Loading...
HomeMy WebLinkAbout09/01/1992, C-3 - ENGINEERING SERVICES ON THE SEISMIC SAFETY CORRECTIONS PROJECT FOR THE 955 MORRO BUILDING ���illl�ll►►II�IIII,IIIII IIMEMUIII MEETING DATE: f►� city or san Caps oBIspo ITEM COUNCIL AGENDA REPORT �f R: FROM: Wayne Peterson, Acting Public Works Director- PREPARED BY: David Elliott, Administrative Analyst SUBJECT: Engineering Services on the Seismic Safety Correc- tions Project for the 955 Morro Building CAO RECOMMENDATION: By motion, 1) Approve Amendment No. 1 to Agreement A-132-91-CC for Engi- neering Services on the Seismic Safety Corrections Project with Howard F. Stup and Associates to include work on the 955 Morro Building (net additional cost: $14 , 626) 2) Authorize the Mayor to execute the amendment DISCUSSION: Background. A study conducted by H.J. Degenkolb Associates in fall 1990 found that structural elements in several City build- ings might not withstand a major earthquake because of possible deficiencies. In October 1991 the City entered into a contract with Howard F. Stup & Associates to perform additional structural engineering services for three City buildings with deficiencies identified in the Degenkolb report: City Hall and Fire Stations 2 and 3 . This contract required Stup to further analyze possible structural weaknesses, identify the need for structural correc- tions, and prepare construction documents. To date Stup has completed all contract work except construction documents for corrections to the attic and roof areas at City Hall, which were deferred until construction of the City Hall Expansion project. Construction work in the basement at City Hall is completed. Construction contracts for Fire Stations 2 and 3 are out to bid. The Degenkolb report also found possible deficiencies in the 955 Morro Building (unreinforced masonry walls and large storefront openings,. which might pose a "high" risk to life safety in a major _ earthquake. staff did not include the 955 Morro Building in Stup's contract for three reasons. First, the City Hall Expan- sion project (still active then) would have eliminated the need to use the 955 Morro Building for offices. Second, structural corrections envisioned in the Degenkolb report would have re- quired vacating the 955 Morro Building and severely disrupting Public Works and Utilities activities. Third, the Degenkolb report estimated that structural corrections would cost $330, 000 -- a price deemed too high for the brief remaining occupancy expected at that time. Over the last year, circumstances have changed. With the City ����i��i'�lu►IIIIIIII��' ���IIU city of San Js OBISpo COUNCIL AGENDA REPORT Engineering Services on the Seismic Safety Corrections Project for the 955 Morro Building Page 2 i i i Hall Expansion project postponed indefinitely, the 955 Morro Building will house the Public Works and Utilities - staffs for several more years. Also, brainstorming sessions with Stup's project engineer revealed that structural corrections to the 955 Morro Building would not require vacating the building and would probably cost between $100, 000 and $150, 000. With this in mind, staff asked Stup to submit a proposal for analyzing the 955 Morro Building and preparing construction documents for any corrections recommended. Working from this proposal, staff drafted an amendment to the existing agreement for engineering services. Content of the Amendment. The proposed amendment extends the engineer's scope of work to include the 955 Morro Building. This work includes five specific tasks: 1) Structural analysis to calculate the effect of assumed earthquake forces and the suitability of various strengthen- ing methods 2) Field investigation to verify structural conditions and identify building materials for independent testing 3) Construction documents preparation 4) Bid assistance to prepare any addenda needed to clarify construction contract documents 5) Construction administration to answer requests for informa- tion and assist in preparing contract change orders if necessary i The proposed amendment also eliminates from the original scope of work preparation of construction documents for corrections to the attic and roof areas at City Hall, which have been postponed. FISCAL IMPACT: The Capital Improvement Plan of the 1991/93 Financial Plan (pages E-10 and E-23) designated $424, 000 for the Seismic Safety Correc- tions project. The following summary shows the status of the project budget: Beginning Budget $424, 000 Expenses: Design (actual) 38,793 City Hall Basement, Construction (actual) 27 ,405 Fire Station 2 Construction (estimated) 90, 000 Fire Station 3 Construction (estimated) 20, 000 Budget Remaining $247 , 802 ev II������hi�inil!IIiIIU� �llllh� city Of San JS OBISPO Uno COUNCIL AGENDA REPORT Engineering Services on the Seismic Safety