Loading...
HomeMy WebLinkAbout16-Development Services C....'~..L , "-.:.,, t/1 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION File: 6.7178 Synopsis of Previous Council Action: Subject: Resolution awarding contract to Architect Milford Wayne Donaldson, FAIA, Inc., for preparing a final plan, specifications, and estimates for renovation and retrofit of the San Bernardino Santa Fe Depot. MCC Date: 11/20/00 From: William Woolard, Interim Director Dept: Development Services Date: November 7,2000 10/20/00 Agreement for Professional Environmental Inspection Services approved with Earth Tech for providing inspection of hazardous waste removal at the San Bernardino Santa Fe Depot. 3/06/00 Approval of the Rehabilitation and Adaptive Reuse Plan for the San Bernardino Santa Fe Depot. 6/07/99 Agreement for Professional Services awarded to Architect Mi]ford Wayne Donaldson, F AlA, Inc., to prepare preliminary plans, specifications, and estimates for the rehabilitation, seismic retrofit, and adaptive reuse of the Santa Fe Depot. 2/15/99 Authorized an amendment to the Cooperative Agreement with SANBAG and the Economic Development Agency to include City as owner for restoration of the Santa Fe Depot and the Commuter Rail Station. Recommended Motion: Adopt Resolution ~ William Woolard Contact person: larb Thaioeir. Senior Civil Engineer Phone: 5]27 Supporting data attached: Staff Reoort. Reso. Agreement. MemoWard: 1 FUNDING REQUIREMENTS: Amount: $1.171.324. Source: (Acct. No.) 123-558-5504-7178 Acct. Description: Restoration of San Bernardino Santa Fe Depot Finance:~~~J I~JlJQ Agenda Item No. J (, Council Notes: citv of San Bernardino- Reouest for Council Action Staff Report Subiect: Resolution awarding contract to Architect Milford Wayne Donaldson, FAIA, Inc., for preparing plans, specifications, and estimates for renovation and retrofit of the San Bernardino Santa Fe Depot. Back2round: The Public Works Division issued a Request for Qualifications (RFQ) for the above named project. The RFQ was mailed to 30 architectural firms, advertised in The San Bernardino County Sun newspaper, and with the San Bernardino Area Chamber of Commerce. Eleven responses were received and reviewed by a selection committee consisting of Bill Woolard, Development Services Interim Director, Lynn Merrill, Public Services Director, and Victoria Baker of SANBAG. Following this review, the selection committee chose the following companies to submit a Request for Proposal and attend a selection interview. 1. Architect Milford Wayne Donaldson, FAIA, Inc. 2. Rachlin Architects 3. WWcOT Architects On October 18, 2000, a selection committee consisting of Councilwoman Esther Estrada, Ward 1; Bill Woolard; Lynn Merrill; Ray Casey, City Engineer; Esther Mata, Mt. Vernon PAC; and Victoria Baker, interviewed these firms. Based on those interviews and the proposals submitted, the committee determined that Architect Milford Wayne Donaldson, FAIA, Inc. was the best qualified to provide the services and best able to meet the schedule necessary to meet the funding requirement deadlines. The committee considered similar project experience, personnel assigned to the project, past experience with the firm (where applicable), ability to meet scheduling requirements, and understanding of and interest in the project in making their determination. The cost elements related to the scope of services for this project are detailed in Exhibit 1 of the attached agreement. Included in the scope are the environmental document preparation and processing necessary to complete the Section 106 processing, schematic design, design development, and construction document preparation for the restoration of the Santa Fe Depot. Santa Fe Deoot Proiect Status Architect Milford Wayne Donaldson, FAIA, Inc. previously completed the Rehabilitation and Adaptive Reuse Study Plan and Historic Object Inventory report, which forms the basis for the final design of the renovation and retrofit. It is anticipated that the final design will be completed by September of 2001, and the restoration could begin in November of that year. Financial Impact: The City will pay the cost of this Agreement for Services, not to exceed $1,064,840, with a contingency amount of $106,484, and will be reimbursed by Caltrans from the $2,625,000 in federal transportation funds (TEA 21) authorized. SANBAG has already