Loading...
03.11 Fire Station 1 Architectural Engineering Design o�a o� � V,��'�..-oRPoa:ir9� ,��c �O ��� *, ;* AGENDA ITEM ��j V'((�:Hqi^!C 8.1�'� . . `�°��°' May 14, 2019 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager FROM: Christopher Cash, Public W s Directoi�J Doug Fackiner, Fire Chief � REVIEW: City Manage Finance �� 1. SUBJECT Agreement with WLC Architects, Inc. for Architectural and Engineering Design Services for Fire Station 1 and Headquarters Project (SP-4071). 2. SUMMARY This agreement authorizes WLC Architects, Inc. to provide Architectural and Engineering Design Services #or Fire Station 1 and Headquarters Project (SP-4071). 3. RECOMMENDED ACTION Approve agreement with WLC Architects, Inc. in the amount of $1,495,000 for Architectural and Engineering Design Services for Fire Station 1 and Headquarters Project (SP-4071) and authorize the Mayor and City Clerk to execute on behalf of the City. , 4. FISCAL IMPACT The total expenditure for the agreement is $1,495,000 and will be funded in Fire Station 1 (20400) through Merged 2008 Tax Exempt Bonds (954). 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community b: Provide and maintain infrastructure necessary to ensure the safety of the public. Goal 4: Provide outstanding public service b: Provide facilities and services to meet customer expectations. 6. DISCUSSION AND BACKGROUND � The City plans to build a new Fire Station 1 and Headquarters to be located on City- owned property at,105 South Water Street, the southeast corner of the intersection of Water Street and Chapman Avenue. This new facility will be designed to accommodate ITEM�� � 05/14/2019 both Fire Station 1 and Fire Headquarters. Fire Headquarters is comprised of Fire Department management, operations, administration, and Fire Marshal staff. On January 8, 2019, the City Council approved advertisement for request for proposals (RFP) for Architectural and Engineering Design Services. City staff requested proposals from three qualified firms to provide Design Oversight • Services for the design of Fire Station 1- Fire Headquarters' Project. The request for proposals (RFP) was solicited from March 7, 2019 for a period of four weeks; bids were received on April 4, 2019. Three consultants submitted their proposal for consideration. All the firms that submitted proposals had experience of varying degrees in designing fire stations. City staff individually evaluated the consultant's proposals based on project team and key personnel, relevant experience, project approach and understanding, and their work progress activity schedule. Once the proposals were reviewed and ranked, Public Works, Community Development, and Fire staff met to discuss the independent evaluations. The reviewers found that RRM Design Group and WLC Architects, Inc., (WLC) had an extensive background in fire station design. Due to the close similarities, they were invited for an oral interview to further establish their qualifications. During the interview WLC discussed their vast experience in designing fire facilities within the local area, having recently completed fire station designs for the cities of Anaheim and Costa Mesa, and currently designing the new Apparatus Bay at Fire Station 2 for the City of Orange. They also provided a rendering and working models of a proposed floor plan and elevation as consideration for site layout. RRM Design Group discussed their experience in fire facility design throughout the state and provided conceptual site layouts for discussion. While both intenriews were very well presented and covered the work plan as discussed in the RFP, after review and discussion it was agreed that WLC was the most qualified consultant for the project. WLC showed thorough understanding of the project scope, challenges, and requirements needed for the success and timely delivery of the project. City staff opened the cost proposals and ensured that the cost proposals matched the scope of work. City Staff contacted WLC Architects, Inc. for fee negotiations, which resulted in a revision of fee from $1,790,000 to $1,495,000. Staff recommends approving the proposed agreement with WLC Architects, Inc. A companion report regarding Design Oversight Services for this project is also on tonight's Council agenda. 7. ATTACHMENT • Consultant Services Agreement with WLC Architects, Inc. ITEM 2 05/14/2019 CONSULTANT SERVICES AGREEMENT THIS CONSULTANT SERVICES AGREEMENT (the "Agreement") is made at Orange,California,on this day of ,2019(the"Effective Date")by and between the CITY OF ORANGE, a municipal corporation ("City"), and WOLFF/LANG/CHRISTOPHER ARCHITECTS, INCORPORATED, a California corporation ("Consultant"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by this reference. As a material inducement to City to enter into this Agreement, Consultant represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Consultant represents that it is experienced in performing the work and will follow the highest professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Eduardo Lopez, Senior Civil Engineer ("City's Project Manager"), shall be the person to whom Consultant will report for the performance of services hereunder. It is understood that Consultant's performance hereunder shall be under the direction and supervision of City's Project Manager(or his/her designee),that Consultant shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of City's Project Manager and the City Manager. 2. Compensation and Fees. a. Consultant's total compensation for all services performed under this Agreement, shall not exceed ONE MILLION FOUR HUNDRED NINETY-FNE THOUSAND DOLLARS and 00/100 ($1,495,000.00)without the prior written authorization of City. b. The above fee shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Consultant shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. - b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c. City will pay Consultant the amount invoiced within thirty (30) days, but may withhold 10% of any invoice until all work is completed, which sum shall be paid within thirty(30) days of completion of the work and receipt of all deliverables. d. Payment shall constitute payrnent in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Chanse Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, and adjustment of the compensation to be paid by City to Consultant. 