Corrections Project for the 955 Morro Building Page 3 I The contract work under proposed Amendment No. 1 would cost $24, 080. Eliminating the work on the attic and 'roof areas at City Hall would save $9,454. Consequently, the net additional contract cost would be $14, 626. At its meeting on June 30, 1992, the Council. decided that the Seismic Safety Corrections project should go forward despite impending financial difficulties. This decision was based on the following criteria: i • . The project improves public safety. • There is a policy commitment to correcting seismic safety problems, particularly with essential services facilities. • This project involves maintenance of existing facilities. attachments: Amendment No. 1 Proposal from Howard F. Stup & Associates Agreement A-132-91-CC General Fund Capital Projects that Should go Forward i i i I i I I I C'3-3 AMENDMENT NO. 1 TO AGREEMENT 1-132-91-CC FOR ENGINEERING SERVICES ON THE SEISMIC SAFETY CORRECTIONS PROJECT Agreement 1-132-91-CC, made on the 1st day of October, 1991 by and between the City of San Luis Obispo ("the City") and Howard F. Stup & Associates ("the Engineer"), is amended to include the following paragraphs under Section III. Scope of the Engineer's Work: "H. 955 MORRO BUILDING WORK 1. Affected Building Elements a. Unreinforced masonry walls b. Large storefront openings on the Morro Street side of the building 2. Additional Subtask Descriptions a. Under structural analysis, compare strengthening methods for improving the 955 Morro Building to both seismic zone 3 and seismic zone 4 standards b. Under field investigation, complete 10 push shear tests on the unreinforced masonry walls of the 955 Morro Building C. Under construction documents preparation, prepare an opinion of probable construction cost for the 955 Morro Building 3. Authorized Subcontractors a. Pacific Geoscience, Inc. 4378 Santa Fe Road San Luis Obispo, CA 93401 b. Conrad & Okuma Architects 167 Lambert Street Oxnard, CA 93030 C. Marr Construction Management 649 W. Imperial Highway, #B Brea, CA 92621 4. Compensation a. Structural Analysis: $4,400 b. Field Investigation: $4,400 C. Construction Documents Preparation: $15,280 d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the _ hourly rates and charges listed in the fee schedule of Appendix A to this agreement, which is subject to adjustment in January of each year. e. Construction Administration: The compensation for construction administration work shall be negotiated at a later date. I. ELIMINATION OF CITY HALL WORK Because of decisions made by the City about construction timing and disruption, the Engineer shall not complete the construction documents preparation task for City Hall work on the following building elements: 1. Horilontal bracing at the lower chord of the roof trusses 2. Cementitious roof panel connections 3. Unbraced non-bearing masonry interior partitions" C'-3 y Amendment No. 1 to Agreement A-132-91-CC for Engineering Services on the Seismic Safety Corrections Project Page 2 This amendment is executed by the following representatives: FOR E GIN ER: $ / 2 d e FOR THE CITY: Mayor date Attested: City Clerk Approved: QAAAM gel GrU LdAAX� C' Affmey HOWARD F. STUP & ASSOCIATES CONSULTING STRUCTURAL ENGINEERS August 7, 1992 City of San Luis Obispo Department of Public Works 970 Palm Street P.O. Box 5100 San Luis Obispo CA 93401 Attn: David Elliott, Administrative Analyst Re: Mitigation of Structural Seismic Hazards to The City of San Luis Obispo Public Works Building 955 Morro Street San Luis Obispo CA HFS&A #910040 Gentlemen The Agency has requested that our current agreement be amended to include the City's Public Works Building as a part of the project. The Agency has also requested that document preparation work for Phase II, City Hall strengthening work be eliminated and the remaining contract monies be applied to the amended agreement. To complete design work for the City's Public Works Building we have determined appropriate fees for the structural analysis, field investigation and contract document preparation phases as identified by Section III of our current agreement: Public Works Buildin_ Structural Analysis . . . . . . . . . . . . . . . . . . . . . . $ 4,400 Field Investigation . . . . . . . . . . . . . . . . . . . . . . -4;988. 