Loading...
HomeMy WebLinkAboutReso 38-16 Public Safety Complex Modifications RESOLUTION NO. 38 - 16 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN * * * * * * * * * * * APPROVING A NEW CAPITAL IMPROVEMENT PROJECT — DUBLIN POLICE SERVICES BUILDING AND APPROVING AN AMENDMENT TO THE AGREEMENT WITH INDIGO/HAMMOND + PLAYLE ARCHITECTS, LLP WHEREAS, in 2011, the City Council acquired the Public Safety Complex in order to locate Dublin Police Services from the Civic Center to the available space there upon completion of improvements to the facility, to provide a more suitable location for the provision of Police Services, freeing up needed work space at the Civic Center; and WHEREAS, during the recession and without a dedicated funding source for a project that was estimated to be more than $15 million, Staff proposed to simply make modifications to the Police Wing in order to gain useful space for future expansion; and WHEREAS, the City is receiving accelerated funding from the Dublin Crossing Project in the amount of$15 million by June 30, 2016; and WHEREAS, it is now prudent to proceed with a Dublin Police Services project at the Public Safety Complex because of the identified funding source; and WHEREAS, the current preliminary cost estimate of the Dublin Police Services Building Project is $10 million, significantly less that the $15.3 million estimate shown in the 2014-2019 CIP as a future year project; and WHEREAS, Staff recommends the full amount of the Dublin Crossing Project contribution be placed into the Capital Improvement Project budget, until such time that the City can evaluate the costs of additional demolition, site improvements and façade modifications; and WHEREAS, on February 17, 2015, the City Council approved an Agreement for design services with Indigo / Hammond + Playle Architects, LLP for the Dublin Police Services Building Renovation; and WHEREAS, the City wishes to amend the terms of the Agreement to account for additional design services necessary for a change in scope of work. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve a new capital improvement project — Dublin Police Services Building. BE IT FURTHER RESOLVED that the City Council of the City of Dublin approve the amendment to the Agreement with Indigo / Hammond + Playle Architects, LLP, for additional design services in the amount of$653,500, as shown in Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized and directed to execute the amendment and such other documents, and to take such other and further action, as necessary and appropriate to carry out the Intent of this Resolution. Page 1 of 2 PASSED, APPROVED AND ADOPTED this 1st day of March, 2016, by the following vote: AYES: Councilmembers Biddle, Gupta, Hart, Wehrenberg, and Mayor Haubert NOES: None ABSENT: None ABSTAIN: None p„C:04 1*. M yor ATTEST: ( Lflr City Clerk Reso No. 38-16,Adopted 3-1-16, Item 7.2 Page 2 of 2 EXHIBIT A CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND INDIGO I HAMMOND+ PLAYLE ARCHITECTS, LLP THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Indigo/Hammond + Playle Architects, LLP ("Consultant") as of February 17, 2015. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end on May 31, 2016,the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Consultant's obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $227,600, (Two hundred and twenty-seven thousand and six hundred dollars), notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 1 of 13 Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information: • Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; • The beginning and ending dates of the billing period; • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • At City's option,for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder, as well as a separate notice when the total number of hours of work by Consultant and any individual employee, agent,or subcontractor of Consultant reaches or exceeds 800 hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A; • The Consultant's signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received,for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10%of the total sum due pursuant to this Agreement within sixty(60)days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 2 of 13 unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the following fee schedule: 2.6 Reimbursable Expenses. Reimbursable expenses are specified below, and shall not exceed ($8,900). Expenses not listed below are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure"occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 3 of 13 subcontractor(s)and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. 