Loading...
HomeMy WebLinkAboutReso 1998-18883 RESOLUTION NO. 18883 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA APPROVING FIRST AMENDMENT TO THE CONTRACTUAL AGREEMENT WITH JEFF KATZ ARCH ITECTURE FOR ARCHITECTURAL SERVICES ASSOCIATED WITH THE DESIGN AND RELOCATION CONSTRUCTION OF CHULA VISTA FIRE STATION #4 AND THE DESIGN OF THE FIRE TRAINING CLASSROOM, AND APPROPRIATING FUNDS THEREFOR WHEREAS, Council-approved CIP Project #PS-120 provides for the relocation and construction of Fire Station #4 from its current location to the Fire Training Tower site in the Rancho del Rey development; and WHEREAS, Jeff Katz Architecture has been hired to provide the architectural services for the fire station; and WHEREAS, consistent with the approved Fire Station Master Plan, a Fire Training Classroom (CIP Project #PS-127) has been proposed for FY 98-99 to complement the existing Training Tower, completing the Fire Training Complex; and WHEREAS, with the initial design of the fire station in progress, it has become evident that coordination can be enhanced and funds saved if the Fire Station architect completes the design work on the Classroom at the same time; and WHEREAS, as no funds for the Fire Training Classroom CIP project have currently been appropriated, an appropriation from the Fire Development Impact Fund in the amount of $23,000 is needed. NOW, THEREFORE, BE IT RESOLVED the City Council of the City of Chula Vista does hereby approve the First Amendment to the Contractual Agreement with Jeff Katz Architecture for architectural services associated with the design and relocation construction of Chula Vista Fire Station #4 and the design of the Fire Training Classroom, a copy of which shall be kept on file in the office of the City Clerk as Document No. CO98-016. BE IT FURTHER RESOLVED that the Mayor is authorized and directed to execute said First Amendment on behalf of the City of Chula Vista. BE IT FURTHER RESOLVED that the amount of $23,000 is hereby appropriated from Fund 806 (Fire DIF) to Account #806-8060-PS127. Presented by Approved as to form by ,.," s Hardiman J0 ahe~y~ Fire Chief Ci{y Attorney ~ Resolution 18883 Page 2 PASSED, APPROVED, and ADOPTED by the City Council of the City of Chula Vista, California, this 10th day of February, 1998, by the following vote: AYES: Councilmembers: Moot, Padilia, Rindone, Salas and Horton NAYES: Councilmembers: None ABSENT: Councilmembers: None ABSTAIN: Councilmembers: None Shirley Ha~ton, Mayor ATTEST: B~'v~Au~l~elet, City Clerk STATE OF CALIFORNIA ) COUNTY OF SAN DIEGO ) CITY OF CHULA VISTA ) I, Beverly A. Authelet, City Clerk of the City of Chula Vista, California, do hereby certify that the foregoing Resolution No. 18883 was duly passed, approved, and adopted by the City Council at a regular meeting of the Chula Vista City Council held on the 10th day of February, 1998. Executed this 10th day of February, 1998. Beverly A./'Authelet, City Clerk First Amendment to Agreement between City of Chula Vista and Jeff Katz Architecture for Architectural Consulting Services Recitals Whereas, the City of Chula Vista (~City") and Jeff Katz Architecture (~Consultant")entered into the original Agreement for architectural consulting services on March 25, 1997; and, Whereas, the City now desires to expand the scope of Consultant's work to provide architectural and design services in conjunction with the Chula Vista Fire Department Fire Training Classroom as described in Exhibit 'A-i'; and, Whereas, the Consultant warrants and represents that they are experienced and staffed in a manner such that they can prepare and deliver the services required of Consultant to City within the time frames herein provided all in accordance with the terms and conditions as set forth below. Now, therefore, the parties hereto agree as follows: 1. Exhibit ~A' to the original Agreement shall be replaced with Exhibit 'A-I' attached hereto. 2. All other items and conditions not modified by this First Amendment to the original Agreement shall remain in full force and effect. Signature Page to First Amendment to Agreement between City of Chula Vista and Jeff Katz Architecture for Architectural Consulting Services IN WITNESS WHEREOF, City and Consultant have executed this First Amendment thereby. indicating that they have read and understood same, and indicate their full and complete consent to its terms: Dated: , 19__ City of Chula Vista by: Shirley Horton, Mayor Attest: Beverly Authelet, City Clerk Approved as to form: Dated: Jeff K~~ Jeff K'Stz,[IA, Principal Exhibit List to Agreement (X) Exhibit A-1. Exhibit A-1 to Agreement between City of Chula Vista and Jeff Katz Architecture 1. Effective Date of Agreement: 2. City-Related Entity: (X) City of Chula Vista, a municipal chartered corporation of the State of California ( ) Redevelopment Agency of the City of Chula Vista, a political subdivision of the State of California ( ) Industrial Development Authority of the City of Chula Vista, a " ( ) Other: 3. Place of