4J foo Document Preparation 15.250 Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $-2-4;358 z 4 080 Total Lump Sum Fee $ egg 24 096 601 DAILY DRIVE • SUITE 205 • CAMARILLO, CA 93010 • 805.987.7887 FAX 805.388.2041 City of San Luis Obispo 910040 Mitigation of Structural Seismic Hazards August 7, 1992 Public Works Building Page 2 of 3 955 Morro Street, San Luis Obispo The fee includes monies for our consultants to perform specific services, such as: material testing, architectural consultation, and cost estimating as discussed herein. . Consultants that will be utilized are: 1. Specialized Testing & Inspections 5440 Alhambra Avenue Los Angeles CA 90032 Phone: (213) 221-1126 Contact: Kent Carlson, P.E. 2. Conrad & Okuma Architects 167 Lambert Street Oxnard CA 93030 Phone: (805) 983-0053 Contact: John Serrato, AIA 3. Marr Construction Management 649 W. Imperial Hwy, #B Brea CA 92621 Phone: (714) 529-8650 Contact: Ken Marr During our field investigation work Specialized Testing & Inspections will complete a total of ten push shear tests of the unreinforced masonry walls. Except for the westerly wall, all tests will be performed at the exterior of the building. Testing of the westerly unreinforced masonry wall will be performed from the building interior, most likely within the custodial and lunch rooms. All testing will be performed during normal working hours. Dust screens will be provided for interior work, and all bricks will be reset with mortar. It is anticipated that, because of adjacent building walls, we will be utilizing chemically grouted wall anchors. Nearly all proprietary URM anchors are pre-approved for use in 13-inch-thick URM walls. The walls and parapets of the Public Works Building are 9 inches thick. We have not budgeted for any tension testing of chemically grouted anchors to pre-qualify their use. Instead, during design we will reduce the I.C.B.O.-approved, allowable tension load and spacing by 33%. During construction we will tension test select anchors for holding capacity. I have discussed this approach with your Building Official, Tom Bansch, and he has indicated that this is acceptable to the Department of Building & Safety. HOWARD F. STUP $ ASSOCIATES • CONSULTING STRUCTURAL ENGINEERS 601 DAILY DRIVE - SUITE 205 • CAMAPILLO, CA 93010 - 805-987-7887 - FAX 805-388-2041 City of San Luis Obispo 910040 Mitigation of Structural Seismic Hazards August 7, 1992 Public Works Building Page 3 of 3 955 Morro Street, San Luis Obispo The City of San Luis Obispo URM ordinance, which is due to go into effect August 14, 1992, requires that buildings be upgraded to seismic zone 3 standards. Tom Baasch has indicated, during our conversation, that the City would rather have the Public Works Building upgraded to seismic zone 4. 1 have budget money in the structural analysis phase to do a comparative analysis for both zones, so that, design issues that will affect construction costs can be discussed prior to preparation of the design documents. In addition to preparing the structural contract documents, we will also prepare a single architectural drawing sheet to address the patch and repair of the existing roofing membrane. We will utilize the services of Conrad & Okuma Architects to assist our office during this work. Additionally, as a conclusion to our document preparation work we will have an opinion of probable construction cost prepared by Marr Construction Management. The attached Financial Summary Sheet indicates that $9,453.72 currently remains of our original $43,616.00 Authorized Budget defined by Section III of our current agreement. Applying this money to the work discussed, herein, is acceptable to Howard F. Stup & Associates as long as the amended agreement includes the elimination of Phase 11, City Hall strengthening work from our Scope of Work. Scheduling of our work is at the option of the City; however, we would like to have the Contract Documents ready for Council approval prior to mid-December. This will require that we start our field investigation work by mid to late September. Sincerely HOVrXW F. STUP & ASSOCIATES ohn P. elson, S.E. Attach: Financial Summary Sheet HOWARD F. STUP &ASSOCIATES CONSULTING STRUCTURAL ENGINEERS 601 DAILY DRIVE • SUITE 205 • CAMARILLO, CA 93010 • 805.987-7867 • FAX 805-388-2041 FINANCIAL SUMMARY SHEET MITIGATION OF SEISMIC STRENGTH HAZARDS TO SAN LUIS OBISPO CITY HALL, FIRE STATION #2 AND FIRE STATION #3 August 7, 1992 Total Budget Amount . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 43,616.00 HFS&A Services Invoice Invoice to Date Amount #4092 (11-05-91) $ 5,288.80 #4118 (12-03-91) 7,296.00 #4240 (01-98-92) 2,811.20 #4258 (01-30-92) 16,420.28 #4285 (03-06-92) 2.346.00 Total Invoiced and Paid to Date $ 34,162.28 Remaining Funds in Budget . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 9,453.72 HOWARD F. STUP 8 ASSOCIATES • CONSULTING STRUCTURAL ENGINEERS ev-y 601 DAILY DRIVE • SUITE 205 • CAMARILLO, CA 93010 • 805-987.7887 • FAX 805.388-2041 AGREEMENT A-132-91-CC FOR ENGINEERING SERVICES ON THE SEISMIC SAFETY CORRECTIONS PROJECT This agreement is made this 1st day of October 1991 by and between the City of San Luis Obispo ("the City") and Howard F. Stup &Associates ("the Engineer"). SECTION I. RECITALS The City and the Engineer recognize and acknowledge the following circumstances: A. Through a study conducted by H.J. Deeenkolb Associates in Fall 1990, the City identified possible structural weaknesses in three city buildings (City Hall, Fre Station No. 2, and Fire Station No. 3) which might lead to serious damage in a major earthquake. B. The City needs professional structural engineering services to 1) further anal}ze these possible weaknesses 2) identify the need for structural corrections and 3) design identified structural corrections. C. The Engineer has demonstrated its ability to perform the required services by performing related work for the City to comply with SB537, commonly known as the Unreinforced Masonry Building Law. D. The Engineer has offered to perform the required services according to the terms of this agreement. SECTION II. GENERAL STIPULATIONS A. PROJECT STAFF. 1. The City's Project Manager. The City's project manager shall be David Elliott, who shall represent the City for all purposes under this agreement, supervise the progress and execution of this agreement, and approve all work products submitted by the Engineer. 2. The Engineer's Project Engineer. The Engineer's project engineer shall be John I'. Nelson, who shall represent the Engineer for all purposes under this agreement and shall supervise the day-to-day project work, work closely with and report to the City's project — manager, make necessary presentations, and stay with the project from start to finish The Engineer's project engineer shall not change without the City's prior written approval. 3. Subcontractors. The Engineer shall not subcontract any of the work under this agreement without the City's prior written approval. If the City approves subcontract work, the Engineer shall not change subcontractors or retain additional subcontractors without the City's prior written approval: B. THE ENGINEER'S DUTIES AND RESPONSIBILITIES 1. Work to be performed. The Engineer shall perform all the work particularly described in Section III of this agreement. A-132-91-CC Agreement for Engineering Services on the Seismic Safety Corrections Project Page 2 2. Laws to be Observed. a. The Engineer shall: (1) procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary to lawfullv perform the work required under this agreement (2) keep itself fully informed of all existing and proposed federal, state and local laws and regulations which may affect its performance under this agreement (S) at all times comply with and cause all of its employees and subcontractors to comply with all applicable laws and regulations (4) immediately report to the City's project manager in writing any change, discrepancy or inconsistency it discovers in applicable laws and regulations which may affect its performance under this ag cement, particularly its preparation of construction documents. b. The City and the Engineer recognize that seismic safety evaluation and. strengthening techniques are continually evoking and that construction codes and regulations may change abruptly to incorporate new technology. The City and the Engineer also recognize the remote possibility that sudden code or regulation changes might render project designs obsolete or unacceptable before construction is started. In this extraordinary circumstance if the Engineer can demonstrate that it could not reasonably anticipate such code or regulation changes, the City will not hold the Engineer Iiable for necessary corrections without additional compensation. 3. Quality of Work The Engineer shall be responsible for the professional quality, technical accuracy, timely completion, and coordination of all work performed by the Engineer and its subcontractors under this agreement. The quality and accuracy of all work products shall reflect the care and skill ordinarily exercised by structural engineers practicing under similar circum in ces in San Luis Obispo, Santa Barbara and Ventura Counties. 'Miithout additional compensation the Engineer shall ensure correction of any errors, omissions or other deficiencies in its work or its subcontractors' work. The City's approval of work or payment for work shall not relieve the Engineer of its responsibility for the quality of all work _ performed under this agreement. The City's approval of work or payment for work shall not be construed as a waiver of the City's rights or the Engineer's responsibilities under this agreement. 