4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS($1,000,000.00)per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88)or Insurance Services Office form number GL 0002(ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 8 and 9 ("any auto"). No endorsement shall be attached limiting the coverage. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo I Hammond+Playle Architects,LLP Page 4 of 13 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured's general supervision of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. c. An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of CONSULTANT to comply with reporting provisions of the policy shall not affect coverage provided to CITY and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty(30)days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 Professional Liability Insurance. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000)covering the licensed professionals' errors and omissions. 4.3.1 Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 An endorsement shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits, except after thirty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 4.3.3 The policy must contain a cross liability or severability of interest clause. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 5 of 13 4.3.4 The following provisions shall apply if the professional liability coverages are written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of five years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 4.4.3 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo I Hammond+Playle Architects,LLP Page 6 of 13 During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Notice of Reduction in Coverage. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than five days after Consultant is notified of the change in coverage. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: • Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; • Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or • Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Consultant shall indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1)the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2)the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 7 of 13 apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS)to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law,or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No Agent. 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, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo I Hammond+Play le Architects,LLP Page 8 of 13 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon thirty(30)days'written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 9 of 13 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall included, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are Consulting Services Agreement between February 17,2015 City of Dublin and Indigo I Hammond+Playle Architects,LLP Page 10 of 13 confidential and will not be released to third parties without prior written consent of both parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three(3)years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys'fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 11 of 13 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location,would place Consultant in a"conflict of interest,"as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve(12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code§1090 etseq.,the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code§ 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting,focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Meghan Tiernan, Parks &Facilities Development Coordinator, and ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Bruce Playle,AIA Indigo/Hammond + Playle Architects, LLP 909 Fifth Street Davis, CA 95616 Any written notice to City shall be sent to: Paul McCreary, Parks&Community Services Director City of Dublin 100 Civic Plaza Dublin, CA 94568 Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 12 of 13 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility,"as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A and B, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. CITY OF DUBLIN CONSULTANT Christopher L. Foss, City Manager Bruce Playle, Principal Indigo/Hammond + Playle Architects, LLP Attest: Caroline Soto, City Clerk Approved as to Form: John Bakker, City Attorney Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Page 