Loading...
HomeMy WebLinkAboutReso 35-1982RESOLUTION NO. 35-82 CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA A RESOLUTION AUTHORIZING THE EXECUTION OF SUPPLEMENT NO. 1 TO AN AGREEMENT WITH GROUP 4/ARCHITECTURE, RE- SEARCH AND PLANNING, INC. FOR RENOVATION OF PORTIONS OF CITY HALL AND FORMER POLICE SERVICES BUILDING WHEREAS, the City of South San Francisco entered into an Agreement with Group 4/Architecture, Research and Planning, Inc. (hereinafter "Consultant") on September 30, 1981 for certain architectural and related professional design ser- vices for the renovation to portions of the City Hall and the former Police Services Building; and WHEREAS, said services were to be performed by Consultant in five phases; and WHEREAS, the first phase of said services has been completed; and WHEREAS, the specific scope of the services to be provided in the second, third and fourth phases must now be set forth; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of South San Francisco that: 1. Supplement No. 1 to the Agreement to furnish architectural and related professional design services to the City of South San Francisco for the renovation to portions of the City Hall and the former Police Services Building, Project No. PB-81-2, a copy of which is attached hereto as Exhibit "A", is hereby approved. 2. the execution of said Supplement No. 1 is hereby authorized. 3. the City Manager is authorized to execute said Agreement on behalf of the City and to have his signature duly attested thereto. I hereby certify that the foregoing Resolution was regularly introduced · and adopted by the City Council of the City of South San Francisco at a regular meeting held on the 17th day of March , 1982, by the fol 1 owing vote' AYES: Councilmembers Ronald G. Acosta, Mark N. Addiego, Emanuele N. Damonte, NOES' ABSENT: Gus Nicolopulos; and Roberta cerri Teglia None None ATTEST:~ ~~x~ City Clerk e SUPPLEMENT NO. 1 TO THE AGREEMENT TO FURNISH ARCHITECTURAL AND RELATED DESIGN SERVICES TO THE CITY OF SOUTH SAN FRANCISCO FOR · THE RENOVATION OF PORTIONS OF CITY HALL AND THE FORMER POLICE SERVICES BUILDING, PROJECT NO. PB-81-2. The City of South San Francisco, hereinafter called CITY, and Group 4/ Architecture, Research and Planning, Inc., hereinafter called CONSULTANT, have entered into an AGREEMENT dated September 30, 1981 in connection with the renovation of the City Hall and former Police Services Building. The AGREEMENT is attached hereto as "Exhibit iA" and'incorporated by reference as though fully set forth herein. SECTION 1: .GENERAL Phase 1 (Feasibility Study) of the above noted AGREEMENT has been completed. Phase 2 (Design Development), Phase 3.(Contract Documents), and Phase 4 (Bidding) were generally described in the OUTLINE OF SCOPE OF SERVICES, attached as "Exhibit A" to the AGREEMENT. The services which the CONSULTANT now agrees to perform in Phase 2 through Phase 4, inclusive, are now more specifically described in the following section, SECTION 2: SCOPE OF SERVICES of this SUPPLEMENT. SECTION 2: SCOPE OF SERVICES The scope of work as set forth in the following phases is based on Scheme A as described in the Feasibility Study as develop&d during Phase 1 of the AGREEMENT. The limits of work include the City Hall site bounded by Grand Avenue, Maple Street, Walnut Avenue and Miller Avenue, although the majority of work shall occur within the existing City Hall and former Police Services Buildings. The addition of an elevator to 1 of 11 the exterior of the City Hall, a covered walkway between each of the two buildings and other site modifications herein listed also form the basis of work for this Project. The CONSULTANT shall rely on a Soils Investigation Report provided by the CITY to define the subsurface conditions at the site. The Soils Investigation Report shall contain information pertinent to the completion of this Project with emphasis'on the design of structures at the elevator location and to the soils conditions affecting the water seepage into the City Hall basement. The CONSULTANT shall employ a licensed Surveyor to list contours and spot elevations at those areas where construction work is anticipated for t~is Project. The work under Basic Services to be performed by the CONSULTANT for each phase shall be defined as follows: Phase 2 - Design Development Phase Specific resPonsibilities of the CONSULTANT in this Phase shall include the following: Using the data prepared under Phase 1 of the AGREEMENT and employing the Furniture Survey provided by the CITY the CONSULTANT shall develop a Space Plan showing the size and location of all offices, corridors, and other spaces and their furniture arrangements for the two lower floors of