Loading...
HomeMy WebLinkAbout10/03/1989, 3 - CONTRACT FOR PROFESSIONAL SERVICES - MARSH STREET PARKING STRUCTURE METING DATE: allUlll city of San WIS OBISpo Oct 8 COUNCIL AGENDA REPORT, REM NUMBER: FROM: David F. Romero Wayne A. Pe Candace Havens Public Works Director City Enginee�, Special Assistant to CAO SUBJECT: Contract for Professional Services - Marsh Street Parking Structure CAO RECOMMENDATION: Adopt Resolution Authorizing the Mayor to Sign an Agreement with Bruce Fraser, Architect to Prepare Plans for the Construction of Tenant Improvements Within the Marsh Street Parking Structure. BACKGROUND: The plans for the Marsh Street Parking Structure were prepared by Conrad Associates beginning in the summer of 1987. The final form of the project was defined and the final construction plans began the plan check process in early 1988. During this same period staff was negotiating with a potential tenant for the retail area of the parking structure. During the summer and fall of 1988 these negotiations were carried on and the final lease was approved December 20, 1988. At this time the construction plans were on the agenda for Council Approval at the next Council meeting. The late approval of the tenant lease meant that the improvements _ that we agreed to install in the lease with the tenant were not included in the construction plans and consequently, the construction contract now underway. The rental rate used as a base rate in the negotiated lease was established and includes the value of the improvements proposed to be designed at this later time. Staff had originally proposed that the City hire Bruce Fraser to do this work. The City Council at its meeting on August 8, 1989 directed staff to request proposals from other qualified architects for this work, to allow opportunity for others to compete for this City project. Staff reviewed its current list of qualified architects and requested proposals from four qualified local San Luis Obispo firms for the tenant improvements. The firms were: (1) Ross, Levin, MacIntyre and Varner, (2) Bruce Douglas Fraser; (3) Richmond Rossi Montgomery; and (4) Steve Pults. In accordance with Purchasing Manual, Section PC-402-1, proposals from each firm were reviewed by Candace Havens, Tom Donau of Ford's Department Stores, and Wayne Peterson. After hearing each of the firms tell about their unique capabilities, the interview team unanimously agreed that Bruce Fraser would be the best professional for this particular project_ The firm of Richmond Rossi Montgomery was considered a very close second and recommended by staff if Bruce Fraser is not selected for this work. Fraser's knowledge of the building's construction and the related code concerns as well as his proven ability to communicate with the designer, Conrad, assures us that we will get a project done in an efficient manner. Efficiency is important because delays in preparation of the plans could delay Madonna Construction Company's completion of the prime contract. Fiscal Impact: The work done in this proposal will cost a maximum of $19,140. The charges will be based on hourly rates, hours worked, expenses, and materials used. The cost of construction of the improvements being designed is estimated to cost about $200,000. �v II��I�►�a��u►IIIIIf�pAq�lU city Or SM L:IS OBISp0 COUNCIL AGENDA REPORT Council Agenda Report Page Two Other Departmental Review: This contract has been reviewed by the City Attorney. Future Events: I I When these plans are completed staff will request the current contractor building the Marsh Street Parking Structure to present a price to construct the improvements as a change order. If the City and contractor cannot come to a suitable value for the work, it. can be done by another contractor when the structure contractor has completed his work in the areas affected. This would mean some delay in the time when the tenant could occupy the structure. Staff Recommendation: Adopt resolution authorizing the Mayor to sign the attached Consultant Services Agreement with Bruce Fraser to prepare plans for tenant improvements in the Marsh Street Public Parking Structure. Attachments: 1 - Resolution 2 - Consultant Services Agreement wp6/wptenant bw I 3 — Cz —% RESOLUTION NO. (1989 Series) A RESOLUTION OF THE CITY OF SAN LUIS OBISPO AUTHORIZING THE MAYOR TO SIGN A CONTRACT FOR THE DESIGN OF CERTAIN TENANT IMPROVEMENTS WITHIN THE PARKING STRUCTURE ON THE CORNER OF CHORRO AND MARSH STREETS WHEREAS, the Council in its 1987 meeting authorized a contract with Conrad Building Systems to design the parking structure at the corner of Chorro and Marsh Streets. WHEREAS, the design did not include tenant improvements within the parking structure; WHEREAS, the construction of the structure designed by Conrad Building Systems is now in progress and time is of essence; WHEREAS, the City has followed its Purchasing Manual procedures in interviewing several qualified architectural firms; WHEREAS, Bruce Douglas Fraser, AIA, has been recommended by a review panel as the best qualified professional submitting a proposal; NOW THEREFORE BE IT RESOLVED that the Council hereby authorizes the Mayor to sign the contract with Bruce Fraser to design the tenant improvements the City is to provide within the Parking Structure. On motion of , seconded by and on the following roll call vote: AYES: NOES: ABSENT: the foregoing Resolution was passed and adopted this day of 1989. MAYOR ATTEST: CITY