13 of 13 EXHIBIT A SCOPE OF SERVICES Consulting Services Agreement between February 17,2015 City of Dublin and Indigo/Hammond+Playle Architects,LLP Exhibit A Exhibit A - Scope of Services Renovation of Police Services Building, City of Dublin, California INDIGO/ Hammond & Playle Architects, LLP February 4, 2015 Project Description The City of Dublin currently provides police services from a 1989 structure, located at 100 Civic Plaza near Dublin Boulevard and Sierra Court. The City plans to meet its police services needs by renovating the existing building to meet the growth requirements of the community and the police department through at least 2019. In addition, the improved facility will meet current ADA requirements. Included in the scope of services are architectural, electrical engineering, mechanical engineering and security consulting services for remodel of approximately 4,500 sf of the existing police facility for a construction budget of$1,350,000. The remodel area is within the existing police department facility at 100 Civic Plaza. Primary goals of the remodel are to: renovate the existing unused detention area and vehicle sallyport for police operations; expand and improve the evidence processing and storage facility; and replace existing standard lockers with police-functional lockers. Accessibility improvements will be required. Since the facility must be kept operational 24/7/365, phasing of the construction will be required and some portion of the vehicle sallyport may need to be used for evidence storage on a temporary or permanent basis. Hazardous materials consulting and additional consultants than those listed above are not included. In addition to providing adequate workspace the improvement plans are intended to also address specific concerns for public safety buildings including public and restricted circulation requirements, critical operational adjacencies, specialized building and site security, specialized secure storage, and technology requirements. Included in the Preliminary Design phase is a brief review of the Public Safety Complex (PSC) at 6363 Clark Avenue, Dublin, to test for the potential for use by Police Services. The scope includes a site visit, bubble- diagram and order of magnitude cost estimate. Approximate cost per square foot will be identified for other non-essential services such as Dublin Unified School District Administrative Offices. The PSC contains approximately 54,410 sf, approximately 14,063 sf of which have already been renovated for fire department use. CAD plans of the building have been prepared by other consultants and will be made available by the City for use by the design team. The scope of work will be completed in 3 parts: A. PRELIMINARY DESIGN B. FINAL DESIGN C. BIDDING & CONSTRUCTION A. PRELIMINARY DESIGN Preliminary Design 1. Using existing plan material provided by City of Dublin as a basis, or point of departure, prepare revised design sketches with any new or modified ideas which improve functionality and benefit police operations. Prepare preliminary exterior design sketches of how detention area is to be best utilized, evidence area is optimized and existing locker/shower/toilet rooms for men and women are to be improved. Prepare preliminary phasing plan, and floor plan layout and very early cost estimate for review by City. 2. Conduct design review meeting with City Design Committee, including Police, Public Works, IT, Building Maintenance and Building Department representatives. Discuss likely cost of the project and compare to budget for initial decision-making (1 meeting). 3. Review existing building plans provided by City, conduct limited field reconnaissance as needed to prepare CAD background plans which represent existing conditions to a level of detail reasonable for and limited to use in construction of this project(field reconnaissance included in meeting trip above). 4. Obtain preliminary engineering input, prepare building floor plans. 1 5. Obtain further engineering input which would impact the plan and make adjustments. Assess existing building systems for capacity to provide for the remodel and addition work, propose schematic of such system work, sufficient in detail to determine feasibility and to establish reasonable cost estimate. Systems include: HVAC, plumbing, fire protection, electrical, lighting, data and security electronics- CCTV and access control. Prepare preliminary building floor plans. 