5. Licenses. Consultant represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Consultant and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and not an employee of City. City shall have the right to control Consultant only insofar as the result of Consultant's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Consultant shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors,agents and employees,including compliance with social security,withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Consultant acknowledges that Consultant and any subcontractors, agents or employees employed by Consultant shall not,under any circumstances,be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including,but not limited to, sick leave,vacation leave,holiday pay, Public Employees Retirement System benefits, or health,life, dental, long-term disability or workers'compensation insurance benefits. 7. Consultant Not A�ent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi�nated Persons. Except as otherwise authorized by City's Project Manager, only those persons designated in Exhibit "A" shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 2 9. Assisnment or Subcontractin�. No assignment or subcontracting by Consultant of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of ComAletion. Consultant agrees to commence the work provided for in this Agreement within ten (10) days of the date herein above stated and to diligently prosecute completion of the work in accordance with the time period set forth in Exhibit "A" hereto or otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 12. Reserved. 13. Delays and Eztensions of Time. Consultant's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay,Consultant must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Consultant's control. If Consultant believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact axnount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Consultant. The documents, studies, reports, plans, citations, materials, manuals and other products produced or provided by Consultant for this Agreement shall become the property of City upon receipt. Consultant shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Consultant agrees as follows: a. Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, sex,national origin,mental or physical disability, or any other basis prohibited by applicable law.Consultant shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex,national origin,mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include,but not be limited to the following: employrnent,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. Consultant agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. 3 b. Consultant shall, in all solicitations and advertisements for employees placed by, or on behalf of Consultant, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Consultant shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Consultant agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Consultant knows or has reason to know that Consultant, its officers, partners, or employees have a financial interest as defined in Section 87103 of-the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Consultant agrees to indemnify, defend and hold City,its City Council and each member thereof, and the officers, officials, agents and employees of City(collectively the"Indemnitees") entirely harmless from all liability arising out of: (1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Consultant's employees or Consultant's contractor's employees arising out of Consultant's work under this Agreement; and (2) Any claim, loss,injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of the Consultant, or person, firm or corporation employed by the Consultant, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property;but not for any loss,injury, death or damage caused by the active negligence or willful misconduct of City. The Consultant, at Consultant's own expense, cost and risk, shall indemnify any and all claims,actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them,in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, Consultant agrees to indemnify and hold Indemnitees entirely hannless from all liability arising out of any claim, loss, injury to or death of persons or damage to property caused by the negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. 4 d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Consultant and its successors. 18. Insurance. a. Consultant shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Consultant understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. , b. Consultant shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Consultant. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Consultant shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Consultant. Said insurance shall cover bodily injury, death and property damage for all owned,non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Consultant under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Consultant under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O 1. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. f. Consultant shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollaxs ($1,000,000) per claim. Consultant agrees to keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Consultant shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. 5 Consultant will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Consultant performs any work or prepares or delivers any materials, Consultant shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Consultant shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best's rating. j Consultant shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Consultant for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Consultant. k. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City,on behalf of any insurer providing insurance to either Consultant or City with respect to the services of Consultant herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1. Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19.