the City Hall, the third floor of the City Hall as it relates to elevator access, and the Police Services building · Meet with Department Heads of city departments affected by this renovation to review, and revise, as required, space arrangements and adjacencies proposed for their departments 2 of 11 · Prepare and submit to the CITY for approval a Color Board indicating the colors, finishes, and textures of finish materials, both interior and exterior to be employed under this Project. · Attend six (6) public meetings pertaining to the completion of work under this Phase as deemed necessary by the City Manager or the Director of Public Services · Field survey, to the extent possible, existing conditions in both buildings and adjoining areas which affect the changes proposed to the architectural,' structural, mechanical and electrical elements. The CONSULTANT will rely on building documents provided by the CITY . but will not be held responsible for building elements which are buried, not exposed to view, or not constructed as indicated on drawings · Prepare scaled drawings, an Outline Specification and other documents of preliminary design qualitY to fix and describe the size and character of the entire Project as to architectural, structural, mechanical and electrical systems, materials and sUch other elements as may be appropriate including: - Renovation to the interior of the first and second floors of the existing City Hall, as required, to accommodate new offices and related spaces - Renovation to'existing restrooms at the first floor of the City Hall to accommodate its use for the physically handicapped - Renovation to the interior of the third floor of the existing City Hall, as required, to accommodate new office arrangements as governed by the required elevator access to this level - Renovation to accommodate installation of a handicapped 3 of 11 elevator to serve all habitable levels of the City Hall. Resultant renovation of ramp and related site features to accommodate access of handicapped individuals to elevator - Review and renovation, as required, of the accessibility and on-site parking of vehicles belonging to handicapped individuals - Renovation to the concrete steps leading to the City Hall, south side entry - Renovation to alleviate the water infiltration problem at the periphery of City Hall, lower level - Renovation to portions of the roof of City Hall to alleviate water infiltration and dryrot, and weatherproofing to existing mechamical equipment - Renovation to c~eate a covered walkway between the City Hall and Police Services buildings and modifications to landscaping at these areas - Renovation to the interior and exterior of the former Police Services building, as required, to accommodate new offices and relates spaces. A new roof and a new HVAC system shall also be included · Prepare and submit to the CITY a Statement of Probable Construction Cost based on the elements of the entire project · Present and obtain approval from the South San Francisco Design Review Board of those elements of this Project pertaining to their jurisdiction · Present and obtain approval from the South San Francisco City Council of the final design development documents produced under this Phase before proceeding with Phase 3 4 of 11 Submit twenty (20) copies of the approved design development documents to the, Director of Public Services Phase 3 - Contract Documents Phase Specific responsibilities of the CONSULTANT in this Phase shall'include the following: Based on approved Design Development documents developed under Phase 2 and any further adjustments in the scope or quality of the Project or in the Project Budget authorized by the CITY, the · CONSULTANT shall prepare, for approval of the CITY, Contract . Documents consisting of complete, detailed, measured Drawings and Specifications setting forth in detail the requirements for the construction of the Project including architectUral, structural, mechanical and electrical systems, materials and such other elements as required for bidding purposes · Prepare and submit to the CITY a revised Statement of Probable Construction Cost based on the elements of the entire Project · Attend six (6) public meetings pertaining to the completion of work under this Phase as deemed necessary by the City Manager or the Director of Public Services · Assist the CITY, if required, in connection with the CITY's responsibility for filing documents required for the approval of governmental authorities having jurisdiction over the Project · Assist the CITY in the preparation of the necessary bidding infor- mation, bidding forms, the Conditions of the Contract, the form of Agreement between the CITY