Business for City: City of Chula Vista, 276 Fourth Avenue, Chula Vista, CA 91910 4. Consultant: Jeff Katz Architecture 5. Business Form of Consultant: (X) Sole Proprietorship ( ) Partnership ( ) Corporation 6. Place of Business, Telephone and Fax Number of Consultant: 7290 Navajo Road, Suite 106 San Diego, California 9~119 Voice Phone (619) 698-9177 Page 1 Fax Phone (619) 698-9178 7. General Duties: A. PROJECT DESCRIPTION (1) The Consultant shall design a new fire station and training classroom to be located at the corner of East 'H' Street and Paseo Ranchero adjacent to the Fire Training Tower in the Rancho del Rey development in the City of Chula Vista("Project"). With . a combined construction budget of approximately $709,000 (excluding contingency funds), the Project is envisioned by the City as a 1500 square-foot structure,accommodating living quarters and office space for up to four firefighting personnel (male and female), with an attached 2500 square-foot (approximately 60' x 40') dual-entry (~drive-through") apparatus room equipped with an exhaust gas elimination system, and related site improvements (~Fire Station"); and a separate 1740 (approximate) square-foot training " classroom with associated office space, restroom facilities, and related site improvements adjacent to the Fire Station ("Training Classroom"). (2) The Consultant shall ensure that the Project is designed and constructed to optimize energy efficiency, durability and ease of maintenance, and in accordance with all applicable current State and local statutes, codes and ordinances including, but not limited to, the following: a. The Uniform Building Code b. The Uniform Fire Code c. Current standards of the Americans with Disabilities Act (ADA) (3) The Consultant acknowledges that the funds for the construction of the Training Classroom (see: Task Group IIb below) have not been appropriated at this time, and that no representation has been made by Page 2 City as to the certainty of any future approvals. Approval for the portion of Project specifically associated with the construction of the Training Classroom is at the sole discretion of City. (4) Work in Task Groups Ia and IIa below is intended to be done concurrently as one set of documents. {5) a. TASK GROUP Ia: Defined as those tasks, consistent with the above description of the Project, associated with the following phases of the Fire Station and related site.improvements: Schematic Design Phase Design Development Phase Construction Documents - 90% Construction Documents - 100% Bidding b. TASK GROUP Ib: Defined as those tasks, consistent with the above description of the ~Project, associated with the following phases of the Fire Station and related site improvements: Construction Administration As-Builts c. TASK GROUP IIa: Defined as those tasks, consistent with the above Project description associated with the following phases of the Training Classroom and related site improvements: Schematic Design Phase Design Development Phase Construction Documents - 90% Construction Documents - 100% Bidding d. TASK GROUP IIb: Defined as those tasks (if approved by the City), consistent with the above Project description, associated with the following phases of the Training Classroom and related site improvements: Construction Administration As-Builts Page 3 /J B. GENERAL PROVISIONS (1) The Consultant shall be responsible for coordination of all of the work and payment associated with subconsultants listed in Section 19, below, and the fees associated with these subconsultants shall be included within the Consultant's basic fee for services. (2) Once a general contractor is selected by the City, the Consultant agrees to cooperate in timely response to requests for information with the chosen general contractor and any of its various subcontractors and to assist in compliance with the stipulated budget for construction of the Project, in accordance with normal industry standards of practice. (3) The City shall have the right to suspend work on the Project for a period of up to ninety (90) days without suffering any increased compensation to Consultant or any of its subconsultants and this temporary suspension shall not constitute a termination of this Agreement. 8. Scope of Work and Schedule: A. CONSULTANT'S DETAILED SCOPE OF WORK: The Scope of Work is based on the stated intent of the City to utiiize Chula Vista Fire Station ~2 (80 East 'J' Street) as the basic design model for the Project, and, as applicable, the ~Chula Vista Fire Department Fire Station Design Specifications" as a basis for the design of the new station. (1) SCHEMATIC DESIGN PHASE AS TO FIRE STATION AND TRAINING CLASSROOM a. Tour existing Fire Station No. 2 and hold "Brainstorming" sessions with Chula Vista Fire personnel to discuss features of the new Fire Station design in order to refine the program requirements contained within the Fire Station Page 4 _ Design Specifications. b. Perform preliminary code and zoning review. c. Meet with City