CLERK 3r3 r_. I Resolution No. (1989 Series) 1 Page Two APPROVED: 15�4.CITY ADMINISTRATIVE OFFICER EY FINANCE DIRECTOR PUBLIC WORKS DIRECTOR e^x3— CITY ENGINEER wp6/wptenant 3 " � CONSULTANT SERVICE AGREEMENT This agreement, made this day of 1989, by and between the CITY OF SAN LUIS OBISPO, California (hereinafter referred to as "City" ), and Bruce Douglas Fraser, AIA (hereinafter referred to as "Consultant"). WITNESSETH: WHEREAS, City desires to retain certain services in conjunction with the development of a parking structure for approximately 280 stalls and approximately 16,000 square feet of commercial/office space. The services being provided by this consultant under this contract are for the design and construction administration of tenant improvements within a new parking structure located at the easterly corner of Chorro and Marsh Streets in San Luis Obispo. These services are identified in detail in Exhibit 'A'. WHEREAS, City desires to engage Consultant to provide services described in Exhibit 'A' by reason of its qualifications and experience for performing such services, on the terms and in the manner set forth in said exhibit attached hereto. NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: 1. PROJECT COORDINATION a. CjLty. The Director of Public Works shall be the representative of the City for all purposes under this agreement. The Director, or his designated representative, hereby is designated as the Project Manager for the City and shall supervise the progress and execution of the project under this agreement. b. Consultant. Consultant shall assign a single Project Manager to liaison with the City's representative. Bruce Fraser is hereby designated as the Project Manager for Consultant. Should circumstances or conditions subsequent to the execution of this agreement require a substitute Project Manager for any reason, the Project Manager of 3 - 5 Consultant Service Agreement Page Two designee shall be subject to the prior written acceptance and approval of the Director. Consultant's Project Team is further described in Exhibit 'A' attached hereto and incorporated herein by this reference. The individuals identified and the positions held as described in Exhibit `A' shall not be changed except by prior written approval of City. Such approval shall not be unreasonably withheld by the City. 2. DUTIES OF CONSULTANT a. Services to be furnished. Consultant shall provide all specified services as set forth in Exhibit 'A' attached hereto and incorporated herein by this reference. b. Laws to be observed. Consultant shall to the extent of its abilities: (1) Notify the City of the need to procure permits and licenses, identify charges and fees, and give notices which may be necessary and incidental to the due and lawful 1 prosecution of the services to be performed by Consultant under this agreement; (2) Keep itself informed of all existing and proposed federal, state and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, any materials used in Consultant's performance under this agreement, or the conduct of the services under this agreement; (3) At all times observe and comply with, and cause all of its employees to observe and comply with all of said laws, ordinances, regulations, orders, and decrees mentioned above. (4) Immediately report to the City's Project Manager in. writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement. Consultant Service Agreement Page Three c. Release of reports and information Any reports, information, data, or other material given to, or prepared or assembled by, Consultant under this agreement shall be the property of City and shall not be made available to any individual or organization by .Consultant without the prior written approval of the City's Project Manager. The Consultant shall be allowed, for promotional purposes, to make known the nature of the assignment in a general statement during the project and may reproduce design information after it has become public information or upon completion of this project. d. Conies of reports and information. If City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the services under this agreement, Consultant shall provide such additional copies as are requested, and City shall compensate Consultant for the costs of duplicating of such copies at Consultant's direct expense. 3. DUTIES OF CITY a. The City shall provide full information regarding requirements for the Project including a program, which shall set forth the Consultant's design objectives, constraints and criteria, including space requirements and relationships, flexibility and expandability, . special equipment and systems and site requirements. The City shall furnish a legal description and a certified land survey of the site, giving, 8 applicable, grades and lines of streets, alleys, pavements and adjoining property; rights-of-way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and contours of the site; locations, dimensions and complete data pertaining to existing buildings, archaeological data, other improvements and trees; and full information concerning available service and utility lines both public and private, above and below grade, including inverts and depths. 