Loading...
HomeMy WebLinkAbout01/21/1992, C-7 - DESIGN CONTRACT FOR HVAC (HEATING, VENTILATING, AIR-CONDITIONING) SYSTEM AT POLICE STATION.III�I�111111�11 I, „II � f MEETING DATE: I��ui� U� C� o san �u�s oBispo COUNCIL AGENDA REPORT ITEM NUMBER: - N FROM: ' David F. Romero, Public Works Director PREPARED BY: Lane Wilson, Parks and Buildings Manag¢r Tom Harrington, Energy Coordinators SUBJECT: Design contract for HVAC (Heating, ventilating, air - conditioning) system at Police Station. CAORECOMMENDATION (1) By motion, approve, and authorize the Mayor to sign, a contract with Brummel /Myrick Associates to design, provide plans and specifications, verify construction compliance with plans, and verify start -up proceedures for the new HVAC system at the Police Station. DISCUSSION The Newcomb /Anderson report recommended that a new HVAC system be installed in the Police Station. After further review by the City Energy Coordinator, the project was budgeted in the 91 -93 budget. In response to a Request for Proposals, three firms submitted proposals: Newcomb /Anderson (San Francisco), Brummel Myrick (San Luis Obispo), and Al Nibecker Associates (Paso Robles.). Proposals were reviewed by an evaluation panel consisting of Wayne Peterson, Tom Harrington and Dave Pierce. Based on scope of work details, references, understanding of Utility rebate programs, construction and start -up supervision capabilities, facilities operations and local proximity, the firm of Brummel /Myrick was given first priority. The system type recommended in the Newcomb /Anderson report will be the type installed. CONCURRENCES The Police Department concurs. FISCAL IMPACTS $20,000 was budgeted for the design portion of this project.(page E6 of the 91 -93 Financial Plan). Avoided monthly energy costs will be $1251 with the new system. Monthly maintenance will be reduced by $250. Total annual savings in the first year after completion are expected to be $18,012. Cost for the design portion is $17,500. $150,000 has been budgeted in the Capital.Improvement Program to support the total project cost. ATTACHMENTS: 1) Consultant service agreement 2) Proposal (Al) (in Council reading file) CONSULTANT SERVICE AGREEMENT This agreement, made this day of , 19_1 by and between the City of San Luis Obispo, California (hereinafter referred to as "City "), and BRUMMELfMYRICK & ASSOCIATES of SAN LUIS OBISPO (hereinafter referred to as "Consultant "). WITNESSETH WHEREAS, City desires to retain certain services to perform professional work as generally described in R.F.P. dated SEPTEMBER 25. 1991 and hereto attached (Exhibit B). WHEREAS, City desires to engage Consultant to provide these services by reason of its qualifications and experience for performing such services; - WHEREAS, Consultant has offered to provide the required services on the terms and in the manner set forth herein; NOW, THEREFORE in consideration of their mutual covenants, the parties hereto agree as.follows: 1. PROJECT COORDINATION a. City. The Public Works Director shall be the representative of the City for all purposes under this agreement. He is the Project Manager and shall supervise the progress b. Consultant. of this agreement. Consultant shall assign a single Project Manager to have overall responsibility for the progress and execution of this agreement for Consultant. KEITH BRUMMEL, hereby is designated' as the Project Manager for Consultant. Should circumstances or conditions subsequent 1 e. I, to the execution of this agreement require a substitute Project Manager for any reason, the Project Manager 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. 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: (1) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incidental to the due and lawful prosecution of the - services to be performed by Consultant under this agreement. (2) Keep itself fully 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 2 e- 7-2 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. c. Release of Reports and Information. Any reports, information, data, or other material given to, or prepared by, 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. d. Copies 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. e. Oualifications of consultant. Consultant represents that it is qualified to furnish the services described under this agreement.. 3 CrT -�f 3. DUTIES OF CITY City agrees to cooperate with Consultant and to perform that work described as a City responsibility in Exhibit "A" attached hereto and incorporated by this reference. 4. COMPENSATION Consultant will invoice City on a time and material basis upon completion of each phase of the project as described in Exhibit "A ". Upon authorization of the City's Project Manager, City will pay each invoice within 30 days of receipt. The Consultant may not charge more than the amount shown in Exhibit "A" without prior written approval of the City's Project Manager. 5. TIME FOR COMPLETION OF THE WORK Program scheduling shall follow the attached chart (Exhibit "A") unless revisions to the chart are approved by the City's Project Manager and project's Management Consultant. - 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 of the Consultant. 6. TEMPORARY SUSPENSION The Public Works Director shall have the authority to suspend 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 Consultant to perform any provision.of this agreement. Consultant will be paid the compensation due and payable to the date of temporary suspension, as determined by the Public Works Director. 4 4!1-f-s 7. SUSPENSIONMERMINATION a. Right to Terminate. The City retains the right to terminate this agreement for any reason by notifying Consultant in writing seven days prior to termination and by paying the compensation due and payable to the date of termination as determined by the Public Works Director; 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. 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 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. 