Loading...
HomeMy WebLinkAbout13-Development Services , f .... -. , CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Date: April 25, 2002 File: O""'/"'/H -L tji~l/l.n Subject: Resolution approving Agreement for Professional Services with Gary W. Miller Architect & Associates, Inc. for design of the Expansion of the Perris Hill Senior Center located at 780 E. 21 sl Street and authorization for the Director of Finance to amend the FY 2001102 budget. MCC Date: May 6, 2002 Dept: Development Services Synopsis of Previous Council Action: July 2001 - As part of the FY 200112002 allocated $31,500.00 from the General Fund for design ofthe Perris Hill Senior Center Expansion. Recommended Motion: 1) Adopt Resolution. 2) Authorize the Director of Finance to amend the FY 2001102 budget and appropriate $5,300 from Account No. 243-000-3405-000 (Unallocated Fund Balance - Parks Construction Fund) to Account No. 243-363-5505 for Perris Hill Senior Center Expansion Design. ~~ ?:JF James Funk . 'tJ rJ Contact person: Michael Grubbs, Field Engineer Phonp' '; 17q Supporting data attached: Staff Report, Reso. Agreement (Exhibit A), Ward' 7 Proposal (Exhibit B), Schedule (Exhibit C), and fees (Exhibit D). FUNDING REQUIREMENTS: Amount: $36,800 Source: (Account No's) 001-3R6-5505-0000 ($31 500) & 243-363-5505 ($5.300.00) Council Notes: Finance: VB'r\.... rlci')d - ldS Rep/~CtYYl@l1r p"'Jfj Agenda Item No. 13 5/f6/D;r ~ # ~ ..,. f CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution approving Agreement for Professional Services with Gary W. Miller Architect & Associates, Inc. for design of the Perris Hill Senior Center expansion located at 780 E. 21 st Street and authorization for the Director of Finance to amend the FY 2001102 budget. Background: On February 26, 2002, a request was received from the Department of Parks and Recreation to select an Architect to design a 3,000 square foot expansion of the Perris Hill Senior Center located at 780 E. 21st Street. The expansion is to be off the existing dining room and the Architect is required to coordinate the design with the Perris Hill Senior Center Advisory Council. The expansion is necessary due to an overall increase in usage over the years and an interest in providing additional programs such as adult education, which is difficult with the existing facility configuration. Currently the dining room is used as a "multi-purpose" room and must be set up and "tom down" to be used for other purposed. This expansion would facilitate additional program options. Given the relative size of this design project and limited time to accomplish the project, the RFP's were sent to only those two qualified local architectural/engineering firms. Each submitted a proposal committing to the design schedule and those firms are: I. Gary W. Miller Architect & Associates, Inc. San Bernardino. 2. Transtech Engineers, Inc. of San Bernardino. Public Works Division Staff reviewed the proposals with input from Parks and Recreation staff, and the proposal by Gary W. Miller Architect & Associates, Inc. of San Bernardino was found to best meet the needs of the City. Staff recommends that the City enter into the attached Professional Services Agreement with Gary W. Miller Architect & Associates, Inc. for the design of the Perris Hill Senior Center Expansion. The lump sum fee for this service is $36,800. Financial Impact: In order to accommodate design costs associated with this project, staff is recommending that the budget allocated in Account No. 001-386-5505-0000 (Perris Hill Senior Center) in the amount of $31,500 be supplemented by appropriating $5,300 from Account No. 243-000-3405- 0000 (Unallocated Fund Balance - Parks Construction Fund) to Account No. 243-363-5505. Recommendation: Adopt Resolution. e e ((~ ..^' r:-; '\01) . \8 \C::./ U U 1 2 3 4 5 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING AN AGREEMENT FOR PROFESSIONAL SERVICES WITH GARY W. MILLER ARCHITECT & ASSOCIATES, INC. FOR DESIGN OF THE PERRIS HILL SENIOR CENTER EXPANSION LOCATED AT 780 E. 21sT STREET. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 6 OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Gary W. Miller Architect & Associates, Inc. is a firm competent, experienced and able to perform said services and has provided the most advantageous and best Street per Proposal and Scope of Services dated April 4, 2002, in the fixed fee amount of 12 $36,800.00. Pursuant to this determination, the Purchasing Manager is hereby authorized and 13 14 15 16 17 directed to issue a Purchase Order for said services to said firm; but such award shall only be effective upon the issuance of a Purchase Order by the Purchasing Manager, and all other proposals are hereby rejected. The Mayor is hereby authorized and directed to execute the Agreement for Professional Services on behalf of the City, a copy of said Agreement is attached 18 hereto as Exhibit A and incorporated herein by reference. 19 20 21 SECTION 2. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if they are not executed within sixty (60) days of the passage of this 22 resolution. 23 III 24 III 25 III 26 e 27 28 - 1 - e e e 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 RESOLUTION............APPROVING AN AGREEMENT FOR PROFESSIONAL SERVICES WITH GARY W. MILLER ARCHITECT & ASSOCIATES, INe. FOR DESIGN OF THE PERRIS HILL SENIOR CENTER EXPANSION LOCATED AT 780 E. 21ST STREET. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2002, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA LIEN Me GINNIS DERRY SUA~~EZ A "lDERSON MC CAMMACK City Clerk The foregoing resolution is hereby approved this day of .2002. Judith Valles, Mayor City of San Bernardino JAMES F. PENMAl':/, City At '/ 26 By' 27 III '-' 28 - 2- e e e EXHmIT "A" AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this of 2002, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Gary W. Miller Architect & Associates, Inc. hereinafter referred to as "ARCHITECT". WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates, construction documents for the Perris Hill Senior Center Expansion located at 780 E. 21" Street. WHEREAS, in order to develop plans, specifications, estimates and construction documents, it is necessary to retain the professional services of a qualified Architectural and consulting firm; and WHEREAS, Architect is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Architect upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: I. SCOPE OF SERVICES Architect shall perform those design services necessary for a 3,000 square foot expansion of the Perris Hill Senior Center as specified in Proposal entitled "Professional ArchitecturallEngineering Design Services for Perris Hill Senior Center Expansion located at 780 East 21" Street, San Bernardino, CA" dated April 4, 2002, a copy of which is attached hereto as Exhibit "B" and incorporated as though set forth in full. 2. TERM OF AGREEMENT Architect to commence within ten (10) days after the City has authorized work to start by issuance of a Notice to Proceed and complete all work within the time frame indicated in Exhibit "C" attached hereto. 3. STANDARD OF PERFORMANCE Architect shall complete all work products and design in conformance with Standard Specifications for Public Works Construction (Green Book), 2000 Edition, and the City of San Bernardino's Standard Drawings. 1 EXHffiIT "A" e 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Services", is made an obligation of Architect under this Agreement, subject to any changes made subs.equently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Architect for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. No extra services shall be rendered by Architect under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. 5. COMPENSATION A. Upon satisfactory completion of the work, the Architect will be paid a fixed fee of $36,800.00, in arrears, for all work and services performed under this contract, and upon receipt of itemized invoices, submitted in triplicate to the City Engineer. The invoice amount will be based on a percentage completion by task. For the purpose of invoicing, certain tasks may be combined in assessing percentage completion. Architect will submit an invoice to the City monthly, unless otherwise authorized by the City Engineer. e B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Architect shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Architect. Any adjustment of the total cost of services will only be permitted when the Architect establishes and City has agreed in writing that there has been, or is to be, a significant change in: 1. 2. Scope, complexity, or character of the services to be performed; Conditions under which the work is required to be performed; and Duration of work if the change from the time period specified in the Agreement for completion of the work warrants such adjustment. 3. e 2 e e e EXHmIT "A" C. The Architect is required to comply with all Federal, State and Local laws and ordinances applicable to the work. 6. PAYMENT BY CITY No payment will be made for any work performed prior to approval of this contract by City and issuance by City of Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES The Director of Development Services of City, or his designee, shall have the right of general supervision over all work performed by Architect and shall be City's agent with respect to obtaining Architect's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Development Services or his designee. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Architect hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Architect shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty- (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Architect for all the fees, charges and services performed to City's satisfaction by Architect, which finding of satisfaction shall not be umeasonably withheld. Architect hereby covenants and agrees that upon termination of this Agreement for any reason, Architect will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. 3 EXHmIT "A" . e Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Architect from any claims, losses, costs, including attorney's fees and liability arising out of such use. Architect shall be compensated for such services in accordance with' the hourly rates stated in Exhibit "D" attached hereto and made a part hereof. B. This agreement may be terminated for the convenience of the City upon thirty-(30) days written notice to Architect. Upon such notice, Architect shall provide work product to City, and City shall compensate Architect in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES e In the event that, due to causes beyond the control of and without the fault or negligence of Architect, Architect fails to meet any of its obligations under this Agreement, and such failure. shall not constitute a default in performance, the City may grant to Architect such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Architect shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. II. INDEPENDENT CONTRACTOR Architect shall act as an independent contractor in the performance of the services provided for under this Agreement. Architect shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of the City. 12. ASSIGNMENT OR SUBCONTRACTING Architect may not assign this Agreement, or any ponion without the written consent of City. Any attempt by Architect to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000 shall contain all provisions of this contract. e 4 e EXHIBIT "A" 13. NOTICES All official notices relative to this Agreement shall be in wntmg and addressed to the following representatives of Architect and City: ARCHITECT CITY Gary W. Miller Gary W. Miller and Associates 350 W Fifth Street, Suite 201 San Bernardino, Ca 92401 Mr. James Funk Director of Development Services 300 North "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Architect may reasonably rely upon the accuracy of data provided through the City or its agents. B. e C. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form are intended for one-time use in the construction of the project for which this contract has been entered into. D. The Architect is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by the City of the machine readable information and data provided by the Architect under this agreement; further, the Architect is not liable for claims, liabilities or losses arising out of, or connected with, any use by the City of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by Architect. e E. For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Architect, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs .of administering the contract. All parties shall make 5 EXHIBIT "A" e such materials available at their respective offices at aH reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor, FHWA, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shaH have access to any books, records, and documents of the Architect that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shaH be furnished if requested. 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the construction cost prepared by Architect represents his judgement as a design professional and is supplied for the general" guidance of the City. Since Architect has no control over the cost of labor and material, or over competitive bidding or market conditions, Architect does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. 16. COVENANT AGAINST CONTINGENT FEE e Architect warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Architect for the purpose of securing business. For breach or violation of this warranty, City shaH have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the fuH amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CLAUSE A. Architect shaH indemnify, defend and hold free and harmless the City, its officers, and its employees from aH claims, damages, costs, expenses, and liability, including, but not limited to, attorney's fees imposed upon them for any aHeged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Architect under this Agreement. e B. The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party aH reasonable attorneys' fees, court costs, and necessary disbursements in connection with that 6 EXHmIT "A" e action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 18. INDEMNITY Architect agrees to indemnify, defend and hold hannless the City of San Bernardino, and its agents, officers and employees from and against any and all liability, expense and claims for damages of any nature whatsoever, including, but not limited to, costs, bodily injury, death, personal injury, or property damages, arising from or connected with Architect's operations, or any aspect of its performance under this Agreement. 19. LIABILITY/INSURANCE e Architect shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Architect shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Architect performing any of the services under this Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty-(30) days written notice from the insurer to the City prior to cancellation of any insurance policy of the Architect. A. Errors and Omissions ~ The Architect shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. Comprehensive General Liability and Automobile Insurance - The Architect shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. C. Worker's Compensation Insurance - The Architect shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Architect. 20. VALIDITY e Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions, which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 7 e e e III III EXHffiIT "A" 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. 8 EXHffiIT "A" e AGREEMENT For Professional Services with Gary W. Miller Architect & Associates, Inc. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO BY: Judith Valles, Mayor ATTEST: BY: Rachel Clark, City Clerk City of San Bernardino e GARY W. MILLER ARCHITECT & ASSOCIATES, INC. BY: Signature of Authorized Representative NAME: Typed or Printed Name TITLE: Approved as to form and legal content: JAMES F. PENMAN City Attorney, e BY' 9 EXHIBIT "B" RESPONSE TO REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAUENGINEERING DESIGN SERVICES FOR PERRIS HILL SENIOR CENTER EXPANSION LOCATED AT 780 EAST 21 IT STREET SAN BERNARDINO, CA SUBMITTED TO: RAYMOND CASEY, CITY ENGINEER CITY OF SAN BERNARDINO 300 N. "0" STREET, 3rd FLOOR SAN BERNARDINO, CA SUBMITTED By: GARY W. MILLER. ARCHITECT & ASSOCIATES, INC. 350 W. FIFTH STREET. SUITE 201 . SAN BERNARDINO, CA 92401.909889-4480 ~ r== L I ~ I ~ I I-- ~ F I I~ b-- I I I ~ - GARY W. MILLER ARCHITECT & ASSOCIATES. INC. ARCHITECTURE INTERIORS PLANNING April 4, 2002 EXHIBIT "B" City of San Bernardino 300 N. "0" Street, 3nl Floor San Bernardino, CA Attn: Raymond Casey, City Engineer Re: Reauest for Prooosal Dated March 26. 2002 Perris Hill Senior Center Exoansion Dear Mr. Casey: Please find enclosed our qualifications for the above referenced project. We feel our firm is uniquely qualified for this work for the following reasons: 1. We have extensive experience in projects of this type for both public and private agencies. 2. We specialize in renovation and expansion projects. Over 75% of our work involves renovation and additions. 3. Our 14 person office is the largest Architectural firm based in San Bemardino and, consequently, offers you a high level of professional competence and sufficient staff to complete this project in a timely manner. 4. The staff assigned to this project has specialized experience in this building type and in renovation work. 5. Our workload has recently diminished making us able to give your project top priority. 6. Recent completion of numerous projects for the City of San Bernardino and the City of Corona of the same nature and scope. 