and the Contractor, and any other documents required by the CITY to be included in the Specifications 5 of 11 ~' ! ....... i[if ' ' T 1IT Prepare a Work Phasing Schedule to. illustrate to the potential Contractor the schedule by which he is to proceed with the various elements of this Project · Present and obtain approval from the South San Francisco City Council of the final contract documents produced under this Phase before proceeding with Phase 4 · Submit to the CITY original tracings of Drawings and reproducible copies of Specifications for printing and distribution by CITY Phase 4 - Bidding Phase S~ecific responsibilities of the CONSULTANT in this Phase shall include the following: · Based on approved Construction documents and any further adjustments in the scope or quali~y of the Project or in the Project Budget authorized by the CITY, the CONSULTANT shall assist the CITY in obtaining bids, and if required, assist in awarding and preparing contracts for construction · Assist CITY in preparation of Pre-Bid Conference and be present to answer questions by prospective bidders · Assist CITY in preparation of a listing of Contractors interested in the Bidding of the Project. CONSULTANT shall not be responsible for the quality of work provided by any Contractor · Assist CITY in the evaluation of Bids received · Be available to answer any questions by Bidders and to issue Addenda to the Construction Documents, if required 6 of 11 SECTION 3: ADDITIONAL SERVICES Services not described in SECTION 2: SCOPE OF SERVICES of this SUPPLEMENT and customarily not a part of these Basic Services shall be considered as Additional Services. They shall be provided if authorized or confirmed in writing by the CITY, and they shall be paid for by the CITY in addition to the rates of payment described under SECTION 5: COMPENSATION of this SUPPLEMENT. SECTION'4: TIME OF PERFORMANCE CONSULTANT shall begin work within seven (7) days following execution of this SUPPLEMENT to the AGREEMENT and upon written notice by the CITY to proceed with Phase 2. CONSULTANT agrees to complete Phase 2 through Phase 4, inclusive, according to the Milestone Network to be submitted Within ten (10) days after Notice to Proceed on Phase 2. Completion of Phase 2 and Phase 3 by CONSULTANT shall not exceed 180 calendar days unless~authorized by CITY. CONSULTANT will not be held~responsible for delay caused by others or extenuating circumstances beyond control of · CONSULTANT. SECTION 5: COMPENSATION In consideration for services performed as described in SCOPE OF SERVICES, the CITY agrees to pay the CONSULTANT on a Time and Material basis with a Maximum Limit. The Maximum Limit for work performed under Phase 2 through Phase 4, inclusive, shall be Sixty Nine Thousand Two Hundred Fifty One Dollars ($69,251.00). ' Labor charges will be according to the attached SCHEDULE OF CHARGES, "Exhibit lB". The rates shown include compensation for direct labor, indirect labor overhead, general and administrative overhead, and profit for the cONSULTANT and that of outside consultants. The costs of outside consultants shall be billed to the CITY at a multiple of 1.1 times the amounts billed to the CONSULTANT for such services. 7 of 11 Reimbursable Expenses for in-house and outside services shall be charged according to "Exhibit D,, of the AGREEMENT. Payments made in consideration for services performed by the CONSULTANT as~generally described in SECTION 3: ADDITIONAL SERVICES shall be made monthly by the CITY on a Time and Material Basis and according to the SCHEDULE OF CHARGES, "Exhibit lB". If the services covered by this SUPPLEMENT have not been completed within twelve (12) months of the date thereof, through no fault of the CONSULTANT, the amounts of compensation and rates set forth herein shall be equitably adjusted. ~ SECTION 6: SUBCONTRACTS CONSULTANT will employ the services of outside consultants in order to complete the work under this SUPPLEMENT. The consultants are Design Engineering Services (Mechanical Engineering), William Holmberg and Associates (Electrical Engineering) and Glenn NelSon Engineers (Structural Engineering). CONSULTANT shall be.as fully responsible to the CITY for the negligent acts and omissions of his consultants, and persons either directly or indirectly employed by them, as he is for the negligent acts and omissions of persons directly employed by him. SECTION 7: INSURANCE The CONSULTANT agrees to provide and maintain the following insurance specific to this Project for the duration of the Work performed by the CONSULTANT. 1. Workers' Compensation as reqired by law. 2. Comprehensive General Liability Insurance with limits not less than $100,000 each occurrence. Such policy shall include contractual liability and completed operations coverage. 