Building and Planning Departments to review all requirements including design requirements and building accessibility issues. d~ Develop .Preliminary Building Floor Plans and Building Elevations for both the Fire Station and the Training Classroom. e. Prepare site plans sufficient to develop conceptual site drawings indicating placement of structures and amenities on site. f. Develop preliminary Cost Estimates based upon building systems. The estimates prepared at this phase will be generally square foot cost estimates for the various building components, and will include a design development contingency (to allow ~ for potential increases as the design is refined further in the later stages of the project). g. Make required presentations to Chula Vista Fire Department to review scope, recommendations and findings of this phase of the Consultant's work. h. Make required Design Review Submittals to McMillin Companies, City of Chula Vista, and other groups from which it may be necessary for the City to receive comments or approvals. It is assumed for this proposal that one set of documents will be prepared and submitted concurrently to the two entities. Drawings required for this submittal will include: Site Analysis Diagram Schematic Floor Plan Schematic Building Elevations Preliminary Site Plan Conceptual Landscape Plans Page 5 Color and Material Sample Boards These drawings will include color and material callouts, as well as a colored building elevation drawing. No models or rendered drawings are included in this proposal. I. Make required presentations to City Council to review proposed design. j. Make required corrections to Schematic Design in order to obtain Schematic Design approval from the City of Chula Vista. Required corrections shall fit within the parameters of the Station No. 2 design concept and the approved project budget. Corrections required which are inconsistent with the Station No. 2 design concept, or the project budget will be an additional service. k. After obtaining approval of Schematic Design, the ~ Design Development phase will commence. (2) DESIGN DEVELOPMENT PHASE AS TO FIRE STATION ANDTRAINING CLASSROOM a. Refine design of Floor PlanS, Building Elevations and Site Plan. b. Coordinate building and site requirements with Owner's Soils Engineer. c. Develop structural systems consistent with design concept. No engineered site retaining walls will be required for the project. d. Prepare Interior Elevations, Building Sections, Reflected Ceiling Plans and Roof Plans. e. Prepare Grading, Drainage and Utility Plans consistent with design concept (prepared from City- provided Topographic Survey). Page 6 f. Develop building mechanical, plumbing and electrical systems consistent with design concept. g. Prepare preliminary line item Construction Cost Estimate based on actual building components. This estimate will be more detailed than the systems estimate prepared during schematic design. h. Review meeting with Fire Department and City staff to review proposed design. I. As mutually agreed by the City and Consultant, there will not be a formal Design Development submittal. Rather, the drawings submitted at this stage will be "mark-ups" intended to reflect more information than would normally be found in a "design development" submittal. The intent is to present as much information to the Fire Department as possible with regard to proposed building systems, structures, layouts, etc. Based on the information presented, the Fire Department will review and comment on all of the proposed features of the new buildings and site design. j, After obtaining City approval of the information presented in the Design Development drawings, the Construction Documents phase will commence. (3) CONSTRUCTION DOCUMENTS PHASE AS TO FIRE STATION AND TP~AINING CLASSROOM a. Prepare drawings and specifications as listed in Attachment '1' to Exhibit 'A-i' which are suitable for bidding to clearly delineate the Contractor's scope of work (Work). The City will provide all General and Supplementary Conditions for the Project. Official submittals to the City during this phase of the Consultant's work will occur at approximately 90% complete (concurrent with submittal to the Building Department) and at 100% complete. Page 7 b. Submit plans to local utility companies for review. (Note: Any required Utility Company fees are not included). c. Submit plans to City of Chula Vista Building Department for plan check, and perform all required revisions to construction documents based on Building Department's plan check comments. (Note: plan check and permit fees are not included.) d. Update Construction Cost Estimate. e. Meet with Fire Department and City staff to review final design. f. Construction Documents shall include the Training Classroom as an Alternate Bid Item. (4) BIDDING PHASE AS TO FIRE STATION AND TRAINING CLASSROOM a. Provide original drawings (on Mylar) and specifications to the City. City will assemble and distribute bid