Loading...
HomeMy WebLinkAbout2013-01-22 - AGENDA REPORTS - JANITORIAL SUPPLIES CONTR (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT Agenda Item: 3 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: January 22, 2013 AWARD CONTRACT TO ROYAL PAPER CORPORATION FOR JANITORIAL SUPPLIES FOR VARIOUS CITY BUILDINGS City Manager's Office RECOMMENDED ACTION 1. City Council award a contract to Royal Paper Corporation for janitorial supplies for various City buildings, in the amount of $54,191.06, plus a 10% contingency of $5,419.11, for a total amount not to exceed $59,610.17. 2. Authorize the City Manager or designee to modify the award in the event other issues of impossibility of performance arise, execute up to two (2) annual renewal options not to exceed $59,610.17 each, plus Consumer Price Index (CPI) adjustments, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year and execute all documents, subject to City Attorney approval. BACKGROUND Purchasing coordinates bid services for janitorial supplies for the Parks and Facilities (including the Santa Clarita Sports Complex, City Hall, Transit Maintenance Facility, Metrolink stations, and various parks) in order to obtain a larger quantity and thereby the best pricing for these supplies. On September 18, 2012, a bid for supplies was published in The Signal and on the City's new Purchasing site, Planet Bids "Online." The bid was opened publicly on October 18, 2012, at 11:00 a.m. ninety-four (94) vendors were notified, thirty two (32) vendors downloaded the bid documents and ten (10) vendors submitted bid responses. A list of the ten (10) vendors and their bid amounts are included below. Several vendors sent only partial bids (i.e. certain supplies such APPROVER ,, u as trash bags and paper towels) while other vendors submitted bids for the majority of supplies but not all. Partial bids were accepted however allowing for the totality of supplies to be awarded to one vendor provides a convenience for staff and continuity in purchasing, as well as low cost pricing. After reviewing all of the responses, including any alternate items provided as well as product samples, staff has determined that Royal Paper Corporation provided the most complete, lowest cost and responsive bid. Therefore, staff recommends Royal Paper Corporation be awarded the contract forjanitorial supplies. Vendor Location Bid All American Poly (partial bid) Piscataway, NJ $12,977.55 Interboro Packaging Corp (partial bid) Montgomery, NY $16,762.42 Staples (partial bid) La Mirada, CA $43,386.02 Xpedx (partial bid) Downey, CA $53,531.85 Royal Paper Corporation (partial bid) Santa Fe Springs, CA $54,191.06 P & R Paper Supply (partial bid) Redlands, CA $58,313.23 Waxie Sanitary Supply San Diego, CA $62,948.32 Economy Office Supply (partial bid) Glendale, CA $71,588.22 McCalla Van Nuys, CA $89,941.11 American Solutions Santa Clarita, CA $114,299.30 ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Adequate funds have been appropriated in various division maintenance supply accounts. PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Bastien and Associates, Inc. Contract No. 12-00458 This AGREEMENT is entered into this day of 20_, by and between the CITY OF SANTA CLARITA, a municipal corporation and general law city ("CITY") and Bastien and Associates, Inc, an Architecture ("CONSULTANT"). 1. CONSIDERATION. A. As partial consideration. CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement: and C. As additional consideration. CITY agrees to pay CONSULTANT a sum not to exceed Two Hundred Eighty Nine Thousand Three Hundred and Thirty Four dollars ($289,334) for CONSULTANT's services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the attached Exhibit "A," which is incorporated by reference. 2. SCOPE OF SERVICES. A. CONSULTANT will perform services listed in the attached Exhibit "A," which is incorporated by reference. B. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CITY will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. Revised 2011 Page I of 10 4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement. CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in Exhibit "A") the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that work during the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. 5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. 6. ADDITIONAL WORK. A. if CONSULTANT believes Additional Work is needed to complete the Scope of Work, CONSULTANT will provide the CITY with written notification that contains a specific description of the proposed Additional Work, reasons for such Additional Work, and a detailed proposal regarding cost. 7. FAMILIARITY WITH WORK. A. By executing this Agreement, CONSULTANT agrees that it has: Carefully investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 8. TERM. The term of this Agreement will be from 1/28/2013 tol/28/2015. Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: A. Completion of the work specified in Exhibit "A." B. Termination as stated in Section 15. Revised 2011 Page 2 of 10 9. TIME FOR PERFORMANCE. A. CONSULTANT will not perform any work under this Agreement until: i. CONSULTANT furnishes proof of insurance as required under Section 22 of this Agreement; and it. CITY gives CONSULTANT a written notice to proceed. B. Should CONSULTANT besin work on any phase in advance of receiving written authorization to proceed, any such professional services are at CONSULTANT's own risk. 10. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted services. if delay occurs, CONSULTANT must notify the Manager within forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The Manager will extend the completion time, when appropriate, for the completion of the contracted services. 11. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 15. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause. B. CONSULTANT may terminate this Agreement at any time with CITY's mutual consent. Notice will be in writing at least thirty (30) days before the effective termination date. Revised 2011 Page 3 of 10 C. Upon receiving a termination notice. CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any additional work performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost: CITY will not be obligated to compensate CONSULTANT for such work. D. Should termination occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will, at CITY's option, become CITY's property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination, not to exceed the total costs under Section I(C). E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. F. By executing this document, CONSULTANT waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 16. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by CONSULTANT under this Agreement are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this Agreement, or use of incomplete work product, is at CITY's own risk. 17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this Agreement, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or public CITY without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 18. INDEMNIFICATION. CONSULTANTS agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees),injuries, or liability ("Claim'), arising out of the performance of this agreement by CONSULTANT. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this Agreement, CONSULTANT will defend CITY as a joint defense through CONSULTANT's counsel; at the sole expense of CONSULTANT, provided that there is no conflict of interest and the CITY executes a waiver of conflict of interest. In the event that there is an actual conflict of interest, the CITY does not execute a waiver of conflict of interest or the CITY elects to conduct its own defense, CONSULTANT shall have no upfront duty to defend the CITY, but shall reimburse the CITY for reasonably incurred defense fees and costs to the extent a Claim is determined to have been caused by the negligence, recklessness or willful misconduct of CONSULTANT or as the parties otherwise agree in settlement.. Notwithstanding any provisions of this Agreement to the contrary, design professionals shall be required to defend Revised 2011 Nage 4 of 10 and indemnify the City only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of the design professional. The tern "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the Business entities which offer such services in accordance with the applicable provisions of the Business and Professions Code. 19. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. 20. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 21. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect to all services and matters covered under this Agreement. CITY will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. CONSULTANT will retain such financial and program service records for at least three (3) years after termination or final payment under this Agreement. 22. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Professional Liability Business automobile liability Workers compensation Limits $1,000,000 $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be Revised 2011 Page 5 of 10 endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 11 85 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made." basis and will not be cancelable except upon thirty (30) days prior written notice to CITY, or ten (10) days for non-payment. C. Professional liability coverage will be on an `occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. D. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01, including symbol 1 (Any Auto), if owned by Consultant. E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONSULTANT'S expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate. In the alternative. should CONSULTANT fail to [Heel any of the insurance requirements under this agreement City may cancel the Agreement immediately with no penalty. G. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation CONSULTANT must ensure that there is no lapse in coverage. 23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written approval to use any consultants while performing any portion of this Agreement. Such approval must approve of the proposed consultant and the terms of compensation. 24. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the project, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the work remaining and a description of the work to be done before the next schedule update. Revised 2011 Paec 6 of 10 25. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: If to CONSULTANT: Bastien and Associates, Inc 15661 Red Hill Ave., Suite 150 Tustin, CA 92780 Attention: Alan Stump If to CITY: City of Santa Clarita 23920 Valencia Boulevard., Suite 300 Santa Clarita. CA 91355 Attention: Mike Hennawy Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this Agreement. A. In accomplishing the scope of services of this Agreement, all officers, employees and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be performing a very limited and closely supervised function, and, therefore, unlikely to have a conflict of interest arise. No disclosures are required for any officers, employees, and/or agents of CONSULTANT, except as indicated in Subsection B. Initials of Consultant B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be performing a specialized or general service for the CITY, and there is substantial likelihood that the CONSULTANT'S work product will be presented, either written or orally, for the purpose of influencing a governmental decision. As a result, the following CONSULTANT(S) shall be subject to the Disclosure Category "I" of the CITY's Conflict of Interest Code: 27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. Revived 2011 Page 7 of 10 28. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or CITY's obligations under this Agreement. 29. INTERPRETATION. This A.-reement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 30. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state, and local laws applicable to this Agreement. 31. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the patties. There are no other understandings. terms or other agreements expressed or implied, oral or written. There is one (1) Attachment(s) to this Agreement. This Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. 32. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. 33. SEVERABILITY. if any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 34. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment. CITY's executive manager, or designee, may execute any such amendment on behalf of CITY. 35. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 36. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. 38. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, acts of terrorism, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' reasonable control, then the Agreement will immediately terminate without obligation of either party to the other. Revised 2011 Page 8 of 10 39. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY. 40. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The CONSULTANT shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. [SIGNATURES ON NEXT PAGE] Revised 2011 Page 9 of 10 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONSULTANT: By: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Revised 2011 Page 10 of 10 "Exhibit A" - Hourly Breakdown Total Team Budget Summary Total Cost 8289,334 cute: 1v14rzo12 PHASE 1- PLANNING AND PROJECT DEVELOPMENT ;Task 1.1 'Review of Existing Contlltlons_antl Project Dacumenfaaon BASTIEN AND ASSOCIATES, INC. ARCNITFCTURE AND PLANNING Bnn'aenA,cbelnma',c un TOTAL by Task W Kick-off Meeting with the City 28 6 0 0 0 0 34 B Field Measuring of Existing Con0ltions 32 0 20 18 10 40 120 C Field Measuring of Sluing Spares 8 0 3 3 0 0 14 DPrepare 'As-huilt'Plans/Spam Plans 150 0 0 0 20 0 170 E Presentation Meeting to Review 18 0 0 0 0 0 .18 Sub Total Hours 236 `- 6 23 21 30 401 356 Sub Total Cost $30520.�_,g1,020 ,�$2,990$2; 730�y_$1500,�$3512; $42,272 0 to Review Finings 14 20 30 4 18 Sub Total Hours 34 , 126 0 : :0 - 0-" "241 184 Sub It Cat( .84480_„„$16,870- 113 EO SO„•_ $0-_$1,S60j 32 $22,910 ITask1.3 'Phasingins LonsWctlon Methotls 20 .- - 5 B 4 42 A Construction Options 30. 0 0 0 6 8 44 B Placentation Meeting to Review Options 16 0 0 0 8 0 24 Sub Total Hours a 46 .0 ^- 0 0 ' 14 ” + 8''( 68 Sub Total Cast '$6,16000 $000