7. We are located within five minutes of the project and the city offices. therefore enabling us to respond quickly to any issues which may arise at the project site or at the city offices 8. We acknowledge that there were no addendums issued for this proposal request and that the request for proposal includes all items requested and has been prepared in accordance with the requirements of the RFP dated March 26. 2002. 9. The proposal submitted shall remain valid for a period of not less than 120 days from the date of submittal. In conclusion, we feel our experience. size and service will serve the needs of the City of San Bemardino and result in a project that meets your expectations, completed on time and within budget. If you have any questions regarding this proposal you may contact Kathy Oswalt @ (909) 889-4480 extension 114. ~ ..,.1 / Si~ni . ~:l;Y . - ,'. ~/" / /~ ' ..Milri~';,:rE9'~ \\\ President, aWM:ko ~ CALIFORNIA 350 West Filth Street. Sune 201 San Bernardino. CA 92401 Phone 909/88944BO Fa, 909/384.9034 genmall@gwmarct'utecture,com UTAH 103 East Social HaM Avenue SaUlake CIty, UT 84111 Phone: B011366-98OO Fa, BOl/366.9801 gwmala@earthllnk.nel NEVADA 2625 Greenvalley Parkway. Su.. 225 Hender>on, NV 89014 Phone: 7021434.9695 Fa, 7021434-9615 gwmarcMecrure@acl com ARIZONA 3469 North Chrtstine Orivo Prescott Valley. AI 86314 Phone BlIOI6Z2-9025 Fax: B02I772-9402 genmall@gwrrerd'lll8clLn.com EXHIBIT "B" e TABLE OF CONTENTS . INTRODUCTORY LETTER . GENERAL INFORMATION o PROJECT TEAM o CONSULTANTS o ORGANIZATION CHART . QUALIFICATIONS : e · PROPOSED APPROACH . RELEVANT PROJECTS . RECENT CLIENT LIST . SCHEDULE e e e e EXHIBIT "B" GENERAL INFORMATION I. Introduction The firm of Gary W. Miller, Architect & Associates, Inc. (GWM) has established itself as a service oriented architectural firm which specializes in the type of work being considered. Philosophically, GWM approaches each project with the desire to expeditiously service the client's needs by developing the most efficient solution in terms of economics, aesthetics, and preservation of resources. The client is viewed as an experienced and knowledgeable member of the design team whose needs and opinions are valued as the most important criteria for design. II. Firm Historv GWM is a highly professional, well balanced organization with experienced personnel in the fields of land planning, architecture, govemmental processing, feasibility studies, space planning, interiors, and construction administration. Specialties indude renovation projects, community and recreation buildings, and churches. The firm, established in 1986, has shown continued growth to reach its current staffing level of 14 consisting of three architects, six project managers, three technicians and two administrative/derical personnel. In the past eight years, GWM has performed design services on over $100 million of construction. III. Team for this Proiect Gary Miller, sole owner and president of the firm, will serve as Principal-in-Charge of this project. Gary has a Bachelor of Science from Califomia State Polytechnic State University at San Luis Obispo. He is a licensed architect in Califomia, Utah and Arizona, and is NCARB certified. He has over twenty-two years of experience in the fields of architecture and construction with background in land planning, building restoration, design, construction document preparation, and construction administration. Gary Bronson, an associate with the firm will be the designer and oversee construction document preparation. Gary has over 36 years of architectural and construction experience including five years with the Marine Corps Engineers, three years as a general contractor superintendent, and eighteen years architectural design experience specializing in community and communication facilities. Kathy Oswalt, a project manager with the firm will be the project manager and primary contact for the city. Kathy has a Bachelor of Arts in Business Administration from Cal State San Bemardino. She has fourteen years in the field of architecture with experience in planning and agency coordination, project scheduling, client negotiation and interaction, team organization, model construction, production and monitoring of presentation and construction document preparation, project management, bid phase and construction administration. IV. Service The prime consultants on this project are medium sized firms. This size enables the consultant to give this project the direct attention of the owners of each company. Each firm has sufficient staff to complete this size project in a timely way yet is still small enough to assure personalized service from the principals of the organization. e e e CONSULTANTS EXHIBIT "B" MECHANICAL Energy & Duct Systems Contact: Marc Farmer 40492 Clark Drive Hemet, CA 92544 Phone: (909) 925-0100 Fax: (909) 658-7161 LICENSE/REGISTRATION Mechanical Contractor, CA Lic. #576852 California State Energy Auditor #84-0253 BACKGROUND Energy & Duct Systems is responsible for supervising production of all areas related to HVAC design, manufacturing and installation. Mr. Farmer is a licensed Mechanical Contractor with over 25 years experience as job superintendent for a large HVAC company. He is also a licensed t.alifornia State Energy auditor with 15 years of extensive experience in the energy calculation field. ELECTRICAL ENGINEER JCA Engineering Inc. Contact: James Com 7939 Palm Ave. Highland, CA 92346 Phone: (909) 864-0223 Fax: (909) 864-0280 REGISTRATION: Califomia Electrical Engineer, #E6122, expires 9-30-2002 Registered in Colorado, New York, and Hawaii BACKGROUND JCA Consulting is a sole proprietorship founded in 1999, and dedicated to provide efficiently innovative architectural lighting design services, and state-of-the-art electrical engineering. Projects successfully completed within the last year represent total construction values exceeding twenty million dollars, encompassing new and renovated educational facilities, efficient public works facilities, active