8 of 11 · 3. Comprehensive Automobile Liability Insurance, with limits not less than $300,000 each occurrence and $50,000 property damage liability for each occurrence. 4. Professional Liability Insurance, with limits not less than $100,000 for any one claim. As a provision of the Comprehensive General Liability Insurance and the Comprehensive Automobile Liability Insurance, the coverage shall include the City of South San Francisco, its elective and appointive boards, officers,, agents and employees with respect to work performed by the CONSULTANT. Said policies of insurance and each of them shall also contain the following endorsement thereon: "Notwithstanding any other provision in this policy, the insurance afforded hereunder to the City of South San Francisco shall be primary as to any other insurance or reinsurance covering or available to the City of South San Francisco, and such other insurance or reinsurance shall not be required to contribute to any liability or loss until and unless the approximate limit of liability afforded hereunder is exhausted." SECTION 8: HOLD HARMLESS AGREEMENT CONSULTANT hereby agrees to,.and shall, hold CITY, its elective and appointive boards, agencies, officers, agents, and employees harmless from any liability for damage or claims for damage for personal or bodily injury, including death, as well as from claims for property damage which may arise as a result of CONSULTANT's activities in performance of services under this AGREEMENT, whether such services be by CONSULTANT or by any subcontractor or subconsultant, or by any one or more persons directly or indirectly employed by, or acting as agent for, CONSULTANT or any sub- contractor or subconsultant, except for professional liability, or sole 9 of 11 negligence of the CITY. For professional liability, CONSULTANT agrees to indemnify and hold the CITY, its elective and appointive boards, agencies, officers, agents, and employees harmless from all claims costs, and damages arising from CONSULTANT's or its subcontractor's or subcon- sultant's negligent acts, errors or omissions. CONSULTANT additionally agrees to, and shall, defend CITY and its elective and appointive boards, · agencies, officers, agents, and employees from any suites or actions at law or in ~quity for damages caused, or alleged to have been caused, by reason of any of the aforesaid services. SECTION 9: NOTICES Ail notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to the CITY shall be addressed as follows: Mr. Robert Yee, Director of Public services City of South San Francisco 400 Grand Avenue South San Francisco, California 94080 Notices required to be given to the CONSULTANT shall be address as follows: Mr. Julian D. Munoz Group 4/Architecture, Research and Planning, Inc. 467 Forbes BOulevard South San Francisco, California 94080 Ail of the provisions of the AGREEMENT shall remain in effect during the period of this SUPPLEMENT. 10 of 11 In witness whereof, the following duly authorized representatives of the CITY and the CONSULTANT have signed in confirmation of this SUPPLemENT to the AGREEMENT. Dated CITY OF SOUTH SAN FRANCISCO GROUP 4/ARCHITECTURE, RESEARCH AND PLANNING, INC. C. Walter Birkelo City Manager Julian D. Munoz Vice President 11 of 11 AGREEMENT EXHIBIT IA This Agreement, entered into on September 30, ]98] , is by and between the City of South San Francisco, hereinafter called CITY, and Group 4/Architecture, Research and Planning, Inc., hereinafter called · CONSULTANT. SECTION 1: GENERAL This Agreement pertains to architectural and related professional design services for the renovation to portions of the City Hall and to the former Police Services Building. The services to be performed by the CONSULTANT are categorized into the following phases: Phase 1 - Feasibility Study Phase 2 - Design Development Phase 3 - Contract Documents Phase 4 - Bidding Phase 5 - Construction Administration -SECTION 2: SCOPE OF WORK The services which the CONSULTANT agrees to perform in the above phases of the project are generally described in the OUTLINE OF SCOPE OF SERVICES, attached hereto as "Exhibit A". The services which the CONSULTANT agrees to ~perform in Phase 1 (Feasibility Study) are specifically described in SCOPE OF SERVICES - PHASE 1, which is attached hereto as "Exhibit B". 