6. Prepare Preliminary Project Schedule and Preliminary Cost Estimate for the work, including any site development required. With direction from City, conduct initial cost control by reconciling project design scope, quality and budget, make any appropriate design decisions (1 meeting). 7. Conduct brief review of the Public Safety Complex(PSC)to test for the potential for use by Police Services. Conduct site visit, bubble-diagram and high level cost estimate. Approximate cost per square foot will be identified for other non-essential services. Deliverables for Preliminary Design: • Preliminary design drawings including those listed under Preliminary Design above: partial site plan, partial floor plan and partial exterior elevations. • Checked CAD background plans for the limited area of the existing building related to this project. • Building code analysis limited to the existing building area affected by this project. • Update Project Schedule and Preliminary Cost Estimate for the work, including any site development required. • Bubble-diagram and high level cost estimate for potential use of the Public Safety Complex (PSC). Provide approximate cost per square foot for potential use for other non-essential services. B. FINAL DESIGN Construction Documents (50% PS&E Submittal) 1. Make final assessments of existing building system capacities including HVAC, plumbing, fire protection, electrical, lighting, data and security electronics. 2. Establish confirmed furnishings layout, incorporate into plans. 3. Prepare Construction Documents and Cost Estimate to 50%complete level. Construction Documents including plans, details, and technical specifications necessary to complete the Work described, integrate all work with all other elements of the project. 4. Coordinate with draft furniture procurement package which is assumed by others. 5. Update Preliminary Project Schedule and Preliminary Cost Estimate for the entire work, including site development. 6. With guidance from City, conduct cost control by reconciling project design scope, quality and budget, make any appropriate design decisions. 7. Receive 50% review comments including any from review agencies or serving utilities, and make revisions. 8. Attend 1 design coordination meeting with City staff, subconsultant attendance at discretion of Architect depending on need (1 meeting). Construction Documents (90% PS&E Submittal) 9. Incorporate comments from the 50% submittal and prepare Construction Documents and Cost Estimate to 90% complete level. Construction Documents including plans, details, and technical specifications necessary to complete the Work described, integrate all work with all other elements of the project. 10. Update Preliminary Project Schedule and Preliminary Cost Estimate for the entire work, including site development. 11. Receive 90% review comments including any from review agencies and make revisions. 12. Attend 1 design coordination meeting with City staff, subconsultant attendance at discretion of Architect depending on need (1 meeting). Final Design Submittal for Bidding (100% Submittal) 13. Incorporate comments from the 90% submittal and prepare Construction Documents and Cost Estimate to 100% complete level. Construction Documents including plans, details, and technical specifications necessary to complete the Work described. 2 14. Attend 1 meeting with City staff to receive 90% CD comments, subconsultant attendance at discretion of Architect depending on need (1 meeting). Deliverables for Final Design (50%, 90% and 100% PS&E Submittals): • Make preliminary contact with outside review agencies and/or serving utilities. Secure the preliminary input of such review agencies where such input would be useful in reducing final plan review comments. • Product Literature Binder, one (1) bound copy and one (1) PDF file prepared at 50% CD, to be updated at 90% CD including Architectural, Mechanical, Plumbing, Fire Suppression, Electrical and Data/Telcom systems. • Three (3) review copies of drawings (24"x36") and project manual, and one (1) PDF file are provided to City at Preliminary Design, 50% CD and 90% CD. • At 100% provide two (2) wet-signed full-size sets of full-size 24"x36" drawings, one (1) wet-signed copy of technical specifications and one (1) PDF file of all work. • Complete working drawings and technical specifications in Masterspec 2004 format for the project. Front-ends for Advertisement, Notice to Bidders, Contract, General and Supplementary Conditions, etc. are assumed by City. • Items on a deferred approval basis will be: automatic fire suppression system and fire alarm. Criteria drawing and performance specification will be provided. • Prepare Cost Estimate & Project Schedule prepared at 50% CD, updated at 90% CD. • Furniture procurement package is assumed by others, however Architect will coordinate with same on behalf of City. • Note: All printing and delivery by City as reimbursable expense outside of fixed-fees shown. C. BIDDING & CONSTRUCTION 1. Attend the Pre-Bid Meeting (one meeting). 