� Termination. City may for any reason terminate this Agreement by giving the Consultant not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, the Consultant shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Consultant for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement,unless termination by City shall be for cause,in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the 6 "records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Consultant agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Consultant sliall be laiowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Consultant represents and warrants that Consultant: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Consultant's employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Deparhnent of Homeland Security, the Deparhnent of Labor, or the Social Security Administration. c. Consultant shall require all subcontractors or sub-consultants to make the same representations and warranties as set forth in Subsection 21.b. d. Consultant shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Consultant. Once such request has been made, Consultant may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. 7 e. Consultant shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.d. f. If Consultant, subcontractor or sub-consultant knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. g. Consultant agrees to indemnify and hold City, its officials, and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, City may sustain by reason of the Consultant's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governin� Law and Venue. This Agreement shall be construed in accordance with and govemed by the laws of the State of California and Consultant agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. "CONSULTANT" "CITY" Wolff/Lang/Christopher Architects, Incorporated City of Orange 8163 Rochester Avenue, Suite 100 300 E. Chapman Avenue Rancho Cucamonga, CA 91730 Orange, CA 92866-1591 Attn.: Kelley Needham Attn.: Eduardo Lopez Telephone No.: 909-987-0909 Telephone No.: 714-744-5527 E-Mail Address: kelley@wlcarchitects.com E-Mail Address: edlopez@cityoforange.org 25. Counteruarts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. 8 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. "CONSULTANT" "CITY" WOLFF/LANG/CHRISTOPHER ARCHITECTS, CITY OF ORANGE, a municipal corporation INCORPORATED, a California corporation *By: By: Printed Name: Mark A. Murphy,Mayor Title: *By. Printed Name: Title: ATTEST: Pamela Coleman, City Clerk APPROVED AS TO FORM: Mary E. Binning Senior Assistant City Attorney *NOTE: City requires the following signature(s) on behalf of the Consultant: -- (1) the Chairman of the Board, the President or a Vice President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate off:ce,please so indicate. OR -- The corporate of�cer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement,must be provided to City. 9 Exhibit A K�y Personnel The staff which we propose for the Project Team is highly experienced and well qualified in the planning and design of public safety facilities.Our team members are skilled professionals having extensive experience in the assessment of space needs, site and building analysis,programming,interior design,and organizational management. A. WLC TEAM KELLEY MEEDHAM,Principal-In-Charge DON RICE,Quality/Cost Assurance Mr.Needham is a Principal of fhe firm and will serve as the Mr.Rice has been with the firm since 1988.and serves as Project Architect for all phases of the project. our Quality Assurance Coordihator.Mr.Rice oversees the Mr.Needham wiil be the main project contact and shall entire office's work in the areas of specifications,cost and provide the special expertise related to Fire Station design. quality control.He stays abreast of all recent governmental Mr.Needham will be working closely with the City and changes and product updates.Most importantly he updates Fire Deparfment staff,as well as coordinating the efforfs WLC's Contract Document Checklist.This comprehensive required of our consulting team. document is used by the design team and our consultants to ensure a thorough review of your project prior to the start of SHIH-JING YEN;Project Manager construction. Mr.Yen will serve as Project Manager and will be primarily responsible for the layout and design of the project. � �' Mr.Yen will also be responsible to ensure all programmatic " f and code requirements are met.During the design phase, � � � Mr.Yen will be responsible for producing design , • , resentations and other visual communication materials ;� P �� � �� � ,� . Mr.Yen will coordinate the preparation ofthe final `^ � ,� ��1i,, construction documents and provide administrative �l �� r u, `� - supporf throughout the entire construction process. _ - - k, � . BERNHARD WASSINK,Sustqinability Coordinator �"'��:"� � . .P ' .,. �r�,:. � '' ,{ � PY Mr.Wassink will serve as our Sustainability Coordinator for ^� � ` �� � ���� � � ��ts��*a� ��' the project.Mr.Wassink has extensive experience with a �.� � � � � . � � number of sustainability tracking programs including LEED, "����:�� i ; ,,.�, .•- .� �'� CHPS,and the new CALGreen code requirements.During ' "���� ``� fi�` ��a . �^• � � � the initial phases of the project,Mr.Wassinkwill evaluate ; �'' ' ,,, the project's sustainable potential,establish sustainable �� s'W �: goals,and develop a path toward the desired point �-h : *'� �� .� $ . ��p f_.�._, �;i '"I level.Mr.Wassink will also ensure that the sustainability • requirements are incorporated into the construction � �'"'' � documents during all design phases. ��:,..�,.��.,.��,�°_�,, � ::,.. ,�,_....,._...,.,�_�. ,._.,�.,.,,.