funded $243,662 of the local match for this phase. The remaining unused TEA 21 monies and other grants will be used during the construction phase. Recommendation: That the Mayor and Common Council adopt the Resolution awarding contract to Architect Milford Wayne Donaldson, FAIA, Inc. for preparing a final plan, specifications, and estimates for renovation and retrofit of the San Bernardino Santa Fe Depot. c c c (g(Q)~)1 ~ -.1M 1 2 RESOLUTION OF THE CITY OF SAN BERNARDINO A WARDING A 3 CONTRACT TO ARCHITECT MILFORD WAYNE DONALDSON, FAIA, INC. FOR PREPARING A FINAL PLAN, SPECIFICATIONS, AND ESTIMATES FOR 4 NOVATION AND RETROFIT OF THE SAN BERNARDINO SANTA FE DEPOT. 5 6 7 8 9 10 11 RESOLUTION NO. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The proposal and qualifications of ARCHITECT MILFORD WAYNE ONALDSON, F AlA, INC. meet and exceed the requirements that were outlined in the Request or Proposal for preparing a final plan, specifications, and estimates for renovation and retrofit of he San Bernardino Santa Fe Depot. A Contract is awarded accordingly to said Architect in a otal amount not to exceed $1,064,840.00, with a contingency amount of $106,484.00, but such 12 ward shall be effective only upon being fully executed by both parties. All other proposals, 13 14 herefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said 15 Onlract on behalf of the City; a copy of the Contract is attached as Exhibit A and incorporated 16 erein by reference as fully as though set forth at length. The Mayor is also hereby authorized 17 nd directed to execute said Contract with any non-substantive amendments that have been 18 eviewed by the City Attorney and agreed to by the Architect. 19 20 xecuted by the parties, and no party shall be obligated hereunder until the time of such full 21 22 23 24 25 26 27 28 SECTION 2. This Contract shall not take effect until the Contract is fully signed and xecution. No oral Contracts, amendments, modifications or waivers are intended or authorized nd shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it ithin sixty (60) days of the passage of the resolution. c c c 1 RESOLUTION.. . AWARDING A CONTRACT TO ARCHITECT MILFORD WAYNE DONALDSON, FAIA, INC. FOR PREPARING A FINAL PLAN, SPECIFICATIONS, 2 ESTIMATES FOR RENOVATION AND RETROFIT OF THE SAN BERNARDINO 3 SANTA FE DEPOT. 4 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 5 ommon Council of the City of San Bernardino at a meeting thereof, 6 eld on the day of , 2000, by the following vote, to-wit: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 AYES NAYS ABSTAIN ABSENT C GINNIS C CAMMACK Rachel Clark, City Clerk The foregoing resolution is hereby approved this _day of ,2000. Judith Valles, Mayor City of San Bernardino 22 pproved as to form nd legal content: 23 24 25 26 27 28 ames F. Penman ity A orney 2 (g(Q)~V ,. c AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this of 2000, by and between the CITY OF SAN BERNARDINO, Califomia, a municipal corporation, hereinafter referred to as the "CITY" and Architect Milford Wayne Donaldson, FAlA, Inc., hereinafterreferred to as "ARCHITECT". WITNESSETH WHEREAS, City desires to obtain professional architectural services for the preparation of final plans, specifications, and cost estimates for renovation and retrofit of the San Bernardino Santa Fe Depot. WHEREAS, in order to renovate the San Bemardino Santa Fe Depot, it is necessary to retain the professional services of a qualified architectural 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: 1. SCOPE OF SERVICES c Architect shall perform those services specified in Section II "Understanding and approach to the project" and as contained in the proposal dated October 10, 2000, (which is on file at the City Clerk's Office) and proposed costs dated October 10,2000, a copy of which is attached hereto as Exhibit "1", and all of which are incorporated herein as though set forth in full. 2. TERM OF AGREEMENT Architect shall commence within five (5) days after the City has authorized work to start by issuance of a Notice to Proceed. 3. STANDARD OF PERFORMANCE Architect shall complete all work in conformance with Federal, State, and local regulations and industry standards. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Section II "Understanding and approach to the project" and letter dated October 10, 2000, are made an obligation of Architect under this Agreement, subject to any changes made subsequently 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. o c c c B. Architect shall render no extra services 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 time and material not to exceed $1,064,840.00 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on the actual work performed by task. For the purpose of invoicing, certain tasks may be combined in assessing percentage completion. Architect will submit an invoice to the City every four (4) weeks. 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. 3. 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 specitied in the Agreement for Completion of the work warrants such adjustment. C. The Architect is required to comply with all Federal, State and Local laws and ordinances applicable to the work. The Architect is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. D. The Architect agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, part 31 et seq., shall be used to determine the allowability of individual items of cost. E. The Architect also agrees to comply with Federal procedures in accordance with 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. F. Any costs for which payment has been made to Architect that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31 et seq., or 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Architect to City. G. Any subcontract in excess of $10,000, entered into as a result of this contract, shall contain all the provisions of this Agreement. 2 c c c 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every four (4) weeks by Architect 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 Architect 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 (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 dispute 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 Architect. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. 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. B. The office of Federal Highway Administration may review and inspect the Engineer's activities during the progress of the program. 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 the 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 unreasonably withheld. Architect hereby covenants and agrees that upon termination of this Agreement for any reason, Architect will preserve and make immediately available to the City, or its designated 3 c c c 10. 11. 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, 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 attomey's fees and liability arising out of such use. Architect shall be compensated for such services in accordance with Exhibit "I". 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. CONTINGENCIES 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. INDEPENDENT CONTRACTOR Architect shall act as an independent contractor and shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Architect shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Architect and the City. 12. ASSIGNMENT OR SUBCONTRACTING 13. Architect shall not assign this Agreement, or any portion thereof 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. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Architect and City: 4 c ARCHITECT CITY Milford Wayne Donaldson Architect Milford Wayne Donaldson, FAIA, Inc. 530 Sixth A venue Suite 100 San Diego, CA 92101 Mr. William Woolard Interim Director of Development Services 300 N. "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES c c A. The Architect may reasonably rely upon the accuracy of data provided by the City or its agents. B. 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. C. 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. For the purpose of determining compliance with Public Contract Code Section 10115, et. seq. and Title 21, Califomia 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 such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor, FHW A, or any duly authorized representative of the Federal govemment having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall 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 shall be furnished if requested. 