and passive recreational sites, and streets capes for community revitalization. The principals of this growing design firm offer more than 55 combined years of experience in electrical systems engineering. STRUCTURAL ENGINEER Mayorga Structural Engineering Company Contact: Steve Mayorga 9187 Blue Flag Street Corona, CA 92883 Phone: (909)277-0716 Fax: (909) 277-0716 REGISTRATION: Registered Civil Engineer in the State of Califomia (31944) since 1980. Registered Civil Engineer in the State of Nevada (10278) Registered Civil Engineer in the State of Oregon (17079) Registered Civil Engineer in the State of Arizona (28670) BACKGROUND Mayorga Structural Engineering Company utilizes the most advanced engineering knowledge and tools to be innovative and flexible to provide the client the best possible product and service available. They have been involved in projects large and small, providing structural engineering services for residential developments, commercial shopping centers and industrial facilities. e a: w - Z &11 (.) r:z ti ...1>< -w J: n ~ "r: u .1. e U' ~ III 'u o III III ~t: aa~ 1:)(.) G) C =:0 ~.- U- ... III ~.~ C ":Ill G)C) - ... :iO ~ ~ III C) ~ S ~IV - CDC C ~ i''E 0 CO "" ~8 g '" 'Oc Oc .s:: iii CD IV oe l<: oe'5 ~ a.'" C -....J 8 ex: ., w .,:Q .... Z e>Oiij Z 0 :i IV C w- .s::8. 0'" 0", Z ~ ex: < .sc! 00. n;>. -x IV Zw 0.- W Cl Og -g '" 'C .= 0.0 "" ~ CD -0> C ~IV 0 0_ C '" U IV C oE :E &l a.c: ~ c~ .~g Cl .,,, oe a. EXHIBIT "B" Ul I- Z i':!: ....I :::> Ul z o o Iii C w e e e EXHIBIT "B" QUALIFICATIONS I. EXPERIENCE IN THE PROPOSED BUILDING TYPE A. The consultant team either specializes in or has extensive experience in each of the tasks required for this Project 1. Our design team has designed numerous buildings with these functions. The architectural component of this team has extensive renovation and ADA compliance experience as exemplified by the City of San Bemardino Council Chambers I Restroom renovation. Our mechanical consultant specializes in this area and brings a great deal of experience to the team. 2. Gary W. Miller Architect & Associates has designed numerous renovations, additions and ADA compliant projects throughout the Inland Empire. I' FIRM CAPABILITIES A. Gary W. Miller Architect & Associates is the largest architectural firm in the San Bemardino/Redlands area and offers the following capabilities: 1. Staff of 14 2. Computerized designed and construction documents 3. Specialized expertise in the following areas: a. Computerized Critical Path Scheduling b. Cost estimates c. Interiors and space planning d. Construction administration e. Roofing consultation f. Specification writing g. Facility capital needs assessments of existing buildings with specialization in the following areas (1) Seismic evaluation (2) ADA assessments III. EXPERIENCE WITH VISIBLE COMMUNITY BUILDINGS AND MULTIPLE GOVERNMENT AGENCIES A. Each team member has extensive experience in working on highly visible community projects. Many of these projects have had multiple agencies or committees involved. Therefore the team understands the special attention required to assure that all parties receive accurate information and are included in the decision making process for their area. Services that address the need for exacting communication include: 1. Concise evaluations which include photos, tables, illustrations and graphs. This thoughtful format enables quick and understandable reviews by the publiC and agency directors. 2. Generous use of graphics to clearly communicate to users and the public the intent of the design. 3. A numerical based system of meeting documentation clearly outlining assignments and points of discussion. This assures participants know their responsibilities. IV. SERVICE EXHIBIT "B" e A. This team, headed by the medium sized firm of Gary W. Miller, Architect & Associates, can offer the more personal and hands on level of service that only a medium sized firm can offer. B. Our team specializes in this type of project and is most effective at this level. The benefits to the client include: 1. The project would be a type of project that we are highly experienced with and the client would benefit from the expertise we have gained from our past projects. 2. The project will be assigned to experienced members of the staff to ensure that it runs smoothly and is completed in a timely manner. 3. The key personnel assigned to this project will be available for the duration of the project. There will be no removal or replacement of key personnel without the prior written concurrence of the City. V. COST CONTAINMENT A. Only one GWM public project has ever bid over budget. In the sixteen years Gary W. Miller, Architect & Associates has been in business, only three projects have ever exceeded the firm's estimate. Of those three projects, two exceeded the estimate by less than 10% and only one exceeded the budget by just more than 10%. The GWM team is prepared to redesign, at no additional cost to the owner, any project that exceeds the project budget by more than 10%. B. Methods used to assure the project bids within budget include: 1. Pre-bid contractor cost reviews 2. Altemate bid items e 3. Allowances C. No GWM public project has ever exceeded the appropriated construction budget because of post bid change orders. VI. FAMILIARITY WITH THE COMMUNITY AND THE IMMEDIATE AREA A. The Gary W. Miller Team or its staff has designed numerous projects in San Bemardino. These past projects and familiarity with this type of project and agencies involved, indicates our ability for prompt processing of the project. As a lifelong residence of the Inland Empire, Gary Miller brings a native's understanding of the area's history and culture. VII. SCHEDULE e A. This team has completed numerous projects in compressed time frames and has well developed methods to assure the fastest possible product delivery. . Some of our short time frame accomplishments include: 1. MS Industrial Building - Designed and approved by planning in 4 weeks and advertised for bid 4 weeks later. 