3 - � i I Consultant Service Agreement Page Four b. The City shall pay all costs of the services of soil engineers or other consultant when such services are deemed necessary by the Consultant and are approved by the Project Manager. Such services shall include test borings; test pits, soil bearing values, percolation tests, air and water pollution tests, ground corrosion and resistivity tests, including necessary operations for determining subsoil, air and water conditions, with reports and appropriate professional recommendations. c. The City shall pay all costs for permits and plan check fees. d. The City shall furnish all legal, accounting and insurance counseling services as may be necessary at any time for the Project, including such auditing services as the City may require to verify the Contractor's Applications for Payment or to ascertain how or for what purposes the Contractor uses the moneys paid by or on behalf of the.City. e: The services, information, surveys and reports required above shall be furnished at the City's expense, and the Consultant shall be entitled to rely upon the accuracy and completeness thereof. f. If the City observes or otherwise becomes aware of any fault or defect in the Project or nonconformance with the Contract Documents,.prompt written notice thereof shall be given by the City to the Consultant. g. The City shall furnish required information and services and shall render approvals and decisions as expeditiously as possible for the orderly progress of the Consultant's services and of the Work. 4. COMPENSATION a. The Consultant will perform the work in phases as described in Exhibit `A'. b. Consultant will bill City as provided for in consultant's fee scheduled as described in Exhibit 'A' attached hereto. City will pay this bill within 30 days of receipt. The Consultant may not charge more than the phase amount shown in Exhibit `A' without prior 3 v 8' Consultant Service Agreement Page Five approval of the City's Project Manager. c. If this contract is not completed within two years from the date of contract, due to no fault of the Consultant, the parties shall renegotiate the fee to account for inflation and additional time spent on the Project. 5. TIME FOR COMPLETION OF THE WORK a. Project scheduling shall be as required to assure that the construction project now underway is not delayed and that the improvements designed under this contract can be constructed in an orderly fashion by the City's current contractor. b. Time extensions may be allowed for delays caused by City, other governmental agencies, or factors not directly brought about by the negligence or lack of due care on the part J of the Consultant. 6. TEMPORARY SUSPENSION The Public Works Director shall have the authority to, suspend the project under this agreement wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of the Consultant to perform any provision of this agreement. Consultant will be paid the compensation due and payable to the date of temporary suspension. In the event of a temporary suspension of more than two months, the Consultant may request City to consider renegotiation of the fee to account for inflation and additional time spent on the Project due to the delay. 7. SUSPENSION: TERMINATION a. ,Right to suspend or terminate. The city retains the right to terminate this agreement for any reason by notifying Consultant in writing seven days prior to the effective date of termination and by paying the compensation due and payable to the date of termination; provided, however, if this agreement is terminated for fault of Consultant, City shall be obligated to compensate Consultant only for that portion of Consultant services which are of benefit to City, and which should take into account the work �^ f Consultant Service Agreement Page Six completed up to the date of termination. Said compensation is to be arrived at by mutual agreement of the City and Consultant and should they fail to agree, then an independent arbitrator is to be appointed by mutual agreement and his decision shall be binding upon the parties. b. Return of materials. Upon such termination, Consultant shall turn over to the City, immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by Consultant, and for which Consultant has received reasonable compensation, or given to Consultant in connection with this agreement, except as per paragraph #9 following. Such materials shall become the permanent property of City. Consultant, however, shall not be liable for City's use of incomplete materials or for City's use of complete documents if used for other than the project contemplated by this agreement. 8. INSPECTTON Consultant shall furnish city with every reasonable opportunity for City to ascertain that the services of Consultant are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the City's Project Manager's inspection and approval. The inspection of such work shall not relieve Consultant of any of its obligations to fulfill its agreement as prescribed. 9. .OWNERSHIP OF MATERIALS All original drawings, models, plan documents and other materials prepared by or in possession of Consultant pursuant to this agreement shall become the permanent property of the City, and shall be delivered to the City upon demand. The consultant may retain a reproduceable copy for their records., Consultant Service Agreement Page Seven. 10. INDEPENDENT JUDGMENT Failure of City to agree with Consultant's independent finds, conclusions, or recommendations, if the same are called for under this agreement, on the basis of differences in matters of judgment shall not be construed .as a failure on the part of Consultant to meet the requirements of this agreement. 