2. Review and respond to Bidder questions (includes 12). 3. Prepare Addenda content for issuance by City (includes 2). 4. Assist City with its Bid Evaluation process. 5. Attend Pre-Construction Meeting (1 meeting). 6. Review and respond to Contractor submittals (includes 45). 7. Review and respond to Contactor RFI's (includes 50). 8. Review and respond to Contactor PCO's (includes 10). 9. Issue Architectural Supplemental Instructions ASI (includes 4). 10. Issue Proposal Requests (includes 2). 11. Maintain Submittal, RFI, ASI and CCO logs. 12. Attend construction project progress meetings (includes 20 meetings, once per week for an estimated 5 month construction duration). 13. Conduct periodic site observations, issue field reports (included in above). Consistent with the requirements for California Essential Services Buildings, reports will be DSA-06 cross-coordinated among design team, IOR and contractor and filed with the City of Dublin Building Official in his/her capacity as Agency Having Jurisdiction. 14. Conduct preliminary observation and issue Punch List(1 meeting). 15. Punch List pick-up verification will be by City, Architect to assist in preparation of Notice of Substantial Completion. 16. Declare project 100% complete. Issuance of Notice of Final Completion (filing will be by City of Dublin). 17. Assist in final close-out procedures, review record documents submitted by contractor, mark prints accordingly"Record Drawings" and deliver to City of Dublin for safekeeping. 18. Above construction administration scope assumes City Project Manager will be onsite handling day- to-day affairs of construction. Deliverables for Bidding & Construction: • Attend Pre-bid conference and site walk. • Assist in answering bidders' questions and issuing addenda. • Assist in City's bid evaluation and determination of lowest responsible bidder. 3 • Monthly Construction Meetings minutes. • Construction visit notes and photographic record. • Responses to RFI's and CCO requests. • Submittal, RFI and CCO logs. • Final inspection report and punch list. • Includes one set of marked-up record prints, excludes mylars or CAD files if requested. The following architectural and engineering services are included in basic services: Structural engineering • Building foundation and substructure. • Building superstructure structural frame and accessories. • Building floor and roof framing system components. • Interior wall, typical wall framing specs and details to support architectural work. • Structural engineering support, calculation, and detailing as may be required for architectural, electrical, mechanical and plumbing system components. • Any necessary calculations. Electrical engineering • Onsite electrical utilities as follows: • Site lighting (conduit and service box). • Site power(supply and distribution). • Building services including the following: • Lighting system. • Power system (supply and distribution). • Emergency power system (supply and distribution). • Uninterruptible power system UPS (supply and distribution). • Power conditioning, if required. • Fire detection and alarm system (deferred approval item, provide performance spec/drawing). • Title 24 compliance reports and submittal. • Assist with energy projections and system selections for building related to low-energy/ net zero energy project goals. Estimate potential onsite photovoltaic power generation in coordination with Architect. • Determination of and conformance with all applicable codes, lighting control ordinances, etc. which affect the electrical portions of the work. • Review 30-day load readings on the existing feeder(s) and updated 12-month PG&E demand data provided by District, conduct site reconnaissance to determine major components of electrical service and distribution. • Prepare milestone cost estimates for use by Architect in preparing project estimates for review by District. • Assist in project scheduling. Telecommunications/Data, part of electrical scope • All work is to be prepared consistent with the City's Information Technology and Telecommunications Standards, or other guidelines as may apply. • Data and computer cabling and conduit system, complete. • Service entrance. • Fiber backbone communication pathways. • Horizontal communications pathways. • Equipment racks. • Intermediate frame (IDF) provisions. • Grounding systems, and protection and isolation thereof. • Termination requirements and hardware. • Cabling terminations. 