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. 5 e-7-4� S. INSPECTION 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 Public Works Director'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, 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. 10. INDEPENDENT JUDGMENT Failure of City to agree with Consultant's independent findings, 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: SUBCONTRACTORS: EMPLOYEES This agreement is for the performance of professional consulting 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 written approval by the City. 6 d' ,7'7 12. NOTICES All notices hereunder shall be given in writing and mailed, postage prepaid, by Certified Mail, addressed as follows: To City: City Clerk City of San Luis Obisv_o P.O. Box 8100 San Luis Obispo, CA 93403 -8100 To Consultant: Brummel, Myrick & Associates 3562 Empleo Street, Suite A San Luis Obispo, CA 93401 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 performance of this agreement, no subcontractor or person having such an interest shall be employed by Consultant. 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. INDEMNITY Consultant hereby agrees to indemnify and save harmless City, its officers, agents and'employees, 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 7 2-As 0 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, or of any other person or corporation, 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 . 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 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 or any permit is due to negligence on the part of the Consultant. 8 7- 9 Consultant, at its own costs, expense, and risk, shall defend any and all suits, actions or other legal proceedings that may be brought against the City or its 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 State 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 The Consultant shall provide insurance as required in Exhibit C. 17. AGREEMENT BINDING The terms, covenants, and conditions of this agreement shall apply to, and shall bind the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. 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 law shall not be deemed to be a waiver of any subsequent breach of violation of the same or of any other term, covenant, condition, ordinance, or law. The subsequent acceptance 9 44-pl-10 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 State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall thereby be 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 de&ict from the amount payable to Consultant the sum of Twenty - five Dollars ($25.00) 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 paragraph. 10 e- All 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. i:. iSiiN-ESS A—ZHEREO , City and Consuitant have executed this agreement the day and year first above written. By: PRINCIPAL, BRUMMEL, MYRICK MAYOR, CITY OF SAN LUIS OBISPO & ASSOCIATES APPROVED AS TO FORM: %C' y Attorney forms /cons -agr by 11 le -lv;t SPECIFIED DESIGN SERVICES for SAN LUIS OBISPO POLICE DEPARTMENT HVAC SYSTEM The following are specific elements to be completed by the engineering design firm for the HVAC (Heating, Ventilating and Air Conditioning System) at the San Luis Obispo Police Station. PHASE ONE January 20, 1992 (Completion) ■ Structural analysis of the building with regard to its ability to safely support the additional load of the package system or other equipment directly related to the system as designed by the design engineers. ■ Meetings with Police Department staff to assure that the system is compatible with current and projected use of the facility, giving particular attention to various user zones. Specific design decisions other-than the general system design selected will based upon your meetings with staff at the Police station and not necessarily limited to prior calculations. ■ A construction timetable, estimated construction costs detailed by labor and material, and life cycle cost comparisons for the old and new system. Cost comparisons should include energy use, maintenance and any other relevant aspects. ■ A thorough investigation of Utility rebate potentials and necessary documentation to assist City staff in procurring rebates. Work cooperatively with the City Energy Coordinator and appropriate Utility representatives. ■ The design firm will be prepared to assist City staff with building permit processing, and final plan check with the City building department, including any potential review by the ARC (Architectural Review Commission) ■ Present to the City: Energy cost calculations, brief review of proposed system based upon meetings with Police staff and other design considerations, have prepared building elevations for ARC review at January 20, or February 3 meeting. A2 e -7 -/.5 S.L.O. Police Station HVAC system design, cont'd. PHASE 2 February 7, 1992 (completion) ■ The design proposal shall include specifications for the balancing and final startup of the system. ■ The design firm should be prepared to assist City staff with any necessary information, relative to design and energy use or cost calculations that may be necesary to comply with application proceedures for funding grants or low interest loans from the California Energy Commission or other sources. ■ Present to City staff set of plan mylars plus 3 complete sets of bidable drawings for our internal review. PHASE 3• March '20,1992 (completion) ■ Design firm services shall include pre -bid meetings with contractor(s), and technical review assistance with bids as requested by City. PHASE 4 April 30 1992 (completion) ■ Design Engineers shall be prepared to provide on -site visits to assure contractor compliance with design and equipment specifications to overall construction supervision. ■ Design engineers shall offer on site visits to verify proper start -up and balancing of the system as required in the design specifications. Nothing listed here excludes anything covered in the original Request for proposals. er 1h° PAYMENT SCHEDULE for POLICE STATION HVAC SYSTEM DESIGN ENGINEER CONTRACT PHASE 1 .............30% OF CONTRACT AMOUNT ($5,250) JANUARY 20, 1992, COMPLETION PHASE 2 .............30% OF CONTRACT AMOUNT ($5,2.50) FEBRUARY 7. 