11. ASSIGNMENT. SUBCONSULTANTS• EMPLOYEE This agreement is for the performance of professional design and construction administration services of the Consultant and is not assignable-by the Consultant without prior consent of the City in writing. The Consultant may employ other specialists to perform special services. as required with prior approval by the City. It is understood by the City that the Consultant shall retain the services of Subconsultant as identified in Exhibit W. 12. NOTICE All notices hereinunder shall be given in writing and mailed, postage prepaid, by Certified Mail, addresses as follows: To City: City Clerk's Office City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93404-8100 Attn: Pamela Voges, CMC To Consultant =DouglFraser, AIAB3401 13. INTEREST OF CONSULTANT Consultant covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. Consultant further covenants that, in the 3- r l Consultant Service Agreement Page Eight performance of this agreement no subcontractor or person having such an interest shall be employed. Consultant certifies that no one who has or will have any financial interest under this agreement is an officer or employee of City. It is expressly agreed that, in the performance of the services hereunder, Consultant shall at all times be deemed an independent contractor and not an agent or employee of City. 14. INDEMNTi'Y. Consultant hereby agrees to indemnify and save harmless City, its officers, agents, and employees of and from: a. Any and all claims and demands which may be made against City, its officers, agents or employees by reason of any injury to or death of any person or corporation caused by any negligent act or omission of Consultant under this agreement or of Consultant's employees or agents; b. Any and all damage to or destruction of the property of City, its officers, agents, or employees occupied or used by or in the care, custody, or control of Consultant, or in proximity to the site of Consultant's work, caused by any negligent act or omission of Consultant under this agreement or of Consultant's employees or agents;- c. gents;c. Any and all claims and demands which may be made against City, its officers, agents, or employees by reason of any injury to or death of or damage suffered or sustained by any employee or agent of Consultant under this agreement, however caused, excepting, however, any such claims and demands which are the result of the negligence or willful misconduct of City, its officers, agents, or employees; d. Any and all claims and demands which may be made against City, its officers, agents, or employees by reason of any infringement or alleged infringement of any patent rights or claims caused by the use of any apparatus, appliance, or materials furnished by Consultant under this agreement; and �- la- �) Consultant Service Agreement Page Nine e. Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit, when said violation of any law or regulation or of any term or condition of any permit is due to negligence on the part of the Consultant. Consultant, at its own costs, expense, and risks, shall defend any and all suits, actions, or other legal proceedings that may be brought against,or for employees on any such claim or demand of such third persons, or to enforce any such penalty, and pay and satisfy any judgment or decree that may be rendered against City, its officers, agents, or employees in any such suit, action or other legal proceeding, when same were due to negligence of the Consultant. 15. WORKERS-COMPENSATION Consultant certifies that it is aware of the provisions of the Labor Code of the Sate of California, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and it certifies that it will comply with such provisions before commencing the performance of the work of this agreement. 16. INSURANCE At the request of the City, Consultant shall provide proof of comprehensive general liability insurance ($500,000) (including automobile) and professional liability insurance ($250,000) satisfactory to the City. City shall be an additional named insured. 17. AGREEMENT BINDING The terms, covenants, and conditions of this agreement shall apply to, and shall bind, the 1, heirs, successors, executors, administrators, assigns, and subcontractors of both parties. � � 13 Consultant Service Agreement 'Page Ten 18. WAIVERS The waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or of any provision, ordinance, or lain shall not be deemed to be a waiver of any subsequent breach or violation of the same or of any other term, covenant; condition, ordinance, or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. 19. COSTS AND ATTORNEY'S FEES The prevailing party in any action between the parties to this agreement brought to enforce the terms of this agreement or arising out of this agreement may recover its reasonable costs and attorney's fees expended in connection with such.an action from the other party. 20. DISCRIMINATION No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If Consultant is found in violation of the nondiscrimination provisions of the California Fair Employment Practices Act or similar provisions of federal .law or executive order in the performance of this agreement, it shall thereby by found in material breach of this agreement. Thereupon, City shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to Consultant the sum of Two-hundred-fifty Dollars ($250) for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this i paragraph. 