4 • CATV system. • Telephone. • Public address. • Integrate with the work of Owner's separate Radio consultant, where applicable. • Offsite telecommunications (excluding data cabling) • Coordinate with serving phone utility, radio system components, electrical power and signal systems, etc. • Prepare milestone cost estimates for use by Architect in preparing project estimates for review by Owner. Assist in project scheduling. Security systems • Building electronic security measures. • Access control system. • CCTV system. • Other low voltage control system, alarms, panic buttons, etc. • Prepare narrative description of security operational systems where required. • Prepare milestone cost estimates for use by Architect in preparing project estimates for review by Owner. Assist in project scheduling. Mechanical and Plumbing engineering • Building services including the following to a line 5' outside of buildings: • Heating, Ventilating, and Air-conditioning (HVAC) system including all equipment and distribution. • Potable water plumbing system. • Water heating, softening, and/or conditioning system, if any. • Sanitary sewer plumbing system. • Natural gas (or LP gas) supply and distribution system. • Compressed, exhaust, and/or vacuum air systems, if any. • Fuel systems. • Other piped or ducted utilities as required by use of project, if any. • Automatic fire sprinkler system requirements (deferred approval item, provide performance spec/drawing... gaseous fire suppression systems, if required, are not included). • Title 24 compliance reports and submittal for building envelope and Mechanical and Plumbing systems. • Determination of and conformance with all applicable codes, ordinances, etc. which affect the Mechanical and Plumbing portions of the work. • Prepare milestone cost estimates for use by Architect in preparing project estimates for review by Owner. Assist in project scheduling. 5 Exhibit Al - Project Schedule Renovation of Police Services Building City of Dublin, California INDIGO/Hammond&Playle Architects,LLP Phase 2015 2016 Scope of Work FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL Notice to Proceed to INDIGO,2/17/15. Project Setup. Review existing documentation and conditions. 1111111711111561=29.1,_ A Design meeting with Facility Committee/City staff,3/3/15. PRELIMINARY Integrated design meeting with engineers,3/10/15. DESIGN Prepare Preliminary Design. Design meeting with Facility Committee/City staff,4/14/15. Complete the Preliminary Design and submit for review by City. City review,meeting to receive Prelim.Design comments. Prepare and submit 50%PS&E for review by City. City review,meeting to receive 50%PS&E comments,6/23/15. B.FINAL Prepare and submit 90%PSBE for review by City. DESIGN City review,meeting to receive 90%PS&E comments,8/18/15. Submit 100%Final Design for review by City. Approved plans issued by City,ready to bid. Bid advertisement. Pre-bid project walk-thru and meeting. Bid period-6-8 weeks estimated. Bids due identify apparent low qualified bidder. Bonding. C Dublin City Council award of project. Immini BIDDING& Contractor Notice to Proceed. CONSTRUCTION MOBILIZATION. PHASE DEMOLITION WORK. SUBMITTALS. INTERIOR T.I.WORK FURNITURE&EQUIP MANUF,DELIVER,INSTALL. CLEAN UP AND FINAL INSPECTION. MOVE-IN. General Notes: (1) Options for project acceleration and/or fast tracking not reflected on this schedule. (2) Schedule is preliminary and subject to change based on factors outside of INDIGO control. EXHIBIT B COMPENSATION SCHEDULE Consulting Services Agreement between February 17,2015 City of Dublin and Indigo I Hammond+Playle Architects,LLP Exhibit B Exhibit B - Compensation Schedule Renovation of Police Services Building, City of Dublin, California INDIGO/ Hammond & Playle Architects, LLP February 6, 2015 Compensation Schedule This proposal is for the "Police Services Building Renovation" for the City of Dublin, California as indicated in the RFP, as amended by Addendum No. 1, January 9, 2015 and as modified in subsequent discussions shown in Exhibit A—Scope of Services. INDIGO will complete the following three parts of the work, all of which will be coordinated directly with City of Dublin staff. A. Preliminary Design (fixed-fee) B. Final Design (fixed-fee) C. Bidding & Construction (t&m allowance) The basic scope services for A. Preliminary Design and B. Final Design shall be performed on the basis of fixed-fees. Part C. Bidding & Construction services