2. On-site offices for the San Bemardino International Airport Authority - scoping, design, construction documents and construction completed by members of this team within 4-1/2 months. 3. Los Angeles Cannery Renovation - scoped, designed and bid within 2-1/2 weeks. 4. City of San Bernardino Recreation Center Renovations (four projects) - scoped, designed, city reviewed, and bid within nine weeks. Prime consultants on this team are each familiar with critical path management schedules. GWM use computerized scheduling systems to assure the absolute fastest possible project delivery schedules. Our firm has staff available today to start this project immediately. We have recently completed 3 major projects and this project fits well with our work load. B. C. e e e PROJECT APPROACH EXHIBIT "B" I. Communication A. Establish a line of authority. II. Research And Programing A. Review the established program. Offer suggestions based on the consultant team's experience to refine the program to the satisfaction of the designated City staff. B. Research codes to ensure that design meets all requirements and is fully accessible per ADA guidelines. C. Using the established program, interview user groups and establish priorities. D. Determine requirements of local govemment and utility agencies. E. Develop final program incorporating results of research and client review. III. Design A. Develop design altematives in response to the Program B. Review design with Client and refine as directed by Client. C. Discuss value engineering options with designated City Staff. D. Prepare preliminary cost estimate. IV. Color/Material Selection A. Prepare color/material boards for City approval. B. Prepare final color boards incorporating City directions. V. Construction Documents A. Prepare construction documents and specifications in accordance with design. B. Review construction documents in their entirety with user group to ensure program compliance and that all needs are met. C. Prepare altemate bid items, taking advantage of value engineering D. Review cost estimate and make revisions if necessary. VI. Government Review A. Keep in close daily contact, if necessary, with reviewing agency to ensure prompt processing. VII. Bidding A. Provide originals of plans and specifications of approved project for bidding purposes. B. Provide alternate bid items to ensure that owner gets as much as possible within budget constraints. C. Review bids with City after bid opening. VIII. Construction Administration (Optional) A. Represent the City's interest throughout project and assure the project is constructed in accordance with the construction documents. B. Review submittals, shop drawings, etc., to ensure plan conformance. C. Construction administration and inspection services. e e e Gary W. Miller Architect & Associates, Inc. Relevant Projects EXHIBIT "8" PROJECT NAME DESIGN SCOPE COST LOCA TIO!llIREFERENCE City of San Bernardino City Hall Remodel 418 sf 2"" and 3'" floor restrooms to 40,000 ADA Restroom renovations comply with handicap accessibility requirements San Bemardino, CA Frazee community Center Renovation of 6,537 sf, 1930's church to a 320,865 San Bernardino, CA community center. Lawrence A. Hutton Community Remodel & 4700 sf addition including 436,634 Center - City of Colton administrative offices, exercise room, community room, kitchen, and ADA restrooms. Peter S. Luque Community Center Remodel & 3000 sf addition, new branch library, 303,554 City of Colton kitchen and community room modifications, and ADA restrooms. U.S. Navy Child Development Center Design build 20,000 sf one-story, day care 2,939,D43 Twentynine Palms, CA facility with play ground, classrooms, offices and kitchen. Valley Wide Recreation Center Design build 20,000 sf recreation center, 1,200,000 San Jacinto, CA aerobics/dance studios, performance stage, kitchen, and davcare. Victorville Courthouse 4,000 sf court room addition and 1,631,566 Expansion/Renovation 9,100 sf interior improvements to include Victorville, CA administrative offices, courtrooms and judges chambers. Rudy Hemandez, Delmann Heights, Short time frame addition and remodel work to 775.000 Johnson & Mill Community Centers four community centers funded by the Economic (4 projects) San Bernardino, CA Development Department. Project was out to bid 9 weeks after notice to proceed. Ayala Park Restroom Remodel Addition of a 252 sf snack bar area, a 400 sf 77,360 City of Chino Parks & Facilities second story balcony eating area to an existing Division building, two 400 sf kiosks with fixed seating, a 300 sf storage area and lighting for the ball field. Remodel to existing 420 sf rest rooms. ADA Assessment Analysis for ADA assessment analysis and cost estimate for 408.314 San Bernardino City existing gymnasium facilities. Parks, Recreation & Community Services Dept. San Bernardino City Council Renovation of council chambers and restrooms 60.000 Chambers Renovation for ADA compliance San Bernardino, CA San Bernardino Communications 7,820 sf tenant improvements to provide offices. 