4. The Engineer's Liability. The Engineer shall be liable under applicable law for all damages to the City caused by the negligence, errors, omissions or deficiencies of the Engineer or its agents, officers, employees or subcontractors. The Engineer shall not be liable for damages caused by negligence, errors, omissions or deficiencies attributable to the — City. The Engineer shall not be liable for a) the City's use of incomplete work products b) the City's modifications to work products or e) the City's use of work products for a project other than the projects contemplated in this agreement. The Engineer shall not be liable .for the performance of either the original building design or the existing building construction. The Engineer shall not be responsible for delays in the project's progress caused by circumstances beyond the Engineer's control- 5. ontrol5. Errors, Omissions and Deficiencies. "Errors, omissions, and deficiencies' shall be defined as instances of failure to meet standards of practice normally observed in performing similar professional services. Nothing contained in this agreement shall expand or increase the responsibilities of the Engineer beyond the responsibility imposed by law. Agreement for Engineering Services on the Seismic Saley Corrections Project Page 3 S. Release of Work Products. Any original structural calculations, contract drawin_as, contract specifications or other.work products received or prepared by the Engineer under this agreement shall be the property of the City and shall not be released by the Engineer to any individual or organization without prior written approval of the City's project manager. 7. Copies of Work Products. If the City requests additional copies of structural calculations, contract drawings, contract specifications or other work products beyond what the Engineer must furnish in specified quantities as part of its work under this agreement, the Engineer shall provide the additional copies requested, and the City shall reimburse the Engineer for its direct costs to prepare the copies. C. THE CITY'S DUTIES AND RESPONSIBILITIES 1. General Duties and Cooperation. The City shall cooperate with the Engineer to a reasonable extent in order to help the Engineer complete all the work described in this agreement. 2. Work to be Performed. The City shall contract for materials testing, apply for all required re%iews and permits, compile and distribute invitations to bid, inspect building construction, and retain other consultants which might become necessary to complete project work. D. AUTHORIZATION TO PROCEED The Engineer may proceed with its work only after execution of this agreement and after receiving authorization to proceed as described in Section III of this agreement. E. TIME FOR COMPLETION OF WORK 1. Time Specified. The Engineer shall complete each assigned task within the time specified in Section III of this agreement. 2. Time Extensions. The Engineer may apply to the City for time extensions needed because of delays caused by circumstances beyond the Engineer's control. The Ciry's project manager must approve any time extensions in %%Tfung. F. TERMINATION 1. Right to Terminate. The City and the Engineer shall each retain the right to unilateraLy terminate this agreement for any reason by notification in writing 14 days before termination. 2. Compensation atter Termination. If this agreement is terminated by the City, the City shall pay the Engineer an amount equal to the total compensation due for all work completed less any progress payments. if this agreement is terminated by the Engineer or because of the Engineer's default, the City shall pay the Engineer only for the portion of the Engineer's work which benefits the City. If the City and the Engineer cannot agree on the amount of final compensation after termination, they shall mutually appoint an arbiter, who shall make a final decision, binding upon both the City and the Engineer. Agreement for Engineering Services on the Seismic Safety Corrections Project Page 4 3. Surrender of Work Products upon Termination. Upon termination the Engineer shall . immediately surrender to the City any original structural calculations, contract drawings, contract specifications or other work products, completed or not, which have been received or prepared by the Engineer under this agreement. In order to receive these work products, the City shall have paid the Engineer reasonable compensation for them. Such work products shall become the City's permanent property. The Engineer shall not be liable for a) the City's use of incomplete work products b) the City's modifications to work products or c) the City's use of work products for a project other than the project contemplated in this agreement. G. INSPECTION OF WORK AND MATERIALS The Engineer shall furnish the Cirywith every reasonable opportunity for the City to determine that the Engineer is performing its services according to the requirement and intentions of this agreement. All work performed and all materials furnished shall be subject to inspection and approval of the Citys project manager. inspection and approval of work performed and materials furnished shall not relieve the Engineer