__. B. CONSULTIidG TEAM We have selected our proposed consulting team based upon their combined technical expertise and capabilities for performing necessary consulting services on facitities of similar size and scope.Our consultants are not specialty consultants brought in to make up for our own lack of specific project experience.In most cases,we have a long history and close working relationship with each firm.All of our consultants utilize computer-aided design and management systems.to interface with our own CAD systems. Specifically,our consulting team will be able to.provide services in the following areas: CIVIL ENGINEERING ELECiRICAL ENGINEERING MSL Engineering,Inc. A&F Engineering Group,Inc. 402 West Arrow Highway,Suite 4 9320 Baseline Road,Suite C San Dimas,GA 91773 Alta Loma,CA 91701 (909)305-2395 (909)941-3008 MSL Engineering is a nine employee firm specializing in civil A&F Engineering Group is an electricql engineering firm engineering,environmental planning,and land surveying. specializing in power distribution,lighting;fire alarm systems, Established in 1996,MSL Engineering has been responsible security,communications systems,controls and emergency power for most of the civil ehgineering design on fire facilities systems.Their experience includes public safety facilities,dispatch completed by CNLC.Mark Lamoureux,President of MSL centers,emergency operations centers,and educational facilities. Engineering,has been working with our firm since 1985. A8,F Engineering Group has been working with our firm since 2001. MECHANICAL ENGINEERING LANDSCAPE ARCHITECTURE Pocock Design Solutions Cornerstone Studios,Inc. 14451 Chambers Road#210 106 West 4th Street Irvine,CA 92780 Santa Ana,CA 92701 (949)417-3903 (714)973-2200 Pocock Design Solutions is a full-service mechanical, Cornerstone Studios is a professional landscqpe architecture plumbing,and fire protection firm that has completed firm that offers a full range of services from site planning through a diverse portfolio of projects.In addition to numerous construction documentation and observation.Their projects essential service facilities,their work.includes aviation, encompass a wide range of the built environment,with emphasis universities,laboratories,hospitals,municipal facilities,and on park,.transportation,civic,environmental,commercial,housing, entertainment venues.Tim Pocock,President of Pocock and education projects.Cornerstone Studios has been working Design Solutions,has been working with our firm since 1986. with our firm since 2001. STRUCTURAL ENGINEERING GEOTECHNICAL R.M.Byrd and Associates,Inc. Leighton Consulting,Inc. 1047 West Sixth Street,5uite A 10532 Acacia Street,Suite B6 Ontario,CA 91762 Rancho Cucamonga,CA 91730 (909)983-5599 � (949) 681-4255 R.M.Byrd and Associates,Inc.is a 14 employee firm Leighton Consulting,Inc.has provided innovative design solutions specializing in structural engineering and analysis. and field support for construction projects for more than four Established in 1992,R.M.Byrd and Associates has substantial decades.Their several hundred employees are strategically experience in essential service facilities and a long history located throughout Southern California.Leighton Consulting with WLC.Rick Byrd,President of R.M.Byrd and Associates, has been working with our firm since 1989.Together,we have Inc.has been working with our firm since 1986. completed over 30 Fire Stations. HISTORICAL ARCHITECT TRAFFIC ENGINEERING Historic Resources Group KOA Corporation 12 South Fair Oaks Avenue,Suite 200 2141 West Orangewood Avenue,Suite A Pasadena,CA 91105 Orange,CA 92868 (626)793-2400 (714)573-0317 Founded in1989,Historic Resources Group offers its clients Founded in 1987,KOA is one of the leading traffic a wide range of services,specificaliy related to the design engineering and transportation planning and design firms in and preservation of the historic built environment.Historic California.KOA provides consulting services to both public Resources Group's unique mix of historians,architects,and and private sectors with six offices in Southern California.KOA planners is committed to providing clients with expert counsel has been working with our firm since 2000. and work product.Historic Resources Group has been working with our firm since 2001. ENVIRONMENTAL Chambers Group,Inc. 5 Hutton Centre Drive,Suite 750 Santa Ana,CA 92707 (949)261-5414 Chambers Group,Inc.,is a certifled DVBE providing environmental consulting services to private businesses, industry,and government agencies throughout the western Unitied States.With roots in environmental compliance and natural resources management,Chambers Group works on behalf of its clients to keep projects moving forvvard. Chambers Group has been working with our firm since 2015. � � ' ; , � � ��,� � , c �4�� 1 '�?�,�.t��°� `��y . �. . ,� ,. 6 n. ` � FURNITURE "' � G/M Business Interiors \ �'��:,�,rY$� � 1099 West La Cadena Drive � Riverside,CA 92501 � , - ' '� ':F' (800) 686-6583 ' _ ;�� �� I , . �� �� ; G/M Business Interiors has been serving the California .`� � � ,,, � furniture market since 1944.G/M is a verticaliy integrated,full ��. ;:` �` ' ' service dealership,specializing in office furniture planning, ���,� x �' � � '���� specification,procurement,project management,delivery, �i ' installation,reconfiguration services and complete asset r � management. All services are performed by G/M trained '°*'�`°;�""'�"W- - , — , _ � - .._ ,_ personnel.G/M business interiors has been working with our ."-�a.:�� : , - - - .� . _ ,., firm since 2001. �_"`��- -� ' ..W._...�.._,_�..._..�. ...._ ----� C. ORGANIZATIONAL CHART ,�r,,3,�.q �',;,t m..y�;>..:. �z�r,� � ''a5n �.��1} �'�'�-b� � ��� ' �q ' n�9����4 : ..� �,.. ��� . i ��b� . �i�ty��o�f� O�r�a�n�g e� .�� r� ��w� �� �'� ���"��,���ys. . .,a.n��� .w� ��.E,� � "�f . . PU �Il�c� �11�11�orks De�a��artrr�ent �����fF � � � z �`� � Ora x .e�Cifiy Fire De�artrnent � ��a�� TM � � ry� � � � d `v�a,�.����r� +�;i<�� ��..4 �v'"ar�3�'�._,. ' � +�a tt �,._.;.�e, tt � ��'r ����"��'��s� ��t�"r;,'' ���� {�✓5 � � �,"�X''���p�t^+���. p � � n WLC Archi ��ects�,°�1��;���:�= � �n �_ � ��Keliey Ne�edha�m�{�,�� �<1�;����������a� Princ "al tn�Charge��F °������`�� � �M� A � , Pro�����t,��rchite �o ������ � ��� ������ ����, � ����D�E�S�I�G N T�E` M �� � �- �Shih�JingaY'en���.' ,.�� ��� " ����.