75,000 Tenant Improvements conference rooms, communications studio and San Bemardino, CA ADA accessible restrooms. Riley Gym Renovation of a 17,000 SF Civic gymnasium 300,000 Norco, CA accommodating 2 practice and one full sized I ,.nll..! tI"n,... p',,";~ "ntl e e e Villa Corona Clubhouse 9,700 sf clubhouse and recreation center with 750,000 Neighborhood Recreation Center community room, kitchen, pool and spa. Corona, CA E)! IHIBIT "B" Historic Corona Gymnasium & Structural and accessibility surveys with 75,000 Community Center alterations, repairs and adding conditioned air, Corona, CA hardwood floor and improvements. Chino Children's Museum Renovation of historic downtown bank, 600,000 Chino, CA approximately 10,000 sf , into 1930's period children's museum. Bloomington Library 12,000 sf library and administration center 1,740,000 San Bernardino County Arch. & Eng. Bloomin9ton. CA Immigration & Naturalization 55,000 sf 2-story bldg. with offices, detention 2,800,000 San Bernardino, CA areas, sally port, public waiting & information areas Social Security Administration Office 44,700 sf, 2-story office building consisting of 1,800,000 of Hearing & Appeals administrative offices, hearing & appeal San Bernardino, CA courtrooms, conference rooms and accessory rooms. Fontana Performing Arts Center Elevator installation and handicap restroom 50,000 Fontana, CA accessibility. Parking lot modifications for handicap accessibilily. lucerne Valley Library 3,500 sf Library and community room. Wood 200,000 lucerne, CA frame and stucco construction incorporate a desert western theme and convective natural ventilation clerestory windows provide daylight and reduce lighting cost. Wildornar Branch library 5,000 sf wood frame construction branch library 600,000 Riverside County Architecture & Eng. with community center, conference room and Wildomar ,Ca administrative offices. Menninger Foundation 10,000 sf one story wood frame building with 1,800,000 Child Evaluation/Admin. Center administrative offices, classrooms, counseling Yuciapa, CA rooms for staff psychologists to evaluate abused and battered children. Two 4,000 sf each foster homes for long term housing of abused and battered children. EI Mirage Service and Information 8,000 sf visitors center and BlM administrative 1,274,000 Center offices and 5,000 sf vehicle maintenance facility San Bernardino County Architecture, Building & Engineering Glen Helen Picnic Shelter & Rest New 816 sf concrete block rest room facilities 178,400 rooms, San Bernardino County and two shade structures, 1600 sf and 400 sf, Architecture & Engineering Dept. connected by concrete walkways. Church of Jesus Christ of latter-day Since 1986, over $60 million worth of renovation 60,000 - Saints, Various locations throughout and addition work including chapels, 1,900,000 Southern California, Arizona & Utah classrooms, administration offices, and cultural ~ .u_ I wnnrl flnn. e e e RECENT CLIENT LIST Gary W. Miller, Architect & Associates, Inc. CLIENT INFORMATION PROJECT NAME & seo IT"l TYPE Scott Bangle General Architectural -Addition and remodel to the Public Services Manager Services Contract for the City of Fontana Corporate yard City of Fontana City of Fontana 16489 Orange Way -Renovation of 2,000 sf of Fontana, CA 92335 holding cell to be converted to Phone (909)350-6766 administrative offices -Performing Arts Center renovation Ron Kenny Numerous projects for the Restrooms and master planning Director of Parks, Recreation & City of Colton Parks & Design services at several Family Services Recreation Dept. parks City of Colton 670 Colton Avenue Colton, CA 92324 Phone (909)370-6156 Ralph Aftaitati Social Security 44,700 sf 2 story office building 393 W. Athol Street Administration and Office of consisting of administrative San Bemardino, CA 92401 Hearing & Appeals offices, Hearing & Appeals Phone (909) 889-Q131 courtrooms, conference rooms and accessory rooms Ralph Hosni Prado Park Restroom Structural analysis of (8) park San Bernardino County Renovations restrooms and replacement of Architecture, Building & Engineering metal roof framing and 385 North Arrowhead Ave. installation of new standing San Bernardino, CA 92415-0181 seam roofing. Phone (909)387-5270 Joe Tin9 Child Development Center Design build 20,000 sf one- SOUTHWESTDIV CODE on U.S. Navy base at story, Type V day care facility NAV FAC ENG COM Twentynine Palms, CA with play ground, classrooms, Building 127 offices and kitchen 1220 Pacific Highway San Diego, CA 92132-5187 Phone (619) 532-3324 Beth Hartley Numerous projects for the Renovation/remodels of city City of Corona park, Recreation & City of Corona offices and recreation facilities. Community Services Department Corona, CA Phone (909) 279-3596 James Sharer Numerous projects for the Renovations/remodels of city City of San Bemardino City of San Bernardino offices, restrooms and Facilities Management Department recreation facilities for ADA San Bernardino, Ca accessibility . Phone (909) 384-5244 Rod Burtenshaw Churches, warehouses, Have designed over $100 Church of Jesus Christ of Latter-day administrative offices million worth of churches, Saints warehouses and administrative 50 East North Temple Street offices for this client over the Salt Lake City, UT 84150 last 10 years. , IR01 \ "40-3754 EXHIBIT "B" e PRICE FORM (To be submined in a scaled envelope from proposal documents) REQUEST FOR PROPOSALS: RFP DESCRlPTION OF WORK: DESIGN SERVICES FOR PF.RRIS HILLS SENIOR CENTER EXPANSION OFFEROR'S NAME! ADDRESS: Gary W. Miller AIcbitect & Associates 350 W Fifth Street, Suite 20 I San Bernardino CA 92401 NAME! TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE GlIlY W. Miller 909-889-4480 e Item DescnDtion 001 To provide all labor, matcrials, and supervision to perform design Services for Perris Hill Senior Center Ellpansion, as detailed in this specification and scope Of work for the LUMP SUM OF: 536,800.00 - -Exclusions: Civil Engineering. Landscape Design, Plumbing Engineering, Soils Report, Material or Construction related tCl>-t1ng. Are there any other additional or incidental costs which will he required by your flCm in order to meet the requirements ufthe Tcchnical Specilications? Yes I No (cirCle one). If you answered "Ycs", please providc detail ufsaid additional costs: Please indicate any clements uf the Technical Specifications which cannot be met by your firm. e e EXHIBIT "B" Havc you included in your proposal all infunnational items and forms as requcste@1 No (circle one). If yOll an.