'Exhibits A and B are made a part of this Agreement. The proposed services for Phase 2, Phase 3, Phase 4 and Phase 5, as shown in Exhibit A, are a part of this Agreement, but the specific scope of ~ these services is not yet defined and thus their specific description is not included. This Agreement serves as the general agreement for such services, which may be specifically authorized by the CITY by a Notice to Proceed, Task Order, or other document, setting forth the detailed scope, fee, insurance requirements, time schedule, and specific terms for such work. Page 1 of 14 SECTION 3: TIME OF PERFORMANCE CONSULTANT shall begin work within seven (7) days following execution of this Agreement and upon written notice by CITY to proceed with Phase 1. CONSULTANT agrees to complete the services for Phase 1 within forty-five (45) days from the Notice to Proceed, except that CONSULTANT will not be held responsible for delay caused by others or circumstances beyond control of CONSULTANT. SECTION 4: COMPENSATION . In consideration for services described in Phase 1 and in Exhibit B, the CITY agrees to pay the CONSULTANT a fixed fee plus Reimbursable Expenses. CONSULTANT shall perform all of the services described in Exhibit~B (Phase 1) for a total fee of Five Thousand Nine Hundred Thirty Dollars ($5,930.00). The CONSULTANT will submit copies of receipted bills and other documents in support of its allocation of in-house and outside Reimbursable Expenses. Reimbursable Expenses for in-house services such as reproduction during Phase 1 will be charged at direct cost and shall not exceed Fifty Dollars ($50.00). Reimbursable Expenses for outside services such as long distance telephone calls and reproduction for Phase 1 will be charged at direct cost, plus five (5) percent and shall not exceed One Hundred Dollars ($100.00). The estimated fees for Phase 2, Phase 3, Phase 4 and phase 5 shall be in the ranges shown in the ESTIMATE OF FEE, attached hereto as "Exhibit C". Reimbursable Expenses for Phase 2, Phase 3, Phase 4 and Phase 5 shall be as shown in "REIMBURSABLE EXPENSES - PHASE 2 THROUGH PHASE 5" attached hereto as "Exhibit D". Exhibits C and D are made a part of this Agreement. SECTION 5: METHOD OF PAYMENT The CONSULTANT shall submit monthly invoices to the CITY for services performed and reimbursable expenses incurred, and CITY Shall render payment to CONSULTANT based upon said invoices, contingent upon approval by CITY as to. performance of the work and within thirty (30) days of submittal. Page 2 of 14 SECTION 6: OWNERSHIP OF DOCUMENTS The CITY shall have full and complete access to the CONSULTANT'S calcu- lations, drawings, specifications and other documents during.progress of the work. Ail such documents prepared by the CONSULTANT shall become the property of th~ CITY at the completion of the project. The CONSULTANT may retain a copy of all material produced under this Agreement for its use in its general business activities. Should the CITY desire to use the work completed under this Agreement for purposes other than those intended under this Agreement, the CITY will notify the CONSULTANT in writing prior to any reuse 6f the CONSULTANT'S documents. SECTION 7: CITY FURNISHED MATERIAL . The CITY agrees to make available to the CONSULTANT all drawings, specifi- cations and other existing documents pertaining to the project. SECTION 8: INSURANCE The CONSULTANT agrees to provide and maintain the following insurance during the completion of Phase 1: 1. Workers' Compensation as required by law. 2. Comprehensive General Liability Insurance with limits not leSs than $100,000 each occurrence. Such policy shall include contractual liability and completed operations coverage. 3. Comprehensive Automobile Liability Insurance, with limits not less than $300,000 each occurrence and $50,000 property damage liability for each occurrence. 4. Professional Liability Insurance, with limits not less than $100,000 for any one claim. As a provision of the Comprehensive General Liability Insurance and the Comprehensive Automobile Liability Insurance, the coverage shall include the City of South San Francisco, its elective and appointive boards, officers, agents and employees with respect to work performed by the CONSULTANT. Page 3 of 14 · I ......... III[ '~ liT As evidence of said coverage for Phase 1 the CONSULTANT shall forward Certificates of Insurance which shall include a provision for a cancellation notice of not less than thirty (30) days, directed to the CITY. Further, the CONSULTANT shall, upon request, submit for inspection any such insurance policies to the CITY. Insurance for work completed under P~ase 2, Phase 3, Phase 4 and Phase 5 shall be determined upon the completion of Phase 1 and prior to the· commencement of Phase 2. SECTION 9: RESPONSIBILITY; INDEMNIFICATION CONSULTANT shall indenmify, save harmless, and at CITY's request, defend CITY, its employees, agents, and representatives from and against all claims, demands, actions, causes of