security: video monitoring, off-site monitoring or control. b. Specification of communication equipment (radio two-way communications). C. Specification of telephone equipment. d. Antenna/microwave tower or equipment. 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. i 18 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 10%. 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. I 19 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. 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 or reconsideration of the subject of such decisions shall constitute a change in the Scope of Services of the CONSULTANT. g. 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 20 h. 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. i. 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. 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. 1/8" scale building sections showing dimensional relationships, materials and component relationships. 3. Identification of all fixed equipment to be installed in contract. I 21 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. B. 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. 40 b. Structural: 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. 22 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. 4. Legend showing all symbols used on 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). 23 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 M changes made to the program from the last submittal and the cost impact of such changes on the previously approved Construction Budget 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: 24 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 well advanced. 3. Mechanical: a. Mechanical calculations virtually completed with all 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 25 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. Furnish 50% of the Construction Document 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. 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.. I 26 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. 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 27 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: 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. 28 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 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: Update 50% C.D. Estimate. 6. Specifications: a. Complete development and preparation of technical 29 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: 1. Drawings: Original tracings of all drawings on CONSULTANT'S tracing paper with each CONSULTANTlSUBCONSULTANT'S State license stamp. 2. Specifications: Original typed technical specifications on reproducible masters in CSI format. 3. Estimate: Final estimate to be an update of the 50% estimate. 30 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 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%) 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: 31 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. Printing of bid sets will be done by the CITY. 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 .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 32 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 CONSULTANT'S 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. 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 CONSULTANT'S 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 33 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 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, nor 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 34 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. 35 EXHIBIT "B" 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. 36 7. Providing services in connection with a public hearing, arbitration proceeding or legal proceeding except where the CONSULTANT is party thereto. 8. 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 (except emergency generator), 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 CONSULTANT'S specified specification of the Project. 37 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. I 38 RATE SCHEDULE BILLING RATES EFFECTIVE OCTOBER, 1994 1. ARCHITECT Classification Rate Per Hour Principal/Consulting $ 95.00 Senior Associate $ 85.00 Associate $ 80.00 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 39 Secretarial $ 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 Tech I $ 38.50 Administrative Coordinator $ 60.50 Draftsperson III $ 33.00 Draftsperson II $ 27.50 40 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 M3-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 41 Drafting/CADD $ 49.50 Secretary $ 27.50 Engineer in Training S 55.00 7. INTERIOR DESIGNER S 82.50 8. PROGRAMMER S 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. 42 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 carry out CONSULTANT'S 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 thirty (30) calendar days after written authorization from CITY to proceed. C. CONSULTANT shall complete all work and services required under the Design Development Scope within forty-two (42) 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 eighty-five (85) 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. 43 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 $242,137 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 CONSULTANT'S 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 45ic4lEMPric, Design Bevelopment Phase by the City. d. For Design Development Phase 44 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 complete 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 Mupon percent completion of construction. 45 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 sball 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: 46 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. The CITY shall be listed on Owner's Interest Endorsement.* C. Deductibles and Self Insured Retention: Any Deductible or Self Insured Retention must be declared to and approved by the CITY. The CITY may require CONSULTANT to procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses if the CITY is not adequately assured of the sound financial �1 strength of the CONSULTANT. 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. I 47 f'F2 Policy PREMruH �Noictnw.i M�MoRfryo��y la&M NkRveor, 4aroGg7ss P 9 Any insurance or self-insurance 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 RRM Design Group 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. The CITY shall be listed on Owner's Interest Endorsement. I 48 EXHIBIT "F" a w � z W W V OT xv ULJ L 1 N LU ZO C C Y O ,e u j Z C ! Hr-�� Z rDz ! SC 0= c Qi r U ¢ LO h, T' zt=, Z � o A U st. < 6 F•iy = eO iic � v i//"/llll\M�v LJ�' r,ILV.� .m �� ease ca � � � ►—r r�3 d � i I r''" �aa N � b ,`, � z a..•aa / 6 . 5 6 w � J V _ r.o e 301,n.oe IQ � �, � �— . .l a El a �I • YLE ! '6 '1 47- Ci Z� Lo ji E �� fiIIt r 1 3 I � � _�i.�I. l' 1,/,. �� '•��I+°`y f.'xy,S�r" �r+i-!r���y�j.:. .,J.�•i � E" � -= o-� ti � �v_.I=�;.,.. _.bra, `c �:,_ .6•`b'° ; � I• E y X63 S � —���F; !' —_ _ .J �P��.-r / VON T3UI/n.08 '� �j• n 3 L N z - CIO -=r al mii jA =- I 7 . -- .II ILII I L-7I j �t A'4j = = N 4 i ; - — L' E T _ 11 1 d i Y�Y J- E hi: 7, .1 1 Ci :. IIIIIr `� W- 1 O dry `s I I SII E �.�W ✓J t 1 L2 V � z V) ._.�.3.i re� — r 1• �. - a eft Cm O os z • r � � �; ODT\ �DZ 111 �lil;i !�II��jlllillllllll € :f �• f�fir i� : \ E � ZF' i 1�7= r, � '� d i i I '•3 a;S Z Z la S3 .l J '- ------------ k --.— z �] "� ! j Epzy! I ` � �I I o Z:e 72: zz L z (/fin: TIM! �? Fb N w O4 3 y I I _L i � 1 i EXHIBIT "G" 1 G7 � c R r v7 ' n U L C R L U > O Z n r L 1 O O y C n i c A\l W I � LL N - O O ^ O N L cl M 6/ ~ y)cu y N 9 vii 3 vii 3 v v to c la U Z c 0 O G U � O o E En w U c m 0 N O C C LJ > U r ° o ° R o _ E a) v� U = m E a d U O d m s o E E o o m tV d a a r oEi ¢ N Ol L ° V 0 d N V � A C E a LL L •CL O R O C v� U. E E 2 e a o o a cp N rS c V c 3 > > > O O > G E O .E .m `o � y Z_ c < n 2 Z rn Z U W eu" Z zE a m m c E 3 3 a o c 0 No y m o ` ° Q I �'n CO a ii v w 'c n a o �