packages. b. Interpret and clarify contract documents for contractors, and issue addenda as required. c. Conduct a Pre-Bid walkthru at the site with all interested contractors. d. Participate in bid opening, review contractor's detailed cost breakdown, and assist City in evaluation of bids. (5) CONSTRUCTION ADMINISTRATION PHASE AS TO FIRE STATION AND/OR TRAINING CLASSROOM a. The construction phase/administration of the construction contract shall commence upon the beginning of construction and shall be limited to a Page 8 period equal to one hundred and ten percent (110%) of the total allowable time for the contractor's completion of the Work (inclusive of all required interior finish, fixture and equipment procurement). b. Attend Pre-Construction conference. c. Review shop drawings and submittals as required by contract documents. d. Interpret contract documents for proper execution and progress of construction, including responding in writing to contractor's or City's requests for information and clarification (RFI's). e. For the completion of Task Group lb.(no City approval of Task Group IIb; Fire Station construction only), make ten (10) site visits and meet with assigned City Staff during the course of ~construction to become familiar with the progress -- and quality of the Work completed, to determine if the Work is being performed in a manner indicating that the Work when completed will be in accordance with the Contract Documents, and to prepare site visit report. Site visits shall be scheduled with the City in advance. On the basis of on-site observations as an architect,.the Consultant shall keep the City informed of the progress and quality of the Work, and shall endeavor to guard the City against defects and deficiencies in the Work. f. For the completion of Task Groups Ib.and IIb.(Fire Station and Training Classroom construction, if City approves Task Group IIb.), make fifteen (15) site visits and meet with assigned City Staff during the course of construction to become familiar with the progress and quality of the Work completed, to determine if the Work is being performed in a manner indicating that the Work when completed will be in accordance with the Contract Documents, and to prepare site visit report. Site Page 9 visits shall be scheduled with the City in advance. On the basis of on-site observations as an architect, the Consultant shall keep the City informed of the progress and quality of the Work, and shall endeavor to guard the City against defects and deficiencies in the Work. Make one site visit to perform Punchlist Inspection, and one to perform Final Inspection. Assist the City in reviewing and processing contractor's progress payment requests. Process contractor's As-Builts and warranty information. j. The Consultant shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and ~ programs in connection with the Work, since these are solely the Contractor's responsibility under the Contract for Construction. The Consultant shall not be responsible for the Contractor's schedules or failure to carry out the Work in accordance with the Contract Documents. The Consultant shall not have control over or charge of acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the Work. k. The Consultant's certification for payment shall constitute a representation to the City, based on the Consultant's observations at the site as provided above and on the data comprising the Contractor's Application for Payment that to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and the quality of Work is in accordance with the Contract Documents. Page 10 (6) RESPONSIBILITY FOR CONSTRUCTION COST a. Definition: The Construction Cost shall be the total cost or estimated cost to the City of all elements of the Project designed or specified by the Consultant. The Construction Cost shall include the cost at current market rates of labor and materials furnished by the City and equipment designed, specified, selected or specially provided for by the Consultant, plus a reasonable allowance for the Contractor's overhead and profit. In addition, a reasonable allowance for contingencies shall be suggested for market conditions at the time of bidding and for changes in the Work during construction. Construction Cost does not include the compensation of the Consultant and Consultant's consultants, the costs of the land, rights-of-way, financing or other costs which are the responsibility of the City. b. Evaluations of the City's Project budget, preliminary estimates of Construction Cost and detailed estimates of Construction Cost, if any, iprepared by the Consultant, represent the ~ Consultant's best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither the Consultant nor the City has control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that bids or negotiated prices will not vary from the City's Project budget or from any estimate of Construction Cost or evaluation prepared or agreed to by the Consultant. c. If the Bidding or Negotiation