Loading...
HomeMy WebLinkAboutR06-Economic Development Agency ~ o o o DBVBLOPMBI!I1' DBPARTMEN'l' OP THE CITY OP SAIl BBRNARDINO REQUEST POR COMMISSION/COUNCIL ACTION Prom: Roger G. Hardgrave, Dir. of Public Works/City Engr. Date: 6-03-92 Subject: Authorization to Execute Agreement for Professional Design Services - Renovation of Savings . Loan Building for Central Police Station -- LEACH MOUNCE ARCHI- TECTS ----------------------------------------------------------------- Synopsis of Previous Commission/Council/Committee Action: 04-09-92 Oral report on results of Police Department Space Study presented to RDA Committee. 6 ---------------------------------------------------------------- Recommended Motion: Adopt resolution. cc: S. Clark Roger G. ardgrave, Dir. of P.W. C.E. -------------------~~:_~~:~:_~::~~-~~~:_~~:~::_~~~~-~::~:~:_--- Contact Person: Roqer G. Hardgrave Phone: 5025 Project Area: Central City North Wardls): 1 Staff Report, Supporting Data Attached: Aqreement and Resolution FUNDING REQUIREMENTS: Amount: $ 219,900 Budget Authority: Source: ----------------------------------------------------------------- Commission/Council Notes: o Agenda Item No.: (0 -^.,~"", "".,.".",>:,..".".- 1 - w CITY OF SAN BERNARDINO - REQUEST Fj)R COUNCIL ACTION ~ \ STAFF REPORT ( BACKGROUND Last year, the Economic Development Agency purchased the former savings and loan facility located at 7th and "E" streets for renovation into a new facility for the Police Department. On May 4, 1992, the Economic Development Commission approved a space plan study by Archetype International which determined current and future space needs of the Police Department. Asbestos testing of the buildings will be conducted soon by AMS Natech. The next step in the renovation process is selection of an architectural firm to develop plans, specifications, and estimate costs for tl;1e bl1ilding'" renovation. . , In March, requests for proposals for architectural services were sent to eight qualified firms. Responses were received from five firms by the deadline of May 8, 19,92. On May 19, 1992, an interview panel consisting of Councilman Jack Reilly, Lorraine Velarde (Mayor's Office), Peggy Ducey (City Administration), Mark Hinkley (Planning and Building Services), Steve Griffin (Facilities Maintenance), Mike Lewis (Police), and Gene Klatt (Assistant City Engineer), interviewed the following five firms: o 1. 2. 3. 4. 5. Meyer & Allen Associates Villanueva/Arnoni Architects Leach Mounce Architects Rachlin & Rachlin Architects Archetype International After carefully reviewing their qualifications, the panel selected Leach Mounce Architects as the most qualified to provide the necessary services. Copies of all proposals are on file as well as rating sheets of each rater along with their comments. Leach Mounce specializes in the design of law enforcement and public safety facilities, and their experience includes more than forty police projects, twelve detention projects, six communication centers, three crime labs, and ten fire stations. Attached is a listing of architectural projects by Leach Mounce that are similar to the San Bernardino Police project (Attachment A). Also important, Leach Mounce is experienced in not only new facility design, but renovations of existing buildings as well. Based on their previous experience and their proposed work plan, it is recommended that Leach Mounce be awarded the contract to prepare plans, specifications, and estimate costs of the planned police facility renovations, at a cost not to exceed $219,900. o {g 75.0264 """"r',_,~,,', '. '.' o 6 o .IJiII! ..J. u .1 o o Since it is important that the project proceed in a timely fashion it is also recommended that the contract with Archetype International, the firm who performed the space study, be amended to include the preparation of preliminary floor plans, based upon the needs identified in their space study and the knowledge they have of the current police operations (separate agenda item). The amendment will not exceed $32,000. These tasks will be deleted from the contract with Leach Mounce. Leach Mounce has projected a 23 week time schedule, attached to the Agreement as Exhibit 2. The contract documents should be complete and ready to advertise for bids by October, 1992. However, they have stated that depending on the turn-around time for plan reviews, the project time could be shortened by 1 -2 months. During the architectural interviews, it was the unanimous opinion of all firms involved that the $2 million currently budgeted for the renovation was inadequate, and another $1 million would be necessary to remodel the facility. Based upon this input, an estimated cost of the project is as follows: Purchase Price of Facility Asbestos Testing Space Study Architectural Plan Design Schematic Drawings Construction (Estimate) TOTAL $3,580,850 3,000 25,000 251,900 32,000 $3.000.000 $6,892,750 ==z.s====== RBCOMllllRDATION I That the Mayor and Common Council authorize an agreement with Leach Mounce Architects to prepare plans, specifications, and estimates of construction costs, at a cost not to exceed $219,900. (p =.