action, losses, damages, liabilities, costs and expenses including reasonable attorney's fees or obligations, for or in connection with injury or damage to any person or property which arises out of or is in any way connected with the negligent act, error or omission of CONSULTANT and its agents, subcontractors, or employees as a result of CONSULTANT'S rendition of services under this Agreement. SECTION 10: USE OF SUBCONTRACTORS The CONSULTANT is permitted to subcontract professional structural design services with the firm of Glenn Nelson Engineers and to subcontract pro- fessional mechanical and electrical design services With the firm of Design Engineering Services for the execution of this work. Unless written approval from the CITY is received, the CONSULTANT shall not subcontract, any services -other than those specifically noted in this'Agreement, and except for service firms engaged in reproduction, typing and printing. CONSULTANT shall be solely responsible for reimbursing any subcontractors and the CITY shall have no obligation to them. SECTION 11: ASSIGNMENT CONSULTANT shall not assign any of its rights nor transfer any of its obligations under this Agreement without the prior written consent of the CITY. . Page 4 of 14 SECTION 12: ADDITIONAL SERVICES CONSULTANT may perform Additional Services, other than those stipulated in the attached Exhibit A, if requested by the CITY. CONSULTANT shall not proceed with performance of such services without written Notice to Proceed. Compensation for any such Additional Services shall be as agreed to by both parties to this Agreement. SECTION 13: TERMINATION The CITY may terminate this Agreement upon ten (10) days written notice to the CONSULTANT in the event of substantial failure by the CONSULTANT to perform in accordance with the terms of this Agreement through no fault of the CITY. In the event of Termination, the CONSULTANT shall deliver to the CITY all work products completed to date, and shall be paid by the CITY for all services performed to date in accordance with terms of the Agreement. IN WITNESS WHEREOF, duly authorized representatives of the CITY and the CONSULTANT have signed in confirmation of this Agreement as of the day and year above written. ~CITY OF SOUTH SAN FRANCISCO 400 Grand Avenue South San Francisco, California 94080 (Type~ name) l~la] ter B (Title) CJ ty Manager (Typed name) (Title) Page 5 of 14 ATTEST City Clerk GROUP 4/ARCHITECTURE, RESEARCH AND PLANNING, INC. (~A California Corporation) 467 Forbes Boulevard South San Francisco, California 94080 . . J Vice President Page 6 of 14 EXHIBIT A OUTLINE OF SCOPE OF SERVICES Phase 1: Feasibility Study (see attached Exhibit B: SCOPE OF SERVICES - PHASE 1) Phase 2: Design Development Based on the approved Feasibility Study, the CONSULTANT team will prepare drawings, pictorial renderings and other documents Which will describe the architectural design. The mechanical/ electrical and structural systems will be described. Specific tasks will include: ' - Preliminary Floor Plans -'Outline Specifications , - Preliminary Construction Cost Estimate - Preliminary Construction Schedule Phase 3: Construc'tion Documents The Contract Documents.will provide complete descriptions of .all work involving the architectural, structural, mechanical, --electrical and fire safety systems for all elements of the Project. ~he documents will describe, locate, dimension, as well as give the physical properties, performance characteristics, · workman~hip and all other pertinent information relating these components. Specific tasks will include: - Final Design Drawings - Construction Specification - Final Construction Cost Estimate Page 7 of 14 Phase 4: Bidding During the Bidding Phase, the design team will provide City~ Staff with advice and consultation on an as-required basis. Specific assistance and service would include: - Holding a Pre-Bid Conference - Answering questions of prospective bidders on the Contract Documents - Assistance with Bid Review or Analysis and Recommendation - Preparation of Amendments to the Contract Documents~to clarify or add Changes Phase 5: Construction Administration The Construction Administration Services are those services of the CONSULTANT required to assure construction performance, and to administer and monitor the construction contractor. These services would include: - Pre-Construction activities - Additional architectural/engineering services as required for clarification of the Contract Documents - Review Laboratory Reports, Mill Certificates and other Reports · - Provide Field Inspection as required to monitor~contractor's performance - Construction contract changecontrol - Review of Shop Drawings and other submittals