�� 'Pr�o�ec�Mana� r ��������`�f�X� :„�� Bernhard Wassink Sustainable Design Coordinator � :r� �, , Don Rice � � � ���"'� Quality Assurance Coordinator � ��`� � ;�� �� � _ ��ONSl1�LT��-� T TEAM �� MSL Engineering Histarlc Resources Group , ,��� Civil Engineering Historical Architect n�Y:�,,,'� ocock Design Solutions Mechanical Engineering R.M.Byrd and Associates G/M Business Interiors Structural Engineering Furniture AB.F Engineering Group KOA Corporation Electrical Engineering Traffic Engineering Cornerstone Studios Chambers Group Landscape Architecture Environmental Leighton Consulting Geotechnical Scope of Services A. BASIC ARCHITECTURAL SERVICES In addition to the items listed in the RFQ,the following is a list of the basic activities and services anticipated for your new project.The scope has been divided into the five phases typically associated with architectural services: 1. Schematic Design Phase The first and perhaps most important task during the Schematic Design Phase will be to establish and determine the best approach to the design of the primary systems in the project.The architectural program shall be developed.Alternative configurations shall be.quickly explored in order to evaluate the best opportunities.A design concept shall be formulated in order to provide a sound basis for subsequent planning and design decisions to occur.The design concept shall be utilized to evaluate advantages and disadvantages of each potential alternative.Site and programmatic factors,aesthetic quality,cost, and other key factors related to the project shall be utilized in order to form the basis of an evaluation. Through a variety of informal meetings with the project committee,a schematic design concept shall be established. During the Schematic Design Phase for your project,the following tasks and deliverables been identified: A. Master Site Plan A master site plan shall be prepared in order to describe all major site components and to illustrate the overall site planning concept for the project.All structures,parking areas,and circulation components shall be identified.Areas of future expansion and/or future phasing shall also be defined. B. Preliminary Landscape Plan A preliminary landscape plan shall be prepared in order to illustrate proposed planting, landscaping techniques,and design concepts.Drought resistant,low maintenance,and xeriscape techniques shall be defined.A preliminary plant palette,identifying major tree and shrub species,shall be included. C. Preliminary Floor Plans A preliminary floor plan of each level for every structure proposed shall be prepared. D. Exterior Elevations Exterior elevations shall be prepared to illustrate all major views of the project.Elevations shall be drawn to depict scale,character,architectural vocabulary,and shall be delineated to communicate the aesthetic qualities of the project. E. Schematic Design Cost Estimate A Schematic Design construction cost estimate shall be prepared and included with the summary reporf. F. Project Schedule A comprehensive project schedule shall be prepared.The project schedule shall include anticipated time frames for each phase of the project as well as any other milestones required by the Ciry. �re 5$�ihi��n� �I�e��a��rte�s Page 1 2. Design Development Phase � After completion of the Schematic Design Phase,the design of the project shall be advanced into more detailed refinement by initiating the Design Development Phase.Our Design Team shall prepare design development documents consisting of drawings,outline specifications,design calculations, material/equipment submittals,fixture cuts,and a design development opinion of estimated construction cost.Architectural,structural,electrical,and mechanical systems shall be further detailed and analyzed. Preliminary drawings shall be prepared for each of these systems and options which may exist shall be evaluated. During the Design Development Phase,requirements for cabinets,casework,hardware,and related specialties shall be determined.A preliminary fumiture plan shall.be prepared indicating usage and furniture layout of every work station,office,and support space.Final selection of materials,textures,and colors shall occur.The Design Development Phase is essentially the time when preliminary design proposals are refined to a level of detail and developed to a state such that final construction documents can be initiated.The Design Development Phase is the time when all final decisions pertaining to the proposed project are evaluated and finalized. During the Design Development Phase,the following tasks and deliverables have been identified: A. Design Development Plans Design development drawings shall be prepared in order to fix and describe the size and character of the entire project including architectural,structural,mechanical,electrical and landscape design features. B. Outline Specifications Outline specifications shall be prepared in order to identify and define the materials and system components selected for the project.Outline specifications shall be prepared in summary outline form based on CSI format. C. Basis of Design A technical manual shall be assembled to organize product.literature and data for all materials, equipment,and fixtures selected for the project. D. Building Code Analysis Drawings,diagrams,and calculations shall be prepared based upon all applicable building codes having jurisdiction over the project.A preliminary occupancy and exiting plan shall be prepared to identify the type of construction,type of occupancy,required fire rating/separation,and location/number of exits required. E. Design Development Cost Estimate A Design Development construction cost estimate shall be prepared to reflect the scope and anticipated construction costs as reflected by the design development documents. F. Project Schedule An updated project schedule shall be prepared and submitted. fFi���$�6ii��� Ei'�c��a�a�e¢s Page 2 3. Construction Document Phase The final Construction Document Phase of the project generally consists of the preparation of the construction documents to include final drawings,specifications,calculations,and final cost estimates. Our proposal includes complete and comprehensive architectural and engineering services required to execute the entire project.Specifically,we have included the following disciplines: • Architectural • Civil Engineering • Structural Engineering • Mechanical Engineering • Electrical Engineering • Landscape Architecture During this phase,the Contract Documents are prepared setting forth in detail the requirements for the construction of the project.General conditions,instructions to bidders,and all special requirements are defined,and when combined with the various trade specifications,a complete project manual is produced. During the Construction Document Phase final cost studies shall be prepared.A detailed opinion of construction cost shall be prepared at the point where final plans and specifications are approximately 50�complete.Once construction documents have almost been completed,a revised opinion of cost shall be prepared at the level of approximately 90�completion.Allowable construction costs will be consistently monitored during the entire process in order to minimize the possibility of requiring major refinement or modification