~""""" o o o L! J SIMILIAR PROJECTS 0 o Architectural Projects by Leach Mounce Architects Similiar to the San Bernardino Central Police Station Project .. ~ LMch Mounce Archltecta ---..........- Mat............. ............. ... '~~~m~~; : Needs Assessments ilrc!!!!!~!@l;l " j!liill:il ..'~.!..;.',....,.'....'....':.'....,.'..:.:.'..'...'De;Rt"e'~nl<!u:o;tn:il ....- rf:t~.::.~.y~..~ .......,.... , tn:nm~~ :Eitij 1'111111 l!l!l:i:lil :'::~<:::::::::::::.:- ;::\:::IEl~~l:~' " . ATTACHMENT A Police Facility. AIcIdia. California PoIic. Facility. Bou\clcr. Co1ondo. Public Safely and Service Center. Carlsbod. California Communications Clf.. Loa Ani.... Inrcmalional Airport Law Enforccmcnl Facilily. Thousand Oaks. California Public Safely Facility. Escondido. California lusu.. Cemcr. G\cndalc. Arizcnia. Emcrlcncy Operalions Ccnlcr. GlcndaIc. California Public Service Bui1dinl. GlendaI.. California Polic. Facitily. Modcslo. California Polic. H.adquart..... Napcrvillc.lIlinois . Police Facilily. Puadcna. California Cily Hall. Portcrvill.. California Polic. Facility. Portcrvillc. California Polic. Facilily. Redmond. WuhinllOll Police Facilily. Rcclwood Cily. California Civic Cemcr. Rcnl!lll. W uhinllOll Police Facilily. Tuscaloosa. A1abama · Crime Lab. V.ruura Counly. California Polic. H.adquarlcrs. Wasl ChicaIO. D1inois. Polic. Facilily. Whcal!lll. lUinoia · Police H.adqUarlcrs.1looIon. MassachuscllS. Polic. H.adq_. Richmond. Virlinia. Communications Clf.. Roc....tcr/MonrocCounly. N.w York Police Focilily. F-. Ca1ifomia Polic. Facilily. So\dolIIa, A1uu. Police Facilily. N.w CIIlIe Counly. o.lcwarc Police Facilily. Tomncc. Ca1ifomia Police Facilily. MassacbusclIa Bay T...,.il AUlhorily. ;tMtm ~ 1:I]~I~l1~~~ ~ ~~:~:\~R "</.:.:.:,.:.;.:.; ;~:::~ :m~tm; ~ '''''~ ~ hW..X";:'- c,;;,; ~.llllii ;;!,~lii .it ~.@",H ~ ...\';:' :: ~!li ~ ~(~1;~ = ~l~':i ~tg[H t/ :'tlMW '.....'...,...........,..nI............,'..,... .~.,..'.;......,.,"....'...',...."..'.'...,'.'...;,'.' ,.",.".\.,; r;:i .. ." ::::~,:::n:~~;:~:; I ~ ;;;;.:: ~I: ~~ 01 ;;. :1 :~;. ~ U;;= - .,.,.,...,.., ~"'Ii ~"""'; ;;!t ~::;;I ~~~~1~1 = ~:'~i::ltI1 ~;';;~.;: i?~ ~ 1I11; '....~, ;~, .:.:-..:.;.;::::;::::) ~HlEm ~..,.,."."" .~ ...}~. .. "', W'+ ::,:,::.,:::,:::::::::::: .~".'.'..I.'."."'.' .. :::,::::' '..:::~: ~ll '~"'"~....' .. :::.:.: .,::.: '. ,,} ::::::::,:;:,::::::~::: ',,::;::,:~:::::::n .._.,.......:..'.-..'-. ~....,.......... ......-...-........<... .Local Architect for Consuuction Documentation and Administration ., ]{ltllliI~:~ ~lU1H t/ MM:f@ ::::::::::::::::~ ~%Hll ~::ll M1HM~ ~:::;:.:j;:1 t/ :ttMW ~;llI' ..v....,............ 8Wf~~::{:~ ~HMNH ~;. ~i~ ~M? ~:= .F:.......y...~...... .. ::~:w.:{ ~ ....Ilt :::::;;:;;i~:{ ~ ,;.;Ii<\ ~;,.~ :'::':=::::::;:::'::::': il(l ~.'.'."".~'" ~ iiil(l ~"."'."il("" . .:.:,-,:."- -,': ';:':';'. ,,:-,.,.: '~"'Ii!!" .. ':::::' ,:':,: , .~ I I t I ; 19 t . , o s o o o 1 2 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 3 FOR PROFESSIONAL SERVICES WITH LEACH MOUNCE ARCHITECTS, RELATING TO RENOVATION OF A SAVINGS AND LOAN BUILDING FOR A CENTRAL POLICE 4 STATION. 5 6 7 8 9 10 11 RESOLUTION NO. BE IT RESOLVED BY THE COMMUNITY DEVELOPMENT COMMISSION, ACTING ON BEHALF OF THE ECONOMIC DEVELOPMENT AGENCY OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Chairman of the Conununity Development Conunission of the City of San Bernardino is hereby authorized and directed to execute, on behalf of said City, an Agreement for Professional Services with Leach Mounce Architects, relating to providing architectural design necessary services for the 12 renovation of the savings and loan building at 701 North "E" 13 Street, for use as a Central Police Station, a copy of which 14 Agreement is attached hereto, marked Exhibi t "A," and 15 incorporated herein by reference as fully as though set forth at 16 length. 17 SECTION 2. This agreement shall not take effect unti~ 18 fully signed and executed by all parties. The City shall not be 19 obligated hereunder unless and until the agreement is fully 20 executed and no oral agreement relating thereto shall be implied 21 or authorized. 