5 c c c 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 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 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 CLAUSE A. Architect shall indemnifY, defend and hold free and harmless the City, its officers, and its employees 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 Architect under this Agreement. 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 all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expense of the City Attomey 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 shall indemnifY, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attomey's fees), and liabilities, of, by, or with respect to third parties, which arise from Architect's negligent performance of services under this Agreement. Architect shall not be responsible for, and City shall indemnifY, defend, and hold harmless Architect from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the City's negligent performance under this Agreement. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from 6 c c r '-' the joint or concurrent negligence of Architect and City, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE 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 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. 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. 7 CGREEMENT FOR Professional Services with Architect Milford Wayne Donaldson, FAIA, 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. ATTEST: CITY OF SAN BERNARDINO BY: Rachel Clark, City Clerk City of San Bernardino BY: Judith Valles, Mayor City of San Bernardino Milford Wayne Donaldson BY: Signature c NAME: TITLE: Approved as to form and legal content: JAMES F. PENMAN City Attorney III c 8 MILFORD WAYNE DONALDSON ARCHITECT Exhibit 1 c . .5 3 0 SIXTH AVENUE SAN DIEGO CA 92101 -7010 HISTORIC GASLAMP QUARTER SAN BERNARDINO SANTA FE DEPOT RENOVATION AND RETROFIT PROPOSED COSTS October 10, 2000 A. PROPOSED COSTS c The following is a summation of costs for Architect Milford Wayne Donaldson, F AlA to perfonn the tasks as indicated on the Proposal for Architectural-Engineering Services for the San Bernardino Santa Fe Depot Renovation and Retrofit project. All fees per task include reimbursable costs. --------- Iuk.l Task II Task III Task IV Discipline Section 106 Schematic Design Construction Total Design Development Documents MWD $17,600 : $199,700 : $220,000 i $232.800 ! $670,100 Degenkolb $0 : $31,000 $43,050 ! $66,700 i $140,750 : Krakower $4,700 : $4,100 i I $0 : $1,640 ! $10,440 , I I , $4,600 I ' Korve $0 I $8,500 I $5,600 I $18,700 i $0 i I ' YBK $8,350 ! $22,700 I $28,550 i $59,600 : Bechard Long $0 . $14,200 ; $26,900 i $55,900 ; $97,000 : . IvyllDLA $0 $17,300 : $9,700 I $12,530 : 539,530 : MCB $0 $2.800 i $3,400 I $3,120 . $9,320 : $4,000 : i Leverton $0 : $7,800 I $7,600 $19,400 i , : 5414,440 I $1,064,840 i Total' $17,600 1 5286,650 I 5346,150 i '---' C TELEPHONE: (619\ ~39-7S88 ELECTRONIC \-IAIL: MWDf4 ARCHMWD.COM F.-\CSIMllE: (619) 234-6286 MILRJRD WAYNE DONALDSON ARCHITECT ( San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 3 Item . Senior DesignerlDraftsperson . Specifications Writer . . Intennediate DesignerlDraftsperson . Clerical Task IV: Construction Documents Architect Milford Wayne Donaldson, F AlA . Corporate Architect . Project Manager . Project Architect . Senior DesignerlDraftsperson . Specification Writer . Intennediate DesignerlDraftsperson . Clerical . Reimbursable Expenses Total for Task III i Reimbursable Expenses ' Total for Task IV ! I I I Grand Total for Tasks I, II, m, and IV i Rate I Hours i $80 I 515 $80 I 50 I $70 i 475 , I $50 150 2,630 $120 I 155 $80 i 765 ! I $100 ! 450 I $80 i 740 $80 i 55 $70 345 $50 155 2,665 Total $41,200 . $4,000 $33,250 $7,500 $4,950 $220,000 I - , i I $18,600 I I $61,200 ! $45,000 i ; $59,200 ! I $4,400 : $24,150 I -i , $7,750 $12,500 i $232,800 i $670,100 MILFORD WAYNE DONALDSON San Bernardino Santa Fe Depot ARCHITECT r- COST PROPOSAL . '- October 10, 2000 Page 4 2. Consultants' Fee a. Degenkolb Engineers , : Description Fees Reimbursable Total Expenses , Task 11: Schematic Design $30,400 $600 $31,000 I I Task III: Design Development $42,050 $1,000 I $43,050 ' Task IV: Construction Documents $65,600 $1,100 $66,700 GRANDTOTAL ! $138,050 I $2,700 $140,750 b. Krakower & Associates : Description Fees C Task II: Schematic Design $4,700 ; I , : Task III: Design Development $4,100 I ! , , Task IV: Construction Documents $1,640 ! GRANDTOTAL I $10,440 I c. Korve Engineering , Description