will be on a time-and-materials allowance basis. All printing and delivery will be billed as reimbursable expenses outside of the fees shown below. Basic Scope Fee A. Preliminary Design (fixed-fee) $51,100 B. Final Design (fixed-fee) $117,800 C. Bidding & Construction (t&m allowance) $58,700 Total Basic Scope Fee $227,600 Invoicing and Payment INDIGO shall be paid on the basis of invoices to be submitted monthly. These invoices shall indicate percentage progress billing for fixed-fees, labor and material expense for any time-and- material billings. The total amount invoiced less prior amounts invoiced will be indicated. Payment of invoices shall be due within 30 calendar days from the date of invoice. Additional Services Should the City of Dublin desire that INDIGO provide additional services, such services shall be authorized, in writing, by the City of Dublin and INDIGO. Any such additional services shall be on the basis of fixed-fee, percentage, or time-and-materials as may be mutually agreed between the parties in the form of a written amendment to the agreement. Compensation for time-and- materials additional services shall be per the standard rates below as may be updated from time-to-time. Hourly rates for consultants shown exclude 15% markup which will be applied. Reimbursable expenses shall be invoiced at cost plus 15%. Standard Rates Team members' standard rate schedules presented below will be used as a basis for a negotiated fee upon selection of our team, whether on a time-and-materials, fixed-fee or other basis as may be desired by the City of Dublin. These hourly rates would also be used in the event any additional services are required or requested by the City of Dublin should they be on a time-and-materials basis. In no case will additional services be completed or compensated without written approval by City of Dublin in advance of such work being performed. Rates shown are for the first quarter of 2015. INDIGO reserves the right to modify its standard rates from time-to-time as may be necessary for cost-of-living adjustment and other factors. City approval of such rate change shall not be unreasonably withheld. Hourly rates for consultants shown exclude 15% markup which will be applied. Reimbursable expenses shall be invoiced at cost plus 15%. Indigo I Hammond + Playle Architects, M.Neils Engineering, Inc. LLP, Architecture Electrical /data telcom engineering Principal $210 Principal Engineer $190 Architect/ Planner $160 Senior Engineer $155 Senior Designer $130 Designer $120 Designer/ Drafter- Level 2 $115 Senior Drafter $100 Designer/ Drafter- Level 1 $105 Drafter $ 90 Clerical $ 80 Clerical $ 80 Miyamoto International Guidepost Solutions Structural engineering Security electronic systems Principal $230 - $310 Principal $205 Senior Associate $130 - $220 Senior Team Leader $190 Associate $120 - $190 Project Manager $185 Project Engineer $ 90- $150 Sr. Designer $185 Staff Engineer $ 70 - $100 Project Research Analyst $185 Structural Designer $ 90 - $150 Project Coordinator $160 Administrative Assistant $ 60 - $130 Drafting $115 Technical Support $115 Peters Engineering Mechanical & plumbing engineering Principal $175 Senior Engineer $150 Project Engineer $125 Senior Designer $ 95 Designer $ 85 CADD $ 75 Clerical $ 60 Project Fee Estimation Renovation of Police Services Building,City of Dublin,CA,INDIGO/Hammond Playle Architects,LLP,February 6,2015 Architecture Structural Engineering Security Consultant Electrical&DaWTaVCOmm Mechanical Engineer TOTALS Totals Engineering (INDIGO Architects) (Miyamoto International) (Guidepost Solutions) (M.Neils Engineering) (Peters Engineering) (.arse lased eeoa awore Tents Est.noun Cog.roe Cut et Hone Avg.Rae Con n loom Re Cox no Moo. can Cost .0 won Re Con Est Mown Cop m (6re) 1$01) (0) Est e)m 15711) (0) E inns) Hog Rate (0) (Ms) Oa Alsnr1 IS) E(Ma) A(0thr.1a (5) (ba.) 1$1 aeaxsog) 0.RELOINARV DEMON Early demon sketches includng phasing and costs I 16 $150 $2,400 $240 SO $150 SO $125 SO 0 $125 $0 18 02,400 Designmlen meting*lb Osman...Mee 12 01W St,000 0240. SO 0150 SO 0125 SO 0 0125 $0 12 01800 Remo among halting Wm,field amnrlalance ardpreare imtel GO bee6cor Parts 24 5150 $3,800 $240] 0960 0185 0140 1 $125 S1,500 14 0107 $1.490 58 08.295 Obtainergmerino input prepare preliminary buildup floor Pans 1 24 $150 000 $240 01920 $165 $740 5125 $i,te 14 0107 01,468 58 0,758 Ergireedng analysis and Input modiry design accordingly 16 0150 52400 $240 0 01W 0 5125 070 8 $150 $1200 30 54.30 Prepare cosetmxe end schedule,final cost control recammends,meet wall Design COlINee 32 5150 400 $240 0 0150 0 0125 $5110 4 0150 500 40 55,900 Renew Public Safely Complex(PSC)tor potential ler we by Pdice Services,oder reneaeual selcIces 32 4150 54,800 0240 51920 $150 $300 32 0125 $4,000 16 0150 525 90 S13,420 SUBTOTAL FROM ABOVE I 150 1150 113,400 20 0200 $400 1 0170 11.780 $2 1125 17.750 56 1129 $7,10 504 $4,428 E XPENSES J 11,672 924 fee ISO 1300 92.40 SUBTOTAL,TAM(A.COST.FMEOFEE 12$,172 fMA10 11,90 0.150 07,556 47.074 29.