<;wcrcd "No" ,please explain: This offer shall remain firm for 120 days from RFP close date. Tcrms and conditions as set forth in this RFP apply to this proposal. Cash discounts allowable % (30) days. days; unless otherwise stated, payment terms arc: Net thirty In signing this proposal, Offeror warrant~ that all certifications and docllments rcqUeb1ed herein arc attached and properly completed and signed. Firm time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addcnda wa.oJ were received. e Verification of Addenda Received No Addenda IsSlles Received on: Received on: Rcccived on: Addenda No: Addenda No: Addenda No: AUTIiORlZED SIGNATURE: PRINT SIGNER'S NAME AND TlTILE: DATE SIGNED: COMPANY NAME & ADDRESS: April 4. 2002 Gary W. Miller Architect & Associates 350 W Fifth Street, Suite 102 San Bernardino CA 92401 e PHONE: (909) 889-4489 FAX: 909-384-9034 TOTA.. P.1il3 e e e EXHIBIT "e" CITY OF SAN BERNARDINO PERRIS HILL SENIOR CENTER EXPANSION REVISED SCHEDULE MARCH 25. 2002 Proposal Received ......................................... March 4, 2002 Architect Notice to Proceed ................................... April 25; 2002 Meeting to Initiate Project. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. April 30, 2002 Meeting with Staff & User Group Refinement of Program Complete . . . . . . . . . . . . . . . . . . . . . . . . . . . .. May 6. 2002 Schematic Design Development and Preliminary Construction Cost Estimate Submitted ............ May 9, 2002 Schematic Design Development Review Complete. . . . . . . . . . . . . . . ., May 13. 2002 Design Development Documents Complete I Submitted for Review .... May 20. 2002 Approval of Design Development Documents ..................... May 22, 2002 Construction Documents Complete and Submitted for City Review. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ., June10, 2002 Review Complete and Final Revisions complete and Submitted for Building & Safety Final Approval . . . . . . . . . . . . . . . . . . June 28, 2002 e e e EXHffiIT "D" FEE SCHEDULE Gary W. Miller Archilecl & Associates, Inc. 350 West Fifth Street, Ste. 201 San Bemardino, CA 92401 (909) 889-4480 F P\X. (909) 384-9034 PROFESSIONAL AND TECHNICAL STAFF: Senior PrIncipal $ 125.OOIhour CourtlArbitralion Appearance $ 12O.OOIhour Deposition" $1201S1SOIhour Principal 5100.00 As$ociate 585.OOIhour Senior Project Manager $70.OOIhour Project MllI18ger $65.oo/hour Staff Architect $6O.OOIhour contract Administrator $54.00/hour Senior Technician $55.OOIhour Intermediate TllChnician $45.00 Junior TllChnician $35.OOIhour Administrative As$istant S45.OOIhour secretarialfClerical!lntern $25.00/hour Archive Retrieval Fee $40.00 OWlrtime for hoUrly peraonnel wi! be charge at the base rate of 1.5 per hour for time in ._ of 8 hours per weekday or for work on Salurdays. Sundays and holidays. "Firsl3 hours@$12O.oo, 518OJhourfor each hour or portion thereafter. EXPENSES: 1. OUt of pockel expenses, (i.e. photo copies, film development, shipping, blueprints): cosl plus 15%. 2. Reproduction done In-house: Blueprints: sepias: MyIars: P10ttar Costs: $.17 per square 1001 5.50 per square fool $.84 per square print 24 x 36 S39.DO/each 30x42 $47.00/each $.15 per 8.1/2"xll" or 8-1/2"x14" page. Pholo Copies: 3. Mileage: $.40 per mile. 4. For work which requires overnight lodging, a per diem charge will be made appropriate to the erea, based on actual costs. 5. OUtside consultants shall be billed al direct cost plus 5%. INVOICING Invoices win be issued monthly end are payable Within 30 days, unless otherwISe agreed. Interest of 1.1/2% per month. bul not exc:eeding the maximum rate a110wecl by law, will be payable on any amounts not paid within 30 days. Payment thereafter 10 be applied frst to accrued interest and then to the princlpal unpaid amount. Attomey's fees or other cost incurred in COllecting any delinquent amount shall be paid by the client. ./1M'11 TOTR.. p, B3 May 13, 2002 Gary W. Miller Gary W. Miller and Associates 350 W. Fifth Street, Suite 201 San Bernardino, CA 92401 Dear Mr. Miller, At the Mayor and Common Council meeting of May 6, 2002, the City of San Bernardino adopted Resolution 2002-125 - Resolution approving an agreement for professional services with Gary W Miller Architect & Associates, Inc., for design of the Perris Hill Senior Center expansion located at 780 E. 21st Street. Enclosed is one (1) original agreement. Please sign in the appropriate locations and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by July 5, 2002. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, Michelle Taylor Senior Secretary Enclosure ., > CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: May 16, 2002 TO: Mike Grubbs, Field Engineer FROM: Michelle Taylor, Senior Secretary RE: Resolution 2002-125 - Gary W. Miller Architect & Associates CC: Finance Attached is a fully executed copy of the agreement for professional services with Gary W. Miller Architect & Associates for design of the expansion of the Perris Hill Senior Center. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. .1. ~ i ..~ ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM dt:JJd- \ as Absent ,~ Meeting Date (Date Adapted): :5 -b - 0 d- Item # Vate: Ayes l-~ I -ii-I) Nays e- Change ta matian ta amend original documents: - 13 Resolution # Abstain .-G- Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: -==-- Direct City Clerk to (circle 1): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: 5 - (')- 0 d Date of Mayor's Signature: :5 - %'~ Date of ClerklCDC Signature: ,5 -'9 -() d- NullNoidAfter: I.oOO~!\J n-S-Od I By: Reso. Log Updated: ,/' Seal Impressed: ~ Date MemolLetter Sent for Signature: 5 - \ 3, -0 d 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: ~ Date Returned: ~-Ifo-O;;L See Attached: See Attached: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (64\3, 6429, 6433, 10584, 10585, 12634): Updated CDC Persa~nel Falders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Capies Distributed ta: City Attorney V Parks & Rec. Code Compliance Dev. Services / Public Services Water Police Notes: Yes V Na By - Yes No -L- By Yes No~ By Yes Na-7 By Yes Na By EDA Finance ,/ MIS Others: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE IContract Term. etc.) Ready ta File: TV'r\ Date: !5-IC,-O~ Revised 01/12/0 I