of any obligations under this agreement. H. OWNERSHIP OF MATERIALS All original contract drawings, contract specifications or other work product received or prepared by the Engineer under this agreement shall become the City's permanent property and shall be 'delivered to the City on demand, proAded the City has paid the stipulated fee for completion of the work products. I. INDEPENDENT JUDGMENT Failure of the City to agree in judgment with the Engineer's independent findings, conclusions, or recommendations as required under this agreement shall not be construed as a failure of the Engineer to perform the work required. J. ASSIGNMENT The Engineer shall not assign this agreement to another parry without the City's prior written consent. The Engineer shall not assign work under this agreement to subcontractors other than those listed in paragraph A of this section without the City's prior written consent. K. NOTICES All official notices required under this agreement shall be given in writing and submitted by certified mail, postage prepaid and addressed as follows: To the City. David Elliott City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 To the Engineer. John P. Nelson Howard F. Srup & Associates 601 Daily Drive, Suite 205 Camarillo, CA 931010 Agreement for Engineering Services cn the Seismic Safety Corrections Project Page 5 L INDEMNITY The Engineer shall defend;indemnify, protect and hold harmless the City and its agents, officers and employees from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Engineer's employees, agents, or offices which arise from or are connected with or are caused or claimed to be caused by the negligent acts or omissions of the Engineer and its agents, officer, or employees in performing the work under this agreement, and all expenses of investigating and defending against such claims or liability. The Engineer's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City and its agents, officers and employees. M. INSURANCE The Engineer shall.procure and maintain for the duration of this agreement insurance which meets the requirements of Attachment B to this agreement. As evidence of this insurance, the Engineer shall provide the City with a certificate of insurance and an endorsement naming the City as "additional insured'. N. ENFORCEMENT 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 may recover from the other party its reasonable costs and attorney's fees spent in connection with such an action. O. ENTIRETY AND INTEGRITY OF AGREEMENT This document represents the entire and integrated agreement between the City and the Engineer and supersedes all prior negotiations, representations, or agreements, either written or oral, regarding work under this agreement. This document may be amended only by written instrument, executed by both the City and the Engineer. All protiisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. SECTION III. SCOPE OF THE ENGINEER'S WORK A. GENERAL SCOPE OF WORK The Engineer shall perform structural engineering work to correct possible structural weaknesses at City Hall, Fire Station No. 2, and Fire Station No. 3. This work shall focus on specific building elements and shall include specific tasks which are described elsewhere is this section. The ultimate objectives of the seismic safety corrections project shall be 1) to protect the lives of building occupants during a major earthquake and 2) to allow dispatch of emergency response workers and equipment after a major earthquake. B. TASK DESCRIPTIONS 1. Structural Analysis a. Work from record documents to complete a quantitative structural analysis for lateral seismic loading b. Analyze and design strenethening methods C. Prepare structural calculations d. Submit a report to summarize findings and recommendations Agreement for Engineering Services on the Seismic Safety Corrections Project Page 6 2 Field Investigation a. Examine the existing connections of the horizontal trusses and cemendtious roof panels at City Hall b. Determine the need for out-of-plane bracing at the top of non-bearing masonry walls at City Hall C. Perform destructive tests on the cementitious roof panel material at City Hall• d. Complete constructabiliry reviews for proposed strengthening work at Fire Station No. 2 and Fire Station No. 3 e. Submit a report to summarize findings and recommendations 3. Construction Documents Preparation a. Prepare construction drawings on 24" X 36" mylar sheets furnished by the City b. Prepare construction specifications in the long-form CSI three-part format C. Submit original drawings and specifications 4. Bid Assistance a. Attend the pre-bid walls-through and meeting b. Prepare addenda necessary to clarify contract documents 5. Construction Administration a. Attend the pre-construction meeting b. Attend weekly