% 051,100 aFNAL OESON _ -��- - - GansaucgmDocm l*rus 50.4 P56E Pinel assessments of building systems 6 0125 5750 S150 SO 0125 SO 0 0125 0750 7 $107 0749 19 02,249 2 Final brnishirgsoco74 open woo vendor 8 $125 5750 0150, 0 0125 SO 0 $125 $0 0 5125 0 8 5750 3 Prepare 5050 Pane and spec61otem 1 161 $125 520,125 $150 51200 1 5157 51570 54 5125 070 50 075 83,750 203 533,395 4 Coorinate dab Nmienings package prepared by City's separate vendor 4 $125 0500 $150 0 5125 0 5125 0 0 0125 0 4 S00 5 CcH41 agect achedute and cost estimate I 5125 $500 $150 0 5125 0 5125 0750 0 $125 0 10 5120 6 Conduct cost control,reconcile soaps,dual and budget 4 $125 8500 $150 0 5125 0 $125 0750 2 0150 $300 12 01,550 7 Ream 50%comments and male reasons 8 5125 51,000 $150 51,20 $168 51344 1 0125 0170 16 $75 01200 54 0,494 8 Attend dea0n mcetiN wm C41.6 10 $125 51,250 $10 0 $125 0 $125 $1,000 8 010 01,200 26 53,450 Cmseucticn Domments.00%P54E 5150 9 Incorporate 50%comments and prepare O%Pans and epe48allon5 128 5125 $16000 $10 01.240 $185 01.40 7 0125 0.000 50 075 0,750 20 011,430 10 Update projectsAedule and cost estimate 12 $125 $1,500 $150 0 0115 $920 0125 5750 1 5150 5150 27 0320 11 Rece.O%comments and male revisions 8 5125 51,000 5150 $0 5125 0 1 0125 01,500 0 $75 0600 20 0,100 12 Ane■d 0a006ese lg Wm Gry slag - 10 $125 01,250 0240 $90 0185 $1,40 0125 51,000 0., 0150 01,20 38 05,890 tonal Design 04001291 roneMGeg.102% 0150 13 Incorpaale 90%comments end preparel0%PM.findspearmabon 32 $125 4,000 0150 MOO $145 $1,015 1 5125 $2,00 16 595 $1,520 75 0,135 14 Attnd der mce9r,o,City Man 1- 10 0125 $1,250 $150 SO $125 0 $125 0 0 $125 0 10 01.250 SUBTOTAL FROM ABOVE 403 1120 550,375 120 $10 0.50 40 1159 $100 20 1125 126,00 10, 07 114,410 945 1103,70 E XPFIXE$ I UAW 1258 020 $1300 3721 18,522 SUBTOTAL,TASK B.COST,P18007EE 554,405 041e 0,10 527.500 110,140 1110,402 518% 1117,800 I I C.BOOING a CONSTRUCTION(...esme Mar.the Pre1 4001 ng. 8 5125 5100 510 0 $10 0 0125 0 0125 0 8 $1000 Rmew an respatl b Bader Ouatlore. -- 8 0125 51,00 $150 0 $185 070 $125 0250 0150 030 $1,920 Prepare Addenda content tor issuance by Gtf 8 5125 5$250 $10 0 $185 070 0125 5250 $150 Si 00 14 $1,920 Assist CW Ocr deeld Evaluation process 2 $125 $250 $10 0 $10 0 $125 0 $125 $0 12 $20 Attend erdleexnrcdm Me0w.l 6 $125 $1.000 $150 0 $10 0 $125 0 5125 0 8 51,00 Review and respond O Contractor Flu '. 80 5125 $10,000 $150 0 5185 0370 1 0125 $1,500 5150 070 99 512,820 Review and read.to Contactor FFlts. 0 $125 $120 0150 S60 5185 070 5125 51,00 $10 $750 0 0970 Recent and respond b Contactor PCO's. 1 10 $125 $1,250 $150 10 0 $100 10 0 9125 0 8125 125 0 10 $120 Issue u Supplemental Mal lrmtrudOOns A51. 4 0125 $S50 $150 SO 5100 0 $125 0 $125 0 4 $1550 0 Maim pawl RR 12 0125 01.. 0150 and I Seem$ 20 5125 $2,500 3310 0' 5100 0 $125 0 S125 0 20 $2,50 2 Attend onducaMmicsae protect progrea metope. 3 Conduct parodic MtebserveS omrO 2040WreaOa 40 5125 St,. 5150 0 $10 0 $125 0 0155 0 40 0,000 4 CeoOlr preliminary of Nctpeof SuLeaTIICOLlx. 2 5125 $120 $150 0 $185 5740 5125 570 0150 59$0 24 35250 5 Assist in preparation SUuanceo Nctoe om. 2 9125 $250 $150 0 $10 0 $125 0 5125 0 2 5250 7 Oecisi mal40e0%HploOdl Iguana d stamp of Final Cam petsS 2 5125 $250 5150 $0 $10 0 $125 0 5125 0 2 5250 7 Assist nos tor communications P act Mane.wwllbe makehacbr. $125 $750 $150 0 5185 0SO 0125 5100 5150 51,20 34 0720 by 6 A r,ceta communkemnc ad intlud_M abrna R.MMana•-will be make M1aMlin• 20 $125 $2,500 5150 0 $td 0 0125 5100 5150 51,20 X 470 OaY4ldey allalnaoxnWd 0 0 SUBTOTAL ALLOWANCE NOUNS 20 1125 1XAN 4 4150 100 14 110 15180 0 $125 late 58 1158 5841 118 $3,677 Part L.en hours snow SUBTOTAL 32,00 O 5720 00 920 0 0,017 mMav5rom SUBTOTAL,TASK O.O05T,ALLOWANCE AMWM 1X.900 MO 52.750 $8,028 58,40 0 01,017 25.0% 558.700 I I $UB5OT9L A.,8 APL G FROM ABOVE 855 1130 1118775 144 $73 110.50 73 6107 12,179 319 425 311.306 20 1105 127,415 1,40 1200,126 • AL EST9sopl0 EXPENSES 0,472 020 00 11,075 11,$51 111,425 SUBTOTAL FMFDFFE I 1119837 511,00 112.71% 141,475 441530 013.154 MARIUF®IH$ 01160 4,410 0,221 4,258 114,051 Irnl%n Part G 41..n3s TOTAL FIX I r 1119837 812,751 114,70 47,096 42,01 129811 100.03. $227.000 52.815 5.615 15.615 21.015 14.3% 100.0%