Phase has not commenced within 90 days after the Consultant submits the Construction Documents to the City, any Project budget or Fixed Limit of Construction Cost (~fixed limit") will be adjusted if necessary to reflect changes in the general level of prices in the construction industry between the date of submission of the Construction Documents to the City and the date on which proposals are sought. -- In the event that this adjustment is to be made, the City and Consultant agree to meet in good faith to determine the extent to which the Consultant's scope of work is unreasonably impacted for the purposes of determining additional compensation, if any, for the work performed. d. The fixed limit for the Fire Station construction is set at $520,000 and the fixed limit for the Training Classroom construction (if approved) is $189,000. If the fixed limit ($520,000 for the Fire Station or $709,000 for the Fire Station and the Training Classroom combined construction) is exceeded by the lowest bona fide bid or negotiated proposal, the City agrees to pursue one of the following courses of action: I.) Give written approval of an increase in the fixed limit; ii.) Authorize rebidding or renegotiating of the ~ Project; ~ iii.)Terminate the Project proceedings; iv.) Cooperate in revising the Project scope and/or quality as may be necessary to reduce the Construction Cost; or v.) Any other remedies the City may deem appropriate. e. If the City chooses to proceed under d.,iv., above, the Consultant, without additional charge, shall modify the Construction Documents as necessary to comply with the fixed limit. The modification of Construction Documents in scope and/or quality to reduce the Construction Cost, using Consultant's best professional advise and knowledge, shall be the limit of the Consultant's responsibility with regard to meeting the fixed limit. (7)MISCELLANEOUS PROVISIONS a. Unless otherwise provided in this Agreement, the Page 12 Consultant and the City-authorized subconsultants shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials in any form as the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. b. The Consultant shall have the right to include representations of the design of the Project, including photographs of the exterior and interior, among the Consultant's promotional.and professional materials. The Consultant's materials shall not include the City's confidential or proprietary information; no such publication shall occur without the prior express written consent of the City to do so. c. If the City and Consultant are unable to reach agreement on any disputed work or compensation, the iCity may direct the Consultant to proceed with the ~ work. Payment shall be as later determined pursuant to the remedies provided elsewhere in the Agreement. B. Date for Commencement of Consultant Services: (X) Same as Effective Date of Agreement ( ) Other: C. Dates or Time Limits for Delivery of Deliverables: (1) Consultant to have the Construction Documents complete and ready for bid by contractors no later than July 15, 1998, unless otherwise agreed to in writing by the City. D. Date for completion of all Consultant services: (2) Upon Consultant's completion and City's acceptance of all services covered in the Agreement. Page 13 9. Insurance Requirements: (X) Statutory Worker's Compensation Insurance ( ) Employer's Liability Insurance coverage: $1,000,000. (X) Commercial General Liability Insurance: $1,000,000. ( ) Errors and Omissions insurance: None Required (included in Commercial General Liability coverage). (X) Errors and Omissions Insurance: $250,000 (not included in Commercial General Liability coverage). 10. Materials Required to be Supplied by City to Consultant: A. It is understood that the City will provide topographic services as required to prepare an existing conditions topographic drawing, in AutOCAD 12 format, for use by the Consultant and City-authorized subconsultants on the Project. It is understood that the City will be responsible for the accuracy of the information provided to the design team, and that no field verification of existing topo information is included by the Consultant. B. All bidding and contract procedure documents. C. Soils and geotechnical reports as required. 