22 SECTION 3. The authorization to execute the above- 23 referenced agreement is rescinded if the parties to the agreement 24 fail to execute it within sixty (60) days of the passage of this 25 resolution. 26//// 27//// 28 lIlt 6-03-92 L, . . o " o 24 25 26 27 28 ARCHITECTS. <:) 1 2 3 4 5 6 7 o I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Community Development Commission of the City of San Bernardino at a meeting thereof, held on the , 1992, by the following vote, to-wit: day of 8 HERNANDEZ 9 MAUDSLEY 10 MINOR 11 POPE-LUDLAM 12 MILLER 13 14 15 16 17 18 19 20 21 22 23 Commission Members: AYES ~ ESTRADA REILLY ABSTAIN ABSENT Secretary day of The foregoing resolution is hereby approved this , 1992. Approved as to form and legal content: BY~P~ ) / Agenc unsel - - 2 - w. R. HolCOmb, Chairman Community Development Commission of City of San Bernardino CD o s c ...--" o o BDIBIT "A" AGRBJUlBII'r 1'0. PIlO.BSSIORAL SERVICES This AGREEMENT is made and entered into this day of June , 1992, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and LEACH MOUNCE ARCHITECTS, Inc., a california corporation, hereinafter referred to as "ENGINEER". WITNESSETH WHEREAS, city desires to obtain professional services to prepare plans, specifications, estimates and construction documents for the renovation of a savings and loan building and adjacent structure for a Central Police Station using only the existing structures and land area: WHEREAS, in order to develop, plans, specifications, estimates -and construction documents, it is necessary to retain the professional services of a qualified engineering and consulting firm: and WHEREAS, Engineer is qualified to provide said professional services: and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services " and as contained in the proposal dated June 2. 199~ , a copy of which is attached hereto as Exhibit "I" and incorporated as though set forth in full. 2. TERM OF AGREEMENT The services of Engineer are to commence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates specifically set forth in Exhibit "2" attached hereto and incorporated herein as though set forth in full, will be adjusted by Engineer as the City authorizes the work. Such adjustments shall require City approval prior to commencement of performance of each phase. This Agreement shall expire as specified by the Exhibit "2" schedule unless extended by written agreement of the parties. l.o o rJ o o o 3. STANDARD OP PERFORMANCE Engineer shall complete all work product and design in confor- mance with Standard Specifications for Public Works Construction (Greenbook) ,the City of San Bernardino's Standard Drawings, Uniforll Building Code, ADA requirements, Uniform Plumbing, Pire and Mechan- ical Codes and current building design standards for this tyPe of facility. 4. CHANGES/EXTRA. SERVICES A. Performance of the work specified in the "Scope of Servic- es", is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be incorporated by written amend- ments to this Agreement and include any increase or decrease in the amount of compensation due Engineer 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 Engineer under this Agreement unless such extra services are authorized, in writing, by City prior to performance of such work. Authorized extra services shall be invoiCed based on Engineer's "Schedule of Hourly Rates. dated Januarv 1992 , a copy of which is attached hereto as Exhibit "4" and incorporated herein as though set forth in full. s. COMPENSATION A. The City shall reimburse the Engineer for actual cosu (inClUding labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, in an amount not to exceed $219.900.00. Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit .3., attached hereto and incorporated herein as though set forth in full. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by City and Engineer before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 2 (0 o s o - ]~ o o 3. Duration of work if the change from the time period speci- fied in the Agre_ent for Completion of the work warrants such adjustment. C. The Engineer is required to comply with all Federal, state and local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1775. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agre_ent shall be submitted monthly by Engineer to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within ten (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in eUspute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first" to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. Section 9-10 of the Cal-Trans Standard Specifications is hereby specifically waived and not applicable to this agre_ent. The parties hereto otherwise agree not to be bound by any other require- ments for arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agre_ent, by direct application to the Courts. C. Should litigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of the amount payable under this Agreement, then all litigation and collection expense., witness fee., and court cost., and attorney'. fee. shall be paid to the prevailing party. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Public Works of City, or his designee, shall have the right of general supervision over all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Public Works or his designee. B. The Office of the Administrator may review and inspect the Engineer's activities during the progress of the program. 3 {p o s o o o 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employe. or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices and employe. policies for minorities and other designated classes in accordance with federal, state and local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any employee or applicant for employment on the basis of age, handi- cap or religion in compliance with State and Federal laws. 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 Engineer for all the fees, charges and services performed to City'S satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer 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. Any subsequent use of such incomplete documents shall be at the sole risk of the City and the City agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including Attorney's fees, and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "4". B. This aqre_ent may be terminated for the convenience of the city upon thirty (30) days written notice to Engineer. Upon such notice, Engineer shall provide work product to City and City shall compensate Engineer in the manner set forth above. C. Agreement until all Following the effective date of termination of this pursuant to this section, the Agreement shall continue obligations arising from such termination are satisfied. CONTINGENCIES 10. In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, and the City may 9rant to Engineer such extensions of time and make other arrangements or 4 & o e o o o addition., excepting any increase in payment, a. may be rea.onable under the cirCUllStance.. Increases in payment shall be made only under the "change." provi.ion of thi. Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or cirCUlllStance for which it claims or may claim an extension. 11. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the perfor- mance of the services provided for under this Agreement. Engineer shall furnish such service. in its own manner and in no respect shall it be considered an agent or employee of City. 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and yoid and shall constitute a breach- of this Agreement. All subcontracts exceeding $10,000, shall contain all provisions of this contract. 13. NOTICES All official notices relative to thi. Agreement shall be in writing and addressed to the following representatives of Engineer and City: ENGINEER Leach Mounce Architects 3436 North Verdugo Road Glendale, CA 91208 gn Mr. Roqer Hardgrave Director of Public Works/ City Engineer 300 North "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OP PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents without independent evaluation. B. The City shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the partie. hereto at the time such costs arise, but in no event shall the work to be performed hereunder cea.e a. a consequence of any unforeseen charges unless by -mutual written agreement of City and Engineer. C. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law, precedent, or agreement these documents become public property. All such documents or records shall be made 5 ~ o 6 o o 0 accessible to city. Engineer shall maintain all records for inspec- tion by the City, state, or their duly authorized representative. for a period of three (3) year. after final payment. Engineer shall stamp and sign all specifications, e.timate., plan. and engineering data furnished, and, where appropriate, indicate registration nUlllber. 