job-site meetings C. Conduct weekly job-site observations d. Submit weekly job-site observation reports e. Provide written responses to requests for information f. Assist in contract change order preparation g. Review submittals required from the construction contractor It. Complete record documents by transferring as-built information to the original construction drawines C. CITY HALL WORK 1. Affected Building Elements a. Eight basement-level columns supporting a fust floor masonry wall b. Horizontal bracing at the lower chord of the roof trusses C. Cementitious roof panel connections d. Unbraced non-bearing masonry interior partitions 2. Compensation a. Structural Analysis: $4,160 b. Feld Investigation: 52,664 C. Construction Documents Preparation: $20,116 d. Bid Assistance: For bid assistance work the City shall pay the Enginecr at the hourly rates and charges listed in the fee schedule of Attachment A to this agreement. e. Construction Administration The compensation for construction administration work shall be negotiated at a later date. D. FIRE STATION NO. 2 WORK 1. Affected Building Elements a. Apparatus room door opening b. Out-of-plane anchorage for masonry walls at the roof and mezzanine floor L�3 l5 Agreement for Engineering Services'on the Seismic Safety Corrections Project Page 7 2. Compensation a. Structural Analysis: 52,476 b. Feld Investigation: 51,170 C. Construction Documents Preparation: 54,692 d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the hourly rates and charges listed in the fee schedule of Appendix A to this agreement. C. Construction Administration: The compensation for construction administration work shall be negotiated at a later date. E. FIRE STATION NO. 3 WORK 1. Affected Building Elements a. Open bays of the apparatus room b. Out-of-plane anchorage for masonry walls at the wood-framed floor 2. Compensation a. Structural Analysis: 52,476 b. Feld Investigation: 51,170 C. Construction Documents Preparation: 54,692 d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the hourly rates and charges listed in the fee schedule of Appendix A to this agreemenL e. Construction Administration: The compensation for construction administration work shall be negotiated at a later date. F. PROGRESS PAYMENTS Once each month the Engineer may submit a progress payment request for work completed. Before a progress payment request for fixed fee work may be submitted, the City's project manager and the Engineer's project engineer shall agree on the percentage of work completed and the fee earned. )N shin 14 days of receiving a progress payment request the City shall issue payment for the fee earned. G. TIME FOR COMPLETION 1. Structural Analysis: 45 calendar days after the Engineer receives written authorization to proceed from the Ciry's project manager 2. Field Investigation: 14 calendar days after the structural analysis is completed and the Engineer receives oral authorization to proceed from the City's project manager _ 3. Construction Documents Preparation: 60 calendar days after the field investigation is completed and the Engineer receives oral authorization to proceed from the City's project manager 4. Bid Assistance: to run concurrent with advertising and awarding the construction contract S. Construction Administration: to run concurrent with the construction contract term Agreement for Engineering Services on the Seismic Safety Corrections Project Page a This agreement is executed by the follouing authorized representatives: FOR THE INGINE date FOR THE CITY: r• - Mayor 10/2/91 date Attested, I V City Cic Approved: rney/ — ATTACHMENT A FEE SCHEDULE A. HFS&A EMPLOYEES STRUC"•URAL ENGINEER SERYIC�'S HOURLY RATE Principal /Structural Engineer . . • . • . 0 $ 193 Registered Structural Engineer . . . . . . . . . . . . . Project Professional . . . . . . . . . . . . . . . . . . 75 Structural Designer . . . . . . . . . . . . . . . . 68 Structural Draftsperson . . . . . . . . . . . . . . . . 58 Structural Technician . . . . . . . . . . . . . . . . 55 Nord Processor/Technical Assistant . . . . . . . . . . . 38 Fees for expert witness testimony Will be billed at the rate of $1 , 200 . per day (5600 . per half-day) . Preparation for testimony will be billed at the raltes given above. All hourly rates are subject to a seven percent (79) rate increase effective January 1 of each year. All hourly rates shall be multiplied by a 1.S factor for all hours other than the standard work day of 7 :00 a.m. to 6:00 p.m. , Monday through Friday, and for time in excess of eight hours per day. B. OTHER CHARGES Subcontracted Services incl . Professionals Cost plus 159 Outside Reproduction . . . . . . . . . . . . . Cost plus 159 Outside Laboratory . . . . . . . . . . . . . . . Cost plus 159 out-of-Pocket Expenses . . . . . . . . . . . . Cost plus 159 Travel and Subsistence . . . . . . . . . . . . Cost plus 15% Extraordinary Shipping 6 Hailing Cost plus 159 Additional Insurance Coverage (above the existing coverage) CcMt plus 159 Special Travel (overnight, plane, auto rental , etc. ) .. Cost plus 15% _ Automobile Mileage (outside 50-mile radius ) 50. 