11. Compensation: N/A A. ( ) Single Fixed Fee Arrangement. For performance of all of the Defined Services by Consultant as herein required, City shall pay a single fixed fee in the amounts and at the times or milestones or for the Deliverables set forth below: Milestone or Event or Deliverable Amount or Percent of Fixed F~e N/A ( ) 1. Interim Monthly Advances. The City shall make interim monthly advances against the compensation due for each phase on a percentage of completion basis for each given phase such that, at the end of each phase only the compensation for that phase has been paid. Any payments made hereunder shall be Page 14 ~_ considered as interest free loans which must be returned to the City if the Phase is not satisfactorily completed. If the Phase is satisfactorily completed, the City shall receive credit against the compensation due for that phase. The retention amount or percentage set forth in Paragraph 19 is to be applied to each interim payment such that, at the end of the phase, the full re%ention has been held back from the compensation due for that phase. Percentage of completion of a phase shall be assessed in the sole and unfettered discretion by the Contracts Administrator designated herein by the City, or such other person as the City Manager shall designate, but only upon such proof demanded by the City that has been provided, but in no event shall such interim advance payment be made unless the Contractor shall have represented in writing that said percentage of completion of the phase has been performed by the Contractor. The practice of making interim monthly advances shall not convert ~ this agreement to a time and materials basis of payment. B. (X) Phased Fixed Fee Arrangement. (1) For the performance of each phase or portion of the Defined Services by Consultant as are separately identified below, City shall pay the fixed fee associated with each phase of Services, in the amounts and at the times or milestones or Deliverables set forth. Consultant shall not commence Services under any Phase, and shall not be entitled to the compensation for a Phase, unless City shall have issued a notice to proceed to Consultant as to said Phase. (2) For the performance of Basic Services authorized for Task Groups Ia., Ib. and IIa., Consultant to provide the stated services for a fixed fee of Seventy Two Thousand Two Hundred Dollars ($72,200). Invoices will be submitted monthly for the percentage of work actually completed during the Page 15 month, on any particular phase. (3) For the performance of Basic Services authorized in Task Groups Ia.,Ib., IIa., and IIb. (if IIb. is approved by the City), Consultant to provide the stated services for a fixed fee of Seventy Five Thousand Dollars ($75,000). Invoices will be submitted monthly for the percentage of work actually completed during the month, on any particular phase. (4) The Basic Services charges are categorized as follows: FIRE STATION TRAINING CLASSROOM PHASE TASK GROUP TASK GROUP TASK GROUP TASK GROUP Ia. Ib. IIa. IIb. Schematic Design $8,250 $0 $3,750 $0 Design $6,100 $0 $2,900 $0 Development Construction $26,150 $0 $11,850 $0 Documents - 90% Construction $3,000 $0 $1,200 $0 Documents 100% !Bidding $1,500 $0 $500 $0 ~Construction $0 $6,250 $0 $2,650 iAdministration As-Builts $0 $750 $0 $150 Total $45,000 $7,000 $20,200 $2,800 (X) 1. Interim Monthly Advances. The City shall make interim monthly advances against the compensation due for each phase on a percentage of completion basis for each given phase such that, at the end of each phase only the compensation for that phase has been paid. Any payments made hereunder shall be considered as interest free loans which must be returned to Page 16 the City if the Phase is not satisfactorily completed. If the Phase is satisfactorily completed, the City shall receive credit against the compensation due for that phase. The retention amount or percentage set forth in Paragraph 21 is to be applied to each interim payment such that, at the end of the phase, the full retention has been held back from the compensation due for that phase. Percentage of completion of a phase shall be assessed in the sole and unfettered discretion by the Contracts Administrator designated herein by the City, or such other person as the City Manager shall designate, but only upon such proof demanded by the City that has been provided, but in no event shall such interim advance payment be made unless the Contractor shall have represented in writing that said percentage of completion of the phase has been performed by the Contractor. The practice of making interim monthly advances shall not convert this agreement to a time and materials basis of payment. C. (X) Hourly Rate Arrangement for Additional Services AdditionaT services shall not be performed by Consultant unless authorized in writing by the City in advance. For performance of any Additional Services by Consultant, as listed below, City shall pay Consultant for the productive hours of time spent by Consultant in the performance of said Services, at the rates or amounts set forth in the Rate Schedule hereinbelow. a. Revisions to Schematic Design or Construction Documents resulting from City-requested changes to previously approved documents, or due to subsequent code or zoning changes. b. Preparing documents for alternate bid items beyond the Consultant's scope of work. c. Processing City change requests after Contractor's bid including revisions to Contract Documents, processing approval of revisions through the Building Department, Change Order negotiation, and preparing drawings and specifications in connection with Change Orders approved in writing by the City. Page 17 do Additional site visits