due to budgetary limits. The following tasks are specifically proposed for the project: A. Constructlon Drawings Final construction drawings shall be prepared in order to describe and identify the spaces,sizes, volume,and location in detail for the construction of the project. B. Project Manual A project manual shall be prepared to include all instructions to bidders,bidding forms,general conditions,supplementary special conditions,and the construction trade sections for the project. The project manual provides detailed technical information pertaining to the administration of the contract for construction,materials and equipment to be fumished,acceptable manufacturers, and the requirements for executing the work. C. Final Design Calculations Final design calculations shall be prepared and submitted with the final plans and specifications for review and approval by goveming agencies having jurisdiction over the project.Structural calculations,hydrology/drainage calculations,and mechanical/electrical (Title 24 Energy Compliance)shall be completed during this phase. D. Construction Cost Estimate A final construction cost estimate shall be prepared at the point where plans and specifications are approximately 50%complete.A second cost opinion shall be prepared at the 90%completion point in order to address any refinement or modification occurring during the preparation of the construction documents.The cost opinion shall be prepared utilizing specific area and quantity take-offs applied to labor and material cost,and shall include allowance for general conditions, Contractor's profit and overhead,and contingencies. �re St���n � 9�ead�a��r�e�s ��¢��3 E. Final Plan Check All final plans,specifications,and supporting calculations shall be submitted to appropriate agencies having jurisdiction over the project.The final construction documents shall be revised and amended in order to reflect any pian check requirements,and at this time,construction documents will be ready for competitive bidding. 4. Bidding Phase During the Bidding Phase,the Architect shall provide administrative support services to assist the City in obtaining competitive bids for the proposed project.The Architect shall respond to any questions, clarifications,or conflicts which may arise in the form of written addenda to the contract documents.At this time,requests for substitutions may be considered if allowed by the contract documents.The Architect shall assist the City with an evaluation of the bids received and make a recommendation for award of the contract for construction. The following services for the Bidding Phase of the project are proposed: A. Bidding Procedures and Administration The Architect shall assist the City with the Bidding Phase of the project.Questions,clarifications,or conflicts arising out of the bidding process will be resolved by addenda preppred by the Architect. Addenda to the contract for construction shall be prepared in writing to document any clarification or modification made to the contract documents. B. Evaluation of Bid Proposals Upon receipt of all bid proposals,a review and evaluation shall be conducted by the Architect. The completeness of each bid proposal shall be evaluated whenever consideration exists to award to the proposing contracting entity.The completeness of the bid proposal,proposed subcontractors,affidavit of signature and other special bid proposal requirements shall be reviewed by both the City and the Architect. C. Notice to Award Construction Contract Upon the completed review of appropriate bid proposals,the Architect shall provide a recommendation for consideration regarding the potential award of the contract for construction. 5. Construction Admintstration Phase The Architect shall conduct job site meetings at two week intervals in order to generally review and evaluate the construction schedule,monitor weekiy performance,review quality control standards,and provide assistance for any clarification or revision to the contract for construction.Shop drawings and related submittals shall be reviewed and returned to the Architect for appropriate action.The Contractor's requests for information,proposal requests,and related communications shall be attended to on a regular basis.Contractor's pay requests shall be reviewed by the Architect on a monthly basis in accordance with the amount of work completed and in accordance with the contract documents.At every job site meeting,minutes shall be prepared,published and distributed by the Architect to all parties concerned,specifically noting current action items and related responsibilities.Upon completion of the Construction Phase the Architect shall organize and conduct a final walk-through and review.A final punch list for all required corrections and remaining work shall be prepared. Ft�e Sta�¢on� �&��c�a��it�rs Pa�e� During the Construction Phase of the project,the following services shall be furnished: A. Preconstruction Conference A preconstruction conference shall be organized and conducted by the Architect to brief all parfies concerned with general and special requirements of the contract for construction. Procedural matters,routing of information,and project representatives shall be defined.Attendees shall include representatives from the Fire Deparfment,the Architect,the Contractor,and all major subcontractors. B. Job Site Meetings Job site meetings at two week intervals shall be scheduled and conducted by the Architect for the same day and time through the duration of the project.Scheduling,coordination,requests for information,and changes to the contract for construction are routinely monitored.The Architect shall publish and distribute a field report for each job site meeting,documenting the progress of construction and specifically noting current and delinquent action items.The following number of meetings are anticipated to be required during the construction phase: Civil 3 Mechanical 3 Architectural 32 Electrical 3 Structural 3 Landscaping 3 C. Submittal and Shop Drawing Review The Architect shall review all required shop drawings and related submittals as required by the contract documents. D. Project Closeout At the completion of the Construction Phase a final job site meeting and review of the entire facility shall be conducted.A final punch list will be published and distributed by the Architect to all parties concerned,specifically noting required corrections,non-conforming work,and work remaining to be completed.A second walk-through shall be conducted when all punch list items have been corrected,at which time a Final Notice of Completion shall be filed by the City. E. Record Documents A set of final record documents will be created from the Contractor's as-built drawings. B. PROJECT SPECIFIC SERVICES The following items are not typically found in the basic scope of architectural services.Based on the specifics of your site and our experience with projects of this type,we believe the following additional services will also be required: 1. Topographical Surveys A complete Topographicai and Boundary Survey for eaeh site shall be furnished by the Design Team.The size,area,and overall configuration of the site area shall be accurately defined noting all existing conditions,improvements,utilities,and adjacent relationships. 