351mile Hylar for In-House Originals . . . . . . . . $2.75/sg. ft . C. COMPUTER EQUIPMENT/SOFTWARE CHARGES Finite Element/SAP 90 . . . . . . . . . . . $25/hour Stress . . . . . . . . 2 . . . . . . . . . . . . . $30/hour CAD . . . . . . . . S20/hour ATTACHMENT B INSURANCE REQUIREMENTS The Engineer shall procure and maintain for the duration of the agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work by the Engineer,its agents, representatives,and employees. 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 Engineer's profession. Minimum Limits of Insurance The Engineer shall maintain limits no less than: 1. General liability. $1,000,000 per occurrence for bodily injury, personal injury and property damage. It Commercial general liability or other form with a general aggregate limit is used,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit 2. Automobile liability. $1,000,000 per accident for bodily injury and property damage. 3. Employer's liability. $1,000,000 per accident for bodily injury or disease. 4. Errors and omissions liability. $250,000 per occurrence. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,either a)the Insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City,its officers,officials,employees and volunteers,or b)the Engineer shall procure a bond guaranteeing payment of losses and related irrvestigations,claim administration and defense expenses. 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 insureds as respects a) liability arising out of activities performed by or on behalf of the Engineer b) products and completed operations of the Engineer c) premises owned,occupied or used by the Engineer or d) automobiles owned,leased,hired or borrowed by the Engineer. The coverage shall contain no special limitations on the scope of protection afforded to the City,its officers,officials,employees,agents and volunteers. 2. For any daims related to this project,the Engineer's insurance coverage shall be primary Insurance as respects the Cry,its officers,officials, employees,agents and volunteers. Any insurance or self-insurance maintained by the City, its officers,officials,employees,agents or volunteers shall be excess of the Engineer'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 and volunteers. 4. The Engineer'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 attachment shall be endorsed to state that coverage shall not be suspended, voided,cancelled by either party,or reduced in coverage or in limits except after 30 days'prior written notice by certified mail,return receipt requested, has been given to the City. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage The Engineer shall furnish the City with original endorsements effecting Coverage required by this attachment 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 starts. �3�9 ExhibiLE_Z General Fund Capital Projects that Should Go Forward " Criteria for Ret2ininz the Proiecf: Longstanding Outside Design Contractural Significant Maint Public Funding Substantially or Policy Operating of Existing Safety Available Underuav Commitment Savings Facilities Public Safety sPolice station HVAC impry .. z z Fire station W1 1 replacement x z Underground tank monitoring &removal z Transportation Orcutt road widening Xx Traffic signal upgrades ?Monterey @ Santa Rosa z x x x Palm @ Santa Rosa z . x a: X. Mill @ Santa Rosa x x x x Elk's lane bridge z x x Nipomo street bridge x z x Balance of Bikeway projects x z x Street reconstruction — 91192 x x x x x Leisure, Cultural& Social Sery Recreation admin facility X. z_ Playground improvements x x x z x French park — final phase z z Mission playlot z z z z Park sand&edging replcntntz z x z:. Parks irrigation telemetry sys• k x Sinsheimer park energy impry Stadium lights x z. z x Tennis court lights x x x x Suint center filter replacement z z z zi Golf course irrigation project x x x x Balance of open space funding z Performing arts center x z Mission plaza improvements i r- General Government Energyimprvments—City bldgs z. z.. .. : Seismic safety corrections x z x x City Hall fire alarm replacement z x X.. Information system impry x x x x Notes 1. It is recommended that C1Pprojects funded through the enterprise and agencyfunds(water,sewer,parking, transit,and whale rock)also go forward based on their independent funding from the General Fund. 2. Detail project descriptionsasprepared during the budget rei4ewprocessare available upon request from Me Department of Finance. C�3-ozo