specifically requested by the City. e. HOURLY RATE SCHEDULE for Additional Services associated with Task Groups Ia and Ib: Principal Architect $ 90,00 per hour Designer $ 75.00 per hour Drafter $ 55.00 per hour Secretarial $ 40.00 per hour Structural Engineer $ 95.00 per hour Civil Engineer $ 90.00 per hour Mechanical Engineer $ 95.00 per hour Electrical Engineer $ 95.00 per hour Landscape Architect $ 80.00 per hour f. HOURLY RATE SCHEDULE for Additional Services associated with Task Groups IIa and IIb: Principal Architect $ 90.00 per hour Designer $ 75.00 per hour Drafter $ 55.00 per hour Secretarial $ 40.00 per hour Structural Engineer $ 100.00 per hour Civil Engineer $ 95.00 per hour Mechanical Engineer $ 100.00 per hour Electrical Engineer $ 100.00 per hour Landscape Architect $ 85.00 per hour 12.( ) Not-to-Exceed Limitation on Time and Materials Arrangement Notwithstanding the expenditure by Consultant of time and materials in excess of said Maximum Compensation amount, Consultant agrees that Consultant will perform all of the Defined Services herein required of Consultant for $ including all Materials, and other "reimbursables" ("Maximum Compensation"). 13.( ) Limitation without Further Authorization on Time and Materials Arrangement At such time as Consultant shall have incurred time and materials equal to ("Authorization Limit"), Consultant shall not be entitled to any additional compensation without further authorization issued in writing and approved by the City. Page 18 ./ Nothing herein shall preclude Consultant from providing additional Services at Consultant's own cost and expense. 14. Materials Reimbursement Arrangement All City-requested or City-required printing and reproduction needs or other unanticipated printing needs associated with the Project which cannot be assumed by the City will be a reimbursable expense at the actual cost of such services to the Consultant. No other materials or costs reimbursements are permitted. 15. Contract Administrators: City: Daniel D. Beintema 447 'F' Street Chula Vista, CA 91910 (619) 691~5055 voice (619) 691-5057 fax Consultant: Jeff Katz, AIA 7290 Navajo Road, Suite 106 San Diego, California 92119 (619) 698~9177 voice {619) 698-9178 fax 16. Liquidated Damages Rate: { ) $__ per day. ( ) Other: 17. Statement of Economic Interests, Consultant Reporting Categories, per Conflict of Interest Code: (X) Not Applicable. Not an FPPC Filer. } FPPC Filer ) Category No. 1. Investments and sources of income. } Category No. 2. Interests in real property. ) Category No. 3. investments, interest in real property and sources of income subject to the Page 19 regulatory, permit or licensing authority of the department. Category No. 4. Investments in business entities and sources of income which engage in land development, construction or the acquisition or sale of real property. Category No. 5. Investments in business entities and sources of income of the type which, within the past two years, have contracted with the City of Chula Vista (Redevelopment Agency) to provide services, supplies, materials, machinery or equipment. Category No. 6. investments in business entities and sources of income of the type which, within the past two years, have contracted with the designated employee's department to provide services, supplies, materials, machinery or equipment. Category No..7. Business positions. ( ) List "Consultant Associates" interests in real property within 2 radial miles of Project Property, if any: 18. ( ) Consultant is Real Estate Broker and/or Salesman 19. Permitted Subconsultants: Civil Engineering: Bement Dainwood Sturgeon, Civil Engineers Structural Engineering: Simon Wong Engineering Mechanical Engineering: GEM Engineering Electrical Engineering: ILA + Zammit Engineering Landscape Architecture: JL Martin, Landscape Architecture Page 20 20. Bill Processing: A. Consultant's Billing to be submitted for the following period of time: ( ) Monthly ( ) Quarterly (X) Other: See Section ll.B. of this Exhibit. B. Day of the Period for submission of Consultant's Billing: ( ) First of the Month ( ) 15th Day of each Month (X) End of the Month ( ) Other: C. City's Account Number: 21. Security for Performance ( ) Performance Bond, $~ ()Letter of Credit, $ ( ) Other Security: Typei Amount: $ (X) Retention. If this space is checked, then notwithstanding other provisions to the contrary requiring the payment of compensation to the Consultant sooner, the City shall be entitled to retain, at their option, either the following "Retention Percentage" or "Retention Amount" until the City determines that the Retention Release Event, listed below, has occurred: (X) Retention Percentage: 10% from each invoice ( ) Retention Amount: $ Retention Release Event: ( ) Completion of All Consultant Services (X) Other: At the sole discretion of the City, at the successful completion of the "Construction Documents 100%" Phase, one-half of the Retention monies held to that point will be released to Consultant. Bidding, Construction