Fees Reimbursable I Total Expenses Task 11: Schematic Design $4,400 $200 $4,600 I Task III: Design Development $8,200 I $300 I $8,500 I : Task IV: Construction Documents i $200 $5,600 $5,400 I , GRAND TOTAL ; $18,000 I $700 ! $18,700 . c MILFORD WAYNE DONALDSON San Bernardino Santa Fe Depot ARCHITECT C COST PROPOSAL . October 10, 2000 Page 5 d. Van Buuren Kimper Engineering i Description . Fees Reimbursable Total I Expenses i : Task II: Schematic Design $8,050 $300 $8,350 i i Task III: Design Development $400 I I $22,300 $22,700 I $500 ! I I Task IV: Construction Documents $28,050 $28,550 I I I I $58,40~ , GRANDTOTAL I I $1,200 : $59,600 I I e. Bechard Long & Associates . Description Fees Reimbursable Total Expenses I Task II: Schematic Design $13,700 I $500 I $14,200 I C . Task III: Design Development $26,100 ; $800 : $26,900 : , $700 I Task IV: Construction Documents $55,200 i $55,900 i i , GRAND TOTAL ' $95,000 I $2,000 ; $97,000 I f. Ivy Landscape Architects / IDLA Description Fees Reimbursable Total Expenses I Task II: Schematic Design $17,000 $300 i $17,300 : Task III: Design Development I $9,300 $400 i $9,700 ! Task IV: Construction Documents $11,630 $900 : $12,530 GRAND TOTAL $37,930 $1,600 : $39,530 c I c c c MILFORD WAYNE DONAlDSON ARCHITECT San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 6 g. McKay, Conant, Brook, Inc. Description ! Task II: Schematic Design i Task III: Design Development I Task IV: Construction Documents . GRAND TOTAL h. Leverton & Associates ; Description Task II: Schematic Design ; Task III: Design Development Task 1'/: Construction Documents Fees Reimbursable ! Total $2,650 Expenses I $2,800 ' $150 I $3,150 $250 $3,400 i $3,070 $50 I $3,120 i $8,870 $450 $9,320 i Fees $4,000 $7,800 $7,600 I I GRAND TOTAL: $19,400 ; _.._~---_. c ~ San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 7 MILFORD WAYNE DONALDSON ARCHITECT Basic Costs $120.00/Hour $IOO.OO/Hour $ 90.00/Hour $ 90.00/Hour $ 80.00/Hour $ 80.00/Hour $ 80.00/Hour $ 80.00/Hour $ 80.00/Hour $ 80.00/Hour $ 70.00/Hour $ 70.00/Hour $ 70.00/Hour $ 60.00/Hour $ 70.00/Hour $ 70.00/Hour $ 60.00/Hour $ 60.00/Hour $ 50.00/Hour $ 70.00/Hour $ 40.00/Hour . Miscellaneous In this category are materials, service and equipment which are not covered in the hourly rate schedule. Miscellaneous items include: $ 65.00/Hour $ 15.00/Each $ O.3I/Mile At cost + 15% At cost + 15% At cost + 15% At cost + 15% At cost + 15% . Other Consultants EmDloved bv Architect Milford Wavne Donaldson. F AlA Services outside consultants employed by us on the client's behalf will be charged at cost plus 15%. . Terms ofPavment Payment for services is due upon presentation of the invoice. Invoices are normally rendered on a monthly basis as either a partial or final billing. . 3. Schedule of Fees a. Architect Milford Wayne Donaldson, F AlA . HourJv Rates Corporate Architect Project Architect Construction Administrator Project Historian Project Manager Specification Writer Senior Designer Senior Draftsperson Technical Manager Report WriterlScript Writer CADD Technician Video Editor Videographer Video Duplicator Intermediate Designer Intermediate Draftsperson Research Assistant Beginning Draftsperson Clerical Financial Controller Architectural Trainee Computer Usage CADD Plots Automobile mileage (over 30 mile radius from office) Travel and subsistence, per day Printing and photographic work Long Distance telephone and faxes Equipment Rental Aircraft Rental " I i C ! I t I , I i I c San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 8 MILFORD WAYNE DONALDSON ARCHITECT Basic Costs $190.00/Hour $150.00 - $160.00/Hour $129.00 - $139.00/Hour $114.00 - $121.00/Hour $ 97.00 - $106.00/Hour $ 88.00 - $ 97.00/Hour $ 84.00 - $ 90.00/Hour $ 71.00 - $ 79.00/Hour $ 55.00 - $ 63.00/Hour $ 53.00 - $ 67.00/Hour $ 60.00/Hour Basic Costs $ 160.00/Hour $ 140.00/Hour $ 80.00/Hour $ 70.00/Hour $ 50.00/Hour Basic Costs $ 170.00/Hour $165.00/Hour $ 160.00/Hour $1 55.00/Hour $ 150.00/Hour $145.00/Hour $140.00/Hour $ 135.00/Hour $ 130.00/Hour $ 125 .OO/Hour $120.00/Hour $115.00/Hour $IIO.OO/Hour $105.00/Hour $ I OO.OO/Hour $ 95.00/Hour $ 90.00/Hour $ 85.00/Hour $ 80.00/Hour $ 75.00/Hour . b. Degenkolb Engineers . HourJv Rates Senior Principal Principal Associate Project Engineer Design Engineer Senior CAD Specialist Designer Project CAD Specialist Assistant CAD Specialist