2. Geotechnicallnvestigations A Geotechnical Investigation for each site shall be furnished by the design team.The soils report shall be reviewed in order to determine existing soils conditions,soils characteristics,water table relationship to known seismic faults,and overall soils suitability for the proposed project.Specific recommendations shall be made for soils preparation related to the construction of footings, foundations,slabs,and various pavement sections. ��e St��ii�rtn� Wi��l�a��e�s Page 5 3. Water Quality Management Plan Prepare a preliminary and final Water Quality Management Plan (WQMP)report and plans addressing how to treat the post-construction stormwater runoff with surface designed BMPs per City standard requirements before it leaves the site.This WQMP will also be in compliance with the City and County Drainage Area Management Plan (DAMP)and Local Implementation Plan (LIP).The site is expected to have adequate soil infiltration. 4. Hydrology Study Prepare an onsite hydrology study,map,and storm drain pipe hydraulic calculations report with onsite stormwater runoff retention storage calculations and design plans to support the WQMP report. 5. Hydromodification Study Hydromodification study with hydrology and storm drain pipe hydraulic calculations report to address that the property is in a hydromodification area.We will try to prove that there will be a decrease in stormwater runoff during a 2-year storm when compared with the historical developed use of the property in 2005 with about a 95%impervious surface. 6. Storm Water Pollutlon Prevention Plan Prepare a construction SWPPP notebook and NOI in order to obtain a WDID number.This is required since the disturbed area is more than one acre in size. 7. Off-Site Sheet Improvements Prepare a separate offsite street improvement plan for Chapman Avenue,Water Street,Jameson Street,and Almond Street to show the new street parkway improvements to include but not be limited to curb,curb and gutter,sidewalk,driveway approaches,utility(water,sanitary sewer, natural gas,fire hydrants,fire service,telephone,cable N,electric)services for the new building, street lights,and storm drain. 8. Street Dedication Easement Prepare City street dedication easement legal descriptions,sketches,and traverse closures assuming a total of four different locations.Assist with processing through the City for their approval. 9. Legal Description Prepare an easement legal description,sketch,and traverse closures for the proposed SCE electric above ground transformer and conduit. 10. Traffic Engineering Prepare traffic signal plans for the Chapman Avenue response drive and connect to the City's fiber optic system.Prepare additional signal plans for the intersections of Water 5treet,Monterey Road and Jameson Street with Chapman Avenue. 11. Environmental Planning The Design Team will prepare all reports and documents pursuant to the requirements of the California Environmental Quality Act(CEQA)and EMWD's adopted CEQA procedures. �'u��St��i�� 1 ��c��e�aet�s Pag�6 12. Historical Consultant Provide the consultation and compatibility recommendations of an Architect that meets the ' qualification standards of the Secretary of the Interior. 13. Furniture Procurement Provide furniture procurement services.Services to include design,layout,qnd bid specifications. 14. Commissioning Provide commissioning services to verify that systems and components installed are performing as intended. ��e St�6�on � B��e�quarters �age 7 Fee Breakdown Your contract with WLC will mark a purposeful investment in your facilities.We are here to make sure that you consider that investment to be a good one,with significant returns.WLC is extremely flexible when it comes to the fee structure that best suits each new commission.We want the City and Fire Department to feel that you are getting both a quality architectural product and excellent professional services at a fair market price. In an effort to better define our fee proposal,we have broken it down into the following components: A. Basic Architectural Fee B. Project Specific Fees C. Total Fee D. Reimbursables E. Items Excluded F. Hourly Rate Schedule A description of each component is as follows: A. BASIC ARCHITECTURAL FEE Our fee for basic architectural services will be a fixed lump sum and includes the following disciplines: • Civil Engineering • Architectural Design • Structural Engineering • Mechanical Engineering • Electrical Engineering • Landscape Architecture Our fee includes all on-site improvements,circulation areas,parking areas,and landscaping.For the purposes of establishing a fee,we have assumed a station of approximately 30,000 square feet with a preliminary on- site construction budget of$22,000,000.00.The fee will be adjusted to correspond to any increases in project scope.A breakdown of our proposed fee is as follows: PHASE OF SERVICE FEE Schematic Design $ 184,500.00 Design Development 123,000.00 Construction Documents 615,000.00 Bidding 61,500.00 Construction Administration 246,000.00 TOTAL BASIC ARCHITECTURAL FEE $ 1,230,000.00 F"i��5���no�a V E��da�uartre¢s ���e� B. PROJECT SPECIFIC FEES The following items are unique to each project and not typically found in the basic scope of architectural services.Based on our experience and interpretation of the information available,we believe the following services will also be required: TASK FEE Topographical Surveys $ 19,000.00 Geotechnical Investigations 19,000.00 Water Quality Management Plan 10,000.00 Hydrology Study 6,000.00 Hydromodification Study 6,000.00 Storm Water Pollution Prevention Plan 4,000.00 Off-Site Street Improvements 20,000.00 Street Dedication Easement 5,000.00 Legal Description 3,000.00 Trpffic Engineering 40,000.00 Environmentai Planning 43,000.00 Historical Consultant 12,000.00 Furniture Procurement 20,000.00 Commissioning 18,000.00 TOTAL FEE $ 225,000.00 C. TOTAL FEE The following is the total of all fees along with an allowance for reimbursables: SERVICE FEE Basic Architectural Fees $ 1,230,000.00 Project Specific Fees 225,000.00 Reimbursable Allowance 40,000.00 TOTAL FEE $ 1,495,000.00 D. REIMBURSABLES Items required or requested by the City,Fire Department,or approving agency will be invoiced as reimbursable without markup on monthly intervals.Reimbursables generally include the following: 1. Bulk paper copy. 2. Printing/Mylars. 