Administration and As-Builts Phases will continue to be subject to retention and the remaining retention monies will be released Page 21 upon successful completion of the As-Builts phase. In the event that Task Group IIb. work is not authorized and City in its sole discretion elects not to proceed with the construction of the Training Classroom, and Consultant, in the opinion of the City, has successfully completed his duties under Task Group IIa., any retention monies which remain in the possession of the City for Task Group IIa Basic Services shall be released to Consultant. Page 22 ATTACHMENT "1" DRAWING AND SPECIFICATION LIST The Consultant represents that the following drawings are to be provided by the Consultant; it is understood, however, that this does not represent an exhaustive list, nor does the list prohibit the Consultant from combining drawings in the interest of efficiency or clarity. Civil Grading, Drainage and Utility Plan Details Landscape Planting Plan Irrigation Plan Details Architectural Title Sheet Site Plan Hardscape Plan Site Details (as required) Floor Plan Dimensioned Floor Plan Reflected Ceiling Plan Roof Plan Exterior Elevations Building Sections Wall Sections Large Scale Plans Interior Elevations Finish Schedule/Door Schedule/Window Schedule Details (as required) Structural Foundation Plan Framing Plans Details (as required) Mechanical HVAC Schedules HVAC Floor Plan Details (as required) Fire Station ff-4 Attachment "1" Plumbing Plumbing Site Plan Plumbing Floor Plan Details (as required) Electrical Electrical Site Plan Power Plan Lighting Plan Signal Plan Panel Schedules/Details The Consultant represents that the following specification sections are to be provided by the Consultant. It is understood, however, that this does not represent an exhaustive list, nor does the list prohibit the Consultant from combining sections in the interest of efficiency or clarity. (Note: All Bidding and Contract Procedure Documents to be 3rovided by the City): DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work 01200 Project Meetings 01300 Submittals 01310 Schedules and Reports 01410 Testing and Inspection 01500 Construction Facilities 01600 Material and Equipment 01630 Substitutions and Product Options 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01740 Warranties Sample Warranty Format DIVISION 02 - SITEWORK 02100 Site C learing 02220 Earthwork for Structures & Pavements 02233 Graded Crushed Aggregate Base Course for Pavements 02514 Portland Cement Concrete Paving 02225 Excavating, Backfilling & Compacting for Utilities 02540 Pavement Markings & Related Signs 02620 Concrete Curbs, Gutters and Walks 02660 Exterior Water Distribution System Fire Station ~4 Attachment "1" 02720 Storm Drainage System 02730 Exterior Sanitary Sewer System 02810 Irrigation System 02900 Landscaping DIVISION 03 - CONCRETE 03310 Concrete Work (Division 4 - Not Used) DIVISION 05 - METALS 05120 Structural Steel 05500 Metal Fabrications DIVISION 06 - WOOD 06100 ROugh Carpentry 06181 Glue Laminated Members 06200 Finish Carpentry DIVISION 07 -THERMAL AND MOISTURE PROTECTION 07175 Water Repellent Coating 07200 Building Insulation 07320 Clay Roofing Tile 07500 Membrane Roofing 07620 Flashing and Sheet Metal 07720 Roof Accessories 07810 Unit Skylights 07920 Sealants DIVISION 08 - DOORS AND WINDOWS 08110 Metal Doors and Frames 08210 Wood Doors 08331 Telescoping Overhead Doors 08520 Aluminum Windows 08710 Finish Hardware 08800 Glazing DIVISION 09 - FINISHES Fire Station Attachment "1" 09100 Metal Support Systems 09200 Lath and Plaster 09250 Gypsum Wallboard 09330 Ceramic Tile 09510 Acoustical Ceilings 09650 Resilient Flooring 09680 Carpeting 09900 Painting DIVISION 10 - SPECIALTIES 10202 Metal Wall Louvers 10350 Flagpoles 10440 Identifying Devices 10520 Fire Entinguishers and Cabinets 10800 Toilet Accessories DIVISION 11 - EQUIPMENT 11450 Kffchen & Laundry Equipment DIVISION 12 - FURNISHINGS 12511 Vertical Louver Blinds (Divisions 13-14 Not Used) DIVISION 15 - MECHANICAL 15010 Mechanical General Requirements 15140 Supports and Anchors 15290 Ductwork Insulation 15300 Fire Protection Supplemental General Requirements 15310 Fire Protection Piping 15320 Fire Protection Valves 15400 Plumbing Supplemental General Requirements 15410 Plumbing Piping 15420 Plumbing Valves 15430 Plumbing Specialties 15440 Plumbing Fixtures 15450 Plumbing Equipment 15671 Air Cooled Condensing Units 15885 Vehicle Exhaust Removal System 15887 Carbon Monoxide Exhaust Fan Fire Station ff-4 Attachment "1" 15910 Duckwork Accessories 15940 Air Outlets and Inlets 15990 Testing, Adjusting and Balancing DIVISION 16 - ELECTRICAL 16010 Electrical General Provisions 16150 Emergency Standby Generating System 16200 Power Distribution Equipment 16300 Basic Materials and Methods 16400 Wiring MethodS, Raceways and Conductors 16600 Lighting 16710 Cable TV Cable 16730 Fire Alarm System 16740 Public Address System 16750 Telephone System Rough-In 16800 Utilization Equipment