Page 8 of 14 EXHIBIT B SCOPE OF SERVICES - PHASE 1 Feasibility Study An analysis of the existing buildings will be conducted. A concise statement of the spatial requirements, both existing and proposed, will be developed based on interviews and input with key City staff. Design concepts will be presented and evaluated and printed in final form for City review and for selection of appropriate alternative. . I. Feasibility Study A. Building/System Review 1. Site visits 2. Maintenance personnel.interviews 3. ·Review of past renovation work B. Program Development 1. Interview with the following departments/divisions: · a. City Attorney b. Purchasing c. Finance ~. Print shop °e. Planning f. Building g. Engineering h. City Treasurer i. City Clerk 2. Review spatial requirements a. Existing b. Proposed 3. Prepare Program Draft Page 9 of 14 C. Review of Program Draft 1. City Manager 2. City Council D. Analysis of Existing Structures: City Hall and former Police Service BUilding 1. Architectural , 2. StruCtural 3. Mechanical 4. Electrical E. Formulation of Design Concept Alternatives (including plan drawing, .cost'estimate range, rational and description) 1, Renovate two lower floors of City Hall and renovate former · Police Service'Building 2. East addition to City Hall 3. North addition to City Hall 4. New building F. Final Report 1. Introduction 2. Program 3. Design Concept Alternatives 4. Recommendations 5' Review Final Report with City Staff and City Council Page 10 of 14 EXHIBIT C ESTIMATE OF FEE Minimum Renovation: $400,000 Renovation: Maximum Renovation: This estimate is based on a minimal renovation of the first and second flodrs of the City Hall building and the former Police Services Building with no structural upgrading and little or no electrical and mechanical upgrading. The assumed construction budget is $300,000. This estimate is based on a renovation of the first and second floors of the City Hall building and the former Police Services Building. Little or no electrical, mechanical or structural work will be done to the City Hall. The former Police Services Building will have a new HVAC system installed and minor electrical and structural upgrading. The assumed construction budget is $400,000. This estimate is based on extensive archi- tectural, mechanical, electrical and struc- tural renovation to the former Police Services Building. The work would include removal of interior non-bearing concrete walls and the inStallatiOn of new HVAC system. The first and second floors of the City Hall would be completely renovated. Modifications to the existing electrical and mechanical system will be made to increase operating efficiency. The assumed construction budget is $750,000. Page 11 of' 14 New Building: This estimate assumes a new 10,000 square foot office building and renovation to the first and second floors of the City Hall building. The assumed construction cost-of the new building is $1,000,000. The assumed construction cost for the renovation of the City Hall is $250,000. The fee estimated assumes 7% of the construction cost of the new building and 11% of the construction cost of the renovation work. Page 12 of 14 PHASE RENOVATION FEE RANGE Minimum Maximum ESTIMATE FOR $400,000 RENOVATION ESTIMATE FOR NEW BUILDING AND PARTIAL RENOVATION TO CITY HALL A. Feasibility ~ Study $ 5,930. $ 5,930. $ 5,930. $ 5,930. B. Design Development 4,000. 10,000. 6,000. 29,250. Oq 0 C. Contract Documents D. Bidding E. Construc. Administration 12,000. 40,000. 500. 2,000. 4,000. 18,000. 25,000. 1,000. 7,000. 43,850. 4,875. 19,500. EXHIBIT D REIMBURSABLE EXPENSES - PHASE 2 THROUGH PHASE 5 Reimbursable Expenses for in-house services such as reproduction will be charged, at direct cost and shall not exceed Two Hundred Fifty Dollars ($250.00). Reimbursable Expenses for outside services such as long distance telephone calls and reproduction will be charged at direct cost, plus five (5) percent and shall not exceed Seven Hundred Fifty Dollars ($750.00). The CONSULTANT will include receipted bills or other documents, reasonably required by the CITY. Page 14 of 14 EXHIBIT lB SCHEDULE OF CHARGES Group 4/Architecture, Research and Planning, Inc. (Prime Consultant: Architecture) - Principal: $55/hour Employees: $20.62/hour through $44.69/hour (depending on personnel) -Design Engineering Services, Inc. (Consultant: Mechanical Engineering) Principal: $55/hour prOject $45/hour Engineer: Draf ting: $ 30/hour Secretarial: $25/hour Glenn Nelson Engineers, Inc. (Consultant: Structural Engineering) Principal: $50/hour Employee: $30/hour William Holmberg and Associates, Inc. (Consultant: Electrical Engineering) · Principal: $55/hour Employee: $30/hour - 1 of 1