Assistant Designer Adrninistrative Services C. Krakower & Associates . Hourlv Rates Expert Witness and Forensic Consultation Principal Design and Consultation Structural Designer Drafting Clerical d. Korve Engineers . Hourlv Rates Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Grade 25 Grade 24 Grade 23 Grade 22 Grade 21 Grade 20 Grade 19 Grade 18 Grade 17 Grade 16 Grade 15 Grade 14 Grade 13 Grade 12 Grade II Grade 10 Grade 09 Grade 08 Grade 07 Grade 06 c Ie c M11.FORD WAYNE DONALDSON ARCHITECT San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 9 Hourly Rates Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Engineers and Planners Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Technicians and Support Staff Computer / CADD e. Van Burren Kimper Engineering . Grade 05 Grade 04 Grade 03 Grade 02 Grade 01 Grade A Grade B Grade C Grade D Grade E Grade F Grade G Grade H Grade I Grade J Grade K Basic Costs $ 70.001Hour $ 65.001Hour $ 60.001Hour $ 55.001Hour $ 50.001Hour $ 35.001Hour $ 40.001Hour $ 45.001Hour $ 50.001Hour $ 55.001Hour $ 60.001Hour $ 65.001Hour $ 70.001Hour $ 75.001H0ur $ 80.001Hour $ 85.001Hour $ 12.001H0ur Basic Costs $115.00IHour $ 85.001Hour $ 70.001Hour $ 55.001Hour $ 40.001Hour Basic Cost.c; $125.00IHour $ 90.001Hour $ 75.001H0ur $ 60.001Hour $ 50.001Hour $ 40.001Hour Basic Costs $ 120.001Hour $ 95.001Hour $ 85.001H0ur $ 65.001Hour $ 45.001Hour . Hourly Rates Principal Electrical Engineer Electrical Engineer Electrical Designer Drafterl CAD Operator Clerical f. Bechard Long & Associates Hourly Rates Principal Project Manager Staff Engineer Designer Drafting Word Processing g. Ivy Landscape Architects I IDLA . Hourly Rates Principal Senior Landscape Architect Project Manager Job Captain Professional Staff c c c San Bernardino Santa Fe Depot COST PROPOSAL October 10, 2000 Page 10 MILFORD WAYNE DONALDSON ARCHITECT . h. McKay, Conant, Brook, Inc. . Hourlv Rates Principals! Associate Principals and Professional Affiliates Senior Consultants Associate Consultants/Consultants/Staff Assistants Basic Costs $125.00 - $150.00/Hour $ 90.00 - $130.00/Hour $ 60.00 - $ 90.00/Hour i. Leverton & Associates . Hourly Rates Principal (Estimator I Review) Estimator (ArchitecturaVStructuraVCivillLandscape) Estimator (Mechanical I Electrical Engineering) Data Entry I Clerical Basic Costs $ 80.00/Hour $ 60.00/Hour $ 65.00/Hour $ 30.00/Hour 4. Reimbursable Expenses Reimbursable Expenses described below shall occur, as necessary, and be billed by the Architect on an itemized statement specifying the type of service and/or the material provided, copies of receipts, if applicable, the position of the person providing the service, the person's hourly rate, the time spent and the cost incurred to provide the service. Funding for the reimbursable expenses is provided to pay the Architect for the various duties described below that do not lend themselves to precise estimation on a lump sum basis, and for that reason is not included in the Basic Services. Reimbursable Expenses, however, are essential to aid the Architect in the performance of the Basic Services and Additional Services, when authorized. . Printing and reproduction as required by the Consultant . Film and Film processing as required by the Consultant . Automobile Mileageffravel related costs . Aircraft MileagelIravel related costs . Long distance telephone/fax . Equipment rental . Report reproduction and expendable supplies (data duplication, historic maps, historic photographs, field maps and graphics supplies). c San Bernardino Depot Services Not Included October 10, 2000 Page II MIU'ORD WAYNE DONALDSON ARCHITECT . 5. Services Not Included The following services are not included in the Base Proposal. The Base Proposal does not extend beyond completion and approval of the Construction Documents: a. Architect Milford WaYne Donaldson. F AlA (Architectural) . Food Service Design . Professional renderings . Changes in the design after approval of a specific submittal . Life cycle cost analysis . Model Construction & 3-D Graphics . Value Engineering Analysis . Quantity Surveys . Environmental Monitoring . Graphics Design & Signage Program . Fine Arts and Crafts Design . Furniture, Equipment, Fixtures or Specialty Tenant Improvements . HABS/Historic Structures Report . Preparation of documents for alternate bids, phased or fast-track construction. . Project