3. Express or ovemight mail/courier service. Fare S#��on� B��t�e�an�e�s Page 9 E. ITEMS EXCLUDED The following is a list of items which are excluded from our scope of services or are not anticipated to be required.However,these services can be included,if requested,or once additional information is known: 1. Plan Check/Permit Fees. 2. Professionally Constructed Building Models. 3. Energy Modeling. 4. Conformed Documents. 5. Shoring Design. 6. Arborist/Biologist Reports. 7. Construction Surveying/Staking. 8. Cone Penetration Testing. 9. QSP services during construction. 10. Q5D services during construction. 11. Radius maps,mailing lists and public hearing signage. 12. Traffic control plans. 13. County,State,Title Company and Utility purveyor Fees. 14. Street improvement profile drawings. 15. Soil Management or Agronomy Reports. 16. Services related to an Underground Parking Structure. 17. Boundary survey setting any new,or finding existing,properfy corner survey monuments. 18. Preparation of a Record of Survey map or corner record as required by the City or County. 19. Services related to the undergrounding of overhead utility lines,or the relocation/replacement of poles, along the street or alley frontages. 20. Plans required to provide adequate utility(including fire lines) or storm drain infrastructure to a point in front of this project site. 21. Offsite or onsite separate water,fire line,sanitary sewer,or storm drain improvement plan and profile drawing,or revisions to a separate City or utility company approved drawing,not already shown on our standard composite onsite utility and storm drain plan. 22. Foundation System:Our fee assumes typical spread footings in average soil conditions.Any other type of foundation system required as a result of poor soil conditions would not be considered within our scope of work. 23. Cost estimating consultant. F"o�e S��tti,��ll I��ti�a�a�ters Page i 0 F. HOURLY RATE SCHEDULE For additional services, the following hourly rates are proposed for the basis of negotiating scope modifications which may be necessary for the project.Hourly rates include mark-up that will be applied to all fees.Reimbursable costs forreprographic services,computer plotting,and printing will be negotiated at the time additional services are requested. ARCHITECT MECHANICAL ENGINEER Principals of Firm $245.00 Principal $225.00 Associate/Director/Coordinator $215.00 Associate Principal $205.00 Senior Project Architect/Manager $195.00 Senior Project Manager $195.00 Project Architect/Manager $165.00 Project Manager $185.00 Design Studio $115.00 Senior Project Engineer �170.00 Technical Support $ 95.00 Project Engineer $150.00 Senior Design Engineer $135.00 CIVIL ENGINEER Design Engineer $125.00 Senior Designer $115.00 Principal Civil Engineer $150.00 Designer $105.00 Principal Land Surveyor $150.00 CAD Designer $100.00 Project Engineer $120.00 CAD Technician $ 80.00 Project Manager $105.00 Administrative $ 75.00 Engineering Design $105.00 Technical Support � 65.00 Design Draftsman $100.00 Draftsman $ 95.00 LANDSCAPE ARCHITECT Technical Support $ 60.00 Principal Architect $165.00 STRUCTURAL ENGINEER Associate Architect $140.00 Architect/Project Manager $125.00 Principal Engineer $175.00 Job Captain/Designer $110.00 Project Engineer �150.00 CADD Technician $ 95.00 Chief Draffsman $110.00 Draftsperson $ 80.00 Draftsman $ 90.00 Technical Supporf $ 65.00 Technical5upport $ 75.00 HISTORICAL ARCHITECT ELECTRICAL ENGINEER Principal $225.00 Principal $175.00 Principal Architect $250.00 ProjectManager $135.00 SeniorArchitectural Historian $150.00 Project Engineer $125.00 Staff Photographer $100.00 Design Engineer $ 95.00 Staff Architectural Historian $100.00 Designer/CADD Technician $ 90.00 Associate Staff Architectural Historian $ 75.00 Jr. Designer/CADD Technician $ 80.00 Technical Support $ 60.00 CADD Technical/Drafter $ 70.00 Technical Support $ 50.00 ENVIRONMENTAL ENGINEER Senior Director $210.00 Program Manager $200.00 Senior Project Manager $155.00 Project Manager $140.00 Project Assistant $ 80.00 Technical Supporf $ 60.00 ��e Sfa6uo�V 9��d�a�drte�s Page 11 Schedule i4. PRELIMINARY SCHEDULE The following schedule represents an estimated timeline of events for your new project.We have tried to list as many of the main events known to us that are typical for a project of this type.We have assumed a preliminary start date of June 2019.If selected as your Architect,one of our first tasks will be to develop a comprehensive,overall project schedule. Phase 1 � Phase 2 � Phase 3 � Phase 4 � Phase 5 �,m.R.�� _...��.. ---v_�_�.- -- ----- --�_�.. _ ._.. - Item/DescripHon 2019 2020 2021 2022 J J A 5 0 N D 1 F M A M J 1 A S O N D J F M A M J J A S O N D J F M A M J 'SCHEIIAATIC�DESIGN •` ' � � �L :Topo%Geotechnlcdl �2'.��sDevelop%Conflrin7Program�°" ' a ! '� 3. Develop�Bullding%S1te�Desfgn � �- � p i I °4:.°>Cost�Edtimate o' > ,� . � ' ; .,±�1.#_ � .;, Y °` 4 , , , 5. Blanning�Revlew;(DRC) i I 6.,�CJ�r,Councll�%lqproval . � ', x { � DESIGN DEVELOPMENT 1. Prepare Design Development Plans 2:Environmental'D'oeumentation 3, Upddte Cost Estimdfe 4. SMART = • . �CONSTRUCTION DOCUMENTS l. Prepare Conshuclion Documenh 2.�Building/Engtneering Review�. :. �3. Updafe Cosf EsHmate�, BIDDING AND NEGOTIATIONS r>:s�d'a��y reeod �.2:�;Revlew Bids/Awa'rd of Confract ",. CONSTRUCTION : : :::. � 1. Job Sffe M'eeflngs '2. SubmiHal and Shop Drawings � 3. Punch List 4. Final Compleflon and Move-in