3 - 1 `� Y �J Consultant Service Agreement Page Eleven 21. AGREEMENT CONTAINS ALL UNDERSTANDINGS This document represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. This document may be amended only by written instrument, signed by both City and Consultant. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. IN WITNESS WHEREOF, City and Consultant have executed this agreement on the day and year first above written. Bruce Douglas Fraser, AIA By \ City of San Luis Obispo By MAYOR ATTEST: CITY CLERK wptenant 3- �.� The itecturai Arc .� office of , 7 September 1989 Mr. Wayne Peterson City Engineer City of San Luis Obispo 955 Morro Street San Luis Obispo, CA Dear Wayne: Presented here is our proposal to provide professional services in connection with lease improvements to' the retail shell space to be occupied by Rileys Department Store in the new Marsh Street Public Parking project, as requested in your August 25 Request for Proposals. This proposal is based on our original June 21 proposal for these services, as revised on June 27, and again on July 17 in response to revisions in the scope and sequence of work. All three members of the selection committee for this work are familiar with our efforts in recent months relating to the project, so we will not reiterate issues of the history of this project or the assumptions underlying its execution here. We would, however, like to make several points relating to the value of our previous experience with the development of the Rileys lease space: The concerns that led us to initially bring up the issue of the subject lease space design were related to its integration with the remainder of the parking strucure. We remain in the best position to provide this integration because of our on-going role in the parking strucure project. Some of the proposed work has already been done by our firm, in anticipation of the Council's August 8 approval of staff's proposed contract for these services. While this should not in itself become an unfair advantage over our competitors, it does mean that the start-up required by our firm would be minimal. - We remain willing to work on an hourly basis, against a maximum upset amount, to limit the City's expenses to the actual requirements of the project. We continue to carry professional errors-and-omissions insurance in the amount of $250,000 and general liability insurance in the amount of $1,000,000. gtreot, �At 93 01 890 psosObisP son L IS .04p3 (80 EXHIBIT A 9/7/89 Lease Improvement Proposal Page 2 1 SCOPE OF CONSTRUCTION The extent of the lease improvement construction we -ill be addressing is as listed below. This is slightly modified from the scope of construction described in our June 21, 1989, proposal, in that the Phase One work of engineering the placment of embedded electrical and plumbing installations in the lease space slab has been completed. 1. Install complete and functional heating, ventilating, and air conditioning system. 2. Install complete and functional fire suppression sprinkler system. 3. Install bathroom plumbing fixtures, water heater and bath accessories. 4. Install permanent interior partitions and doors. 5. Install main electrical switchboard and any subpanels for the space. 6. Install suspended acoustic tile ceiling system. 7. Install recessed ceiling lighting and fascia lighting, and junction boxes for Rileys' display lighting fixtures. 8. Install complete and operable fire alarm system. 9. Install insulation and other noise attenuation devices to control car noise in space. SCOPE OF PROFESSIONAL SERVICES In order to adequately address the scope of construction to be performed, we propose to perform the following professional services. A. DESIGN SERVICES Task Al: Base Document Preparation We will generate (and have, in fact, generated most of) floor plan, ceiling plan, section and interior elevation base drawings at a scale of 1/8"=1'-0" for use during design — and construction document production. t- 3 - 19 9/7/89 Lease Space Improvements Page 3 Task A2: Tenant Meetings We will continue to meet with Rileys representatives to review their space planning requirements. Task A3: Schematic Design We will prepare a detailed design for lease improvements, including a proposed heating, ventilating, and air conditioning system, and an outline specification describing proposed products to be used in the construction. Task A4: Design Review We will meet with both Rileys and City representatives to review the detailed design. Task A5: Cost Estimate Incorporating revisions as suggested during design review, we will prepare an estimate of probable construction cost for the lease improvements, for the City's review in light of lease agreement impacts and budgeting. B. CONSTRUCTION DOCUMENT PRODUCTION SERVICES J Task B1: Design Revisions Based on the input from tasks A4 and A5, we will revise the design as required. Task B2: Systems Engineering We will coordinate the engineering of heating, ventilating, air conditioning, plumbing, electrical, lighting, and alarm systems by our engineering subconsultants. Task B3: Construction Document Production We will prepare, working drawings as required to obtain a building permit and an accurate bid for the lease improvement work. Task B4: Specification Production We will write CSI format specifications, describing the construction quality requirements of the work and the specific products and manufacturers to be used. Task B5: Permit Coordination We will coordinate the submittal of working drawings, specifications, calculations and compliance date for the Building Division's plan checking and permit issuance. 