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the Construction Cost prepared by Engineer represents his jUdgment as a design professional and i. supplied for the general guidance of the city. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer doe. not guarantee the accuracy of such opinion. as compared to contractor bids or actual cost to the City. 16. COVENANT AGAINST CONTINGENT FEE Engineer 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 .stablished commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, City shall 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 full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CAUSE A. Engineer hereby agrees to hold City, its elective and appointive board., officers, and employees, harmless from any liability for damage or claims for damage for personal injury including death, as well as from claims for property damage, which may arise from Engineer'S negligent acts, errors or omissions under this Agreement. B. Engineer shall indemnify, defend and hold free and harmless the City, its officers and it. employe.. from all claims, damages, costs, expenses, and liability, inClUding, but not limited to attorney's fees imposed upon them for any alleged 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 Engineer under this Agreement. 1a. INDEMNITY Engineer shall indemnify, defend and hold harmless City from and again.t any and all claims, demands, suits, actions, proceedings, jUdgments, losses, damages, injuries, penalties, costs, expenses (including attorney's f.es) and liabilities, of, by, or with respect to third parties, which arise solely from Engineer'S negligent performance of services under this Agreement. Engineer shall not be 6 Co o o o o o responsible for, and City shall indemnify, defend and hold harmless Enqineer froll and aqainst, any and all claims, demands, suits, actions, proceedings, judqments, losses, damaqes, injurie., penal- ties, costs, expenses (inClUding attorney's fees) and liabilities of, by or with respect to third partie., which arise solely from the City'S neqliqence. With r.spect to any and all claill., demands, suit., actions, proc.edinq., jUdqments, losses, dallaqe., injuries, penalties, costs, expenses (includinq attorney's fees) and liabil- ities of, by or with resp.ct to third parties, which arise from the joint or concurrent neqliqence of Enqineer and City, each party shall assume r.sponsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE A. Enqineer's liability insurance for injury or damaqe to persons or property arising out of work for which legal liability may be found to rest upon Enqineer other than for professional errors and ollissions, shall be a minimum of $1,000,000. For any dallage on account of any error, ollission or other professional negliqence Enqine.r's insurance, shall be limited in a sum not to exceed $50,000 .or Enqineer's fee, whichever is greater~ B. The City will require the Enqineer to provide Workers Compensation and comprehensive qeneral liability insurance, including cOllpleted operations and contractual liability, with coverage suffi- cient to insure the Engine.r's indemnity, as above required; and, such insurance will include the City, the Engineer, their consultants, and each of th.ir officers, agents and ellployees as additional insureds. C. Engineer shall provide evidence of insurance in the form of a policy of insurance, in which the City is named as an additional nailed insured to the extent of the coverage required by this Aqreement. 20. VALIDITY Should any provision herein be found or deelled to be invalid, this Agr....nt shall be constru.d 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. 21. ENTIRE AGREEMENT This Aqreellent represents the entire and inteqrated agreement between the parties hereto and supersedes all prior and contellporaneous neqotiations, representations, understandinqs and aqreellents, whether written or oral, with respect to the subject matter thereof. This Aqreement lIay be amended only by written instrument signed by both parties. 7 &> o e o . o o AGREEMENT: PROFESSIONAL SERVICES FOR DESIGN AND RENOVATION OP SAVINGS AND LOAN BUILDING AND ADJACENT STRUCTURE FOR NEW POLICE STATION IN WITNESS WHEREOF, the partie. hereto have cau.ed this Agreement to be executed on the date written above by their duly authorized Officer. on their behalf. ATTEST: LEACH MOUNCE ARCHITECTS By Howard Leach, President RACHEL KRASNEY, City Clerk CITY OF SAN BERNARDINO, a municipal corporation By W. R. Holcomb, Mayor Approved a. to form and legal content: JAMES F. PENMAN City Attorney By:~ v 8 /;