Promotion/Public Relations . Leasing Brochures . Expert WitnessIBoard of Appeals . Mock-up Services . Archival quality photography . Materials and Systems testing . Monitoring of the Project Schedule . Rental of high-lift equipment . Reproducible mylars for Construction Bid Documents · Survey for Hazardous Materials or Toxic Wastes and Specifications for mitigation . Changes resulting from latent field conditions . Environmental Impact ReportlEnvironmental Impact Statement b. De~enkolb Enllineers (Structural) . Performing slab cutting and excavations for foundation investigation. . Performing selective demolition for concealed materials investigation. . Design for alternatives which are not included in the current scope, such as future expansions, etc. · Special analysis such as wind tunnel tests, extraordinary dynamic response or vibration studies, etc. . Preparation of demolition documents. · Services connected with the preparation of documents for alternate bids, or for segregated contracts for phased or fast-track construction. · Redesign required for reasons not the fault of Degenkolb such as change in the scope, to reduce costs, etc. . Design or field observations of shoring and bracing for excavations and building, or underpinning of adjacent structures. c c 'e San Bernardino Depot Services Not Included October 10, 2000 Page 12 MILFORD WAYNE DONALDSON ARCHITECT . . Evaluations of substitutions proposed by the contractor which require significant effort by Degenkolb. c. Korve Enllineers (Civil & Traffic Enaineer) . Hydrology study. . Existing storm drain modifications. · Providing traffic counts, capacity analysis, and/or traffic circulation study. d. Van Buuren Kimper Enaineerina (Electrical) · Final Construction Documents for the Fire Alarm System. (Schematic design of the device locations and types are included in the Basic Services.) . Value Engineering Services and redesign. . Design of areas with special electrical requirements, such as computer rooms, etc. . Telephone and data systems cabling, jacks and patch panels or systems equipment design. · Special systems, such as security, paging, etc., that are installed specifically for a tenant or owner. . Design of any off-site utilities and street lighting required for project or any design work in adjacent buildings as a result of this project. · Custom design of special luminaires. . Preparation of any permit processing documents. e. Bechard Lonll & Associates (Mechanical & Plumbina) . Title 24 Compliance documentation for the building envelope (not required due to Historic Building status) . Making revisions in Drawings, Specifications or other documents when such revisions are: . Inconsistent with approvals or instructions previously given by the Owner, including revisions made necessary by any adjustments in the program or Project budget; . Required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents; or · Required as a result of the Owner's failure to render decisions in a timely manner. . Providing services required because of significant changes including, but not limited to, changes in size, quality and complexity, Owner's schedule, method of bidding or negotiating and contracting for construction work. . Providing services in connection with a public hearing, arbitration proceeding or legal proceeding. . Providing engineering life cycle cost analysis, financial feasibility or other special studies. · Providing planning surveys, site evaluations or comparative studies of prospective sites. . Providing special surveys, environmental studies and submissions required for approvals of governmental authorities or others having jurisdiction over the Project. . Providing services relative to future facilities, systems and equipment. . Providing telecommunication and network system backbone and distribution systems. . Providing coordination of construction performed by separate contractors or by the Owner's own forces and coordination of services required in connection with construction performed and equipment supplied by the owner. . c C I c San Bernardino Depot Services Not Inclnded October 10, 2000 Page I3 MILFORD WAYNE DONALDSON ARCHITECT . o Providing detailed quantity surveys or inventories or material, equipment and labor. o Providing analysis of owning and operating costs. o Providing services or special consultants related to