1992, COMPLETION PHASE 3 ............ 109s OF CONTRACT AMOUNT ($1,750) MARCH 20, 1992, COMPLETION PHASE 4 ............ 2096 OF CONTRACT AMOUNT ($3,500) APRIL 30, 1991, COMPLETION TOTAL $17,500 A3 CITY OF SAN LUIS OBISPO REQUEST FOR PROPOSALS ENGINEERING AND CONSTRUCTION PLANS POLICE STATION HEATING- VENTILATING -AIR- CONDITIONING (HVAC) SYSTEM The City of San Luis Obispo intends to hire a qualified engineering firm to design and prepare construction plans for the replacement of the existing HVAC system at the Police station in San Luis Obispo. Your firm is invited to submit a proposal to the City Clerk's office, 990 Palm Street, San Luis Obispo, California 93401, no later than November 15, 1991, in a form and containing the information as specified below. Submittal information: ■ Three copies of each proposal shall be submitted. ■ Proposals received by FAX machine will not be considered. ■ Each proposal shall be iri a sealed envelope marked: " Police Station Design Proposal" Expression of Intent: Please contact the project Manager, Tom Harrington, ( 805 781 7220) immediately by phone to inform us of your intent to submit a proposal. Upon confirmation of your intent we will send you a package of information, including: ■ Copy of the engineering report from which the HVAC system replacement recommendation was drawn. ■ Brief description of the preferred system ■ One set of building plans ■ Histo ical energy usage data Pre - Proposal Contacts: Firms intending to submit a proposal are invited to call, or visit the project Manager by November 24, 1991 Please call to schedule an appointment if you will be making personal contact. Tom Harrington Public Works Department City of San Luis Obispo 25 Prado Road San Luis Obispo, California California 93401 (805) 781 7220 L' r/6 REQUEST FOR PROPOSALS, cont'd. Proposal content: Review the proposed work scope and provide any changes or revisions you think beneficial for the job. ■ Stiffing information for the project including project manager and all production team members,, with brief resumes and desription of work on similar projects, with references and phone numbers of contact persons. ■ Brief description of projects completed by your firm that are similar to the one being designed for the Police Station. Scope of work: Provide complete engineering design and analysis for construction of the preferred system, or, demonstrably more efficient packaged rooftop system, including: ■ 3 sets of construction drawings ■ complete equipment specifications • construction cost estimates • estimated construction timetable • necessary structural modifications if any • complete life cycle cost analysis of system with comparisons to existing system The City's standard consultant services agreement, including insurance requirements, is enclosed. The City reserves the right to reject each or all proposals submitted for this project. e, Z/7 Exhibit C INSURANCE REQUIREMENTS FOR CONSULTANTS 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 of in connection with the peAomiance of the work hereunder by the Consultant, his agents, representatives, employees. Winimum Scope of treuranoa Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Uability coverage (occurrence form CG 0001). 2 Insurance Services Office form number CA 0001 (Ed. 1/M covering Automobile Uabilfty, code 1 (any auto). 3. Workers' Compensation Insurance as required by the State of California and Employer's Uabflity Insurance. 0. Errors and Omissions LW AV Insurance as appropriate to the consultant's profession. Wrilmunr Umlts of Insurance Consultant shag maintain limits no less than: 1. General Uabillty: $1,000,000 per occurrence for bodily injury, personal injury and property damage. N Commercial General Uablfity or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this projed/loeation or the general aggregate Omit shall be twice the required occurrence limit 2 Automobile UabhV. 51,000.000 per accident for bodily Injury and property damage. 3. Employer's Uabnitir. $7,000,000 perrcca� dent for bodily Injury or disease. 4. Errors and Omissions UabW.. 5: BB�999 per occurrence. -`G Deduehbles and SeNnsured Reterrtiorra Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City, either. the Insurer shall reduce or egmirnais such deductibles or selfdnsuted retemfons as respects the CHy, its officers, officials employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenaec Other Insurance Provishm The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officare, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant; premises owned, o -pled or used by the Consultant: or automobiles owned, leased, hired t! borrowed by the Consultant The coverage shall contain no special fimitations on the scope of protection afforded to the City. Its officers, official, employees, agents or volunteers. 2 For any claims related to this project, the Consultam's Insurance coverage shall be primary insurance as respects the City, its officers, official, employees, agents and volunteers. Any Insurance or self-insurance maintained by the City, Its officers, officals, employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it 3. Any faiture to comply with reporting or other provisions of the policies including breaches of warramfes 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. S Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceged by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified man, return receipt requested, has been given to the City. oA centtebilitir of Insurers Insurance Is to be placed with insurers with a current AA L Best's rating of no leas than AVg. verification of C�vereoe Consultant shag furnish the City with original endorsements effecting coverage required by this clause. 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. 9-z0