6/21/89 Lease Improvement Proposal Page 4 C. BIDDING AND CONSTRUCTION ASSISTANCE SERVICES Task Cl: Bid Document Assembly We will work with. City representatives in order to add general "conditions and related requirements to the construction documents as required to create a complete bid package for submittal to the contractor. Task C2: Proposal Review We will perform a detailed review of the contractor's proposal for the lease improvement work, in order to recommend action to the City. Task C3: Clarifications During Construction During construction, we will provide clarifications of the construction documents as required to assist the contradtor with. the completion of lease improvement work. Task C4: Submittal Review We will review the contractor's submittals and shop drawings in order to recommend acceptance or rejection to City representatives. Task C5: Construction Observation We will make periodic observations of the lease" improvement construction in order to confirm construction quality and compliance with the approved construction documents. Task C6: Close-out Documentation We will prepare pre-final and final punch lists at the completion of lease improvment construction, as well as State required certifications. PROJECT TEAM In order to perform the services described above, we propose the assignment of a three-person team: Project Manager and Specification Writer: Bruce D. Fraser, AIA Project Designer and Technologist: Mark Wilwand, Architect Production: John Patterson �-Il } 5/21/89 Lease Improvement Proposal Page 5 in addition to these members of our office, we proposed to retain the services of two subconsultant engineers: Mechanical/Plumbing Engineers: Brummel, Myrick and Associates Electrical/Lighting Engineers: Thoma Electric Company Both are San Luis Obispo firms who have proven their ability to perform City work on a "rush" basis by their performance in connection with the Phase One (in-slab utilities) portion of the lease improvement work. PROFESSIONAL FEES As mentioned previously, a portion of the work on these lease improvements has already been done, or will be done, within the scope of our design and construction assistance responsibilities for the parking project itself. The fees proposed below are based on anticipated professional hours required for the full scope of remaining lease improvement work. A. DESIGN SERVICES _ The Architectural Office of —� Bruce Douglas Fraser, AIA: 3,100.00 TOTAL: $3,100.00 B. CONSTRUCTION DOCUMENT PRODUCTION SERVICES The Architectural Office of Bruce Douglas Fraser, AIA: 5,990.00 Brummel, Myrick & Associates: 49300.00 Thoma Electric Company: 3,750.00 TOTAL: $149040.00 C. BIDDING AND CONSTRUCTION ASSISTANCE SERVICES The Architectural Office of Bruce Douglas Fraser, AIA: 11000.00 Brummel, Myrick & Associates: 500.00 Thoma Electric Company: 500.00 TOTAL: $2,000.00 3 -aD rl 6/21/89 `— Lease Improvement Proposal Page 6 TOTAL PROPOSED MAXIMUM FEES: $19,140.00 As mentioned previously, we propose to perform the work on the basis of hourly billing plus reimbursable amounts for printing and copying, not to exceed the total maximum fees listed above. SCHEDULING OF WORK We have determined that the professional services in connection with this lease improvement work need to be completed such that design approvals and a construction permit can be obtained by mid-October. This is because the contractor is likely to be building the portions of the structure that fix mechanical spaces and duct chases by November 1. Any modifications to this construction necessitated by lease space -HVAC design must be incorporated in step with the construction schedule to avoid slowing down progress or retrofitting. This is a tight schedule, but one we can meet, i" as we did in the case of the in-slab electrical and plumbing \ installations. Please feel free to call me or the subconsultant engineers if can answer any questions in connection with this proposal. nk you for the opportunity to propose these services. Sincerely, �. Br ce Douglas Fraser, AIA 3 -a4 PHASE TWO PROFESSIONAL RATES FULL LEASE IMPROVMENETS Effective as of July 1 , 1989 : The Architectural Office of Bruce Douglas Fraser, AIA Bruce Fraser: 50. 00 per hour Frank Seiple : ' 45. 00 per hour Andy Kavelaars : 30 . 00 per hour Mark Wilwand: 30. 00 per hour Louisa Kluver: 22 . 50 per hour John Patterson: 22. 50 per hour Brummel , Myrick & Associates Principals : 7.5 . 00 per hour Engineers : 50. 00 per hour Drafters , Typists: 25 . 00 per hour Thoma Electric Company Principal : 65. 00 per hour Engineers: 40.00 per hour Drafters , Typists : 25 . 00 per hour Exhibit "A" J ; °11i�lill!lilii ! 'lila j' city of san lues osispo III All I NUMBER BUNG t amenament QEquest REQUESTING DEPARTMENT FUND AMENDED FUND NO. L FA fZ4,C4 0 S REVENUES ACCOUNT OESCRFMON DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED BUDGET AMENDMENTS BUDGET TOTAL EXPENDITURES ACCOUNT DESCRIPTION DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED BUDGET AMENDMENTS BUDGET 1-2.0 ODD 394 ,_ r 1A rlC= TOTAL SURPOSE t t A2 DEPARTMENT HEAD DATE DIRECTOR OF FINANCE DATE CITY f4V2jsTAATwE OFRCER DATE ENTERED BY DATE 118TRIBUTION: wnirme Rnpnno --