interior design services and other similar services required for, or in connection with, the selection, procurement or installation of furniture, furnishings and related equipment. . Making investigations, inventories of materials or equipment or valuations, and detailed appraisals of existing facilities. . Providing coordination of work in connection with equipment supplied by the Owner. . Providing any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted consulting practice. f. Ivv LandscllP" Architects / IDLA (LandscllP" Architects) o Agronomic Soils Analysis. o All governmental and private agency presentations, processing, and coordination. g. McKav. Conant. Brook Inc. (Acoustical Enllineerin~) o Acoustical analysis for special tenant uses. h. Leverton & Associates (Cost Estimatin~) None. 6. Additional Services a. The following services are available at an additional fee. This fee can be detennined once the scope of work is further defined. 0 Perspective sketches. 0 Maintenance and operational . Aid in obtaining Owner supplied programming. data. 0 Professional photo work of 0 Changes in the design after archival quality. approval of a specific submittal. 0 Start-up assistance. 0 Presentations other than those 0 Life cycle cost analysis. listed above. 0 Record (as-built) Drawings. 0 Study rnodels. 0 Value analysis. . Professional renderings. 0 Graphics design, signage. . Independent field testing. 0 Hazardous materials. 0 Presentation model construction. 0 Video documentation. San Bernardino Depot Services Not Included October 10, 2000 Page 14 MILFORD WAYNE DONALDSON ARCHITECT . b. Additional services to include Bidding Assistance and Construction Observation are summed up below. (Record Drawings are not included.) Task VI Task VII , Discipline Bidding Construction Total Assistance Observation MWD I I S202,806 $20,281 I $182,525 I I i Degenkolb $4,000 I $45,000 $49,000 . Korve S2,045 i $5,420 S7,465 i I VBK $2,100 I $9,200 I Sl1,300 I Bechard Long $2,700 , $23,300 ! S26,OOO IvyllDLA $2,040 i $7,030 i S9,070 ---------------- I Total: $33,166 : S272,475 i $305,641 ~ '-- I Reimbursable Expenses I $42,000 ------- . Grand Total for Tasks VI and VII i S347,641 _._--_._._~--_._---_._-_._-_. eileen\propouJ\2(lOO\31 ,.. depoI rchIb\rf'p\colls CITY OF SAN BERNARDINO CITY CLERK'S OFFICE Interoffice Memorandum DATE: November 27, 2000 TO: T. Jarb Thaipejr, Senior Civil Engineer FROM: Linda Sutherland, Deputy City Clerk RE: Transmitting Documents for Signature At the Mayor and Common Council meeting of November 20, 2000, the City of San Bernardino adopted Resolution Nos. 2000-325, 2000-326, 2000-327, and 2000-330. A copy of each resolution is enclosed. Also enclosed are the original and two copies of each agreement. Please obtain signatures where indicated and return the fully executed original agreements to the City Clerk's office as soon as possible. Please be advised that the resolutions and contracts will be null and void if not executed within 60 days or by January 19, 2001. If you have any questions, please do not hesitate to contact me at ext. 3205. Thank you. I hereby acknowledge receipt of the above mentioned documents. Signed: Date: " . . . " ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): 1/- 2Q-oO Vote: AyeS~ Nays Change to motion to amend original documents: Item # I Co e- Abstain Resolution # j;},OOtJ- ?:.a'1 @- Absent ::fF '2- Reso. # On Attachments: / Contract term: NUIINOidAfter:~O ~) 1-/1-200/ Date of Mayor's Signature: I (-:J-(-fY) Seal Impressed: V Date Sent to Mayor: /I-;)../-DO Date Returned from Mayor: f 1-:2/-()Q Date of Clerk's Signature: ~ Reso. Log Updated: ,/ Date Memo Sent to Department for Signature: /1-:;27-00 See Attached: /Date Returned: - See Attached: See Attached: See Attached: Date Returned: Date Letter Sent to Outside Party for Signature: 60 Day Rerninder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: Note on Resolution of Attachment stored separately:::=, Direct City Clerk (circle I): PUBLISH, POST, RECORD W/COUNTY Date: See Attached: YesL No By_ Yes No-V By_ Yes No/' By_ Yes No ./ By_ Yes N07 By_ Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney Parks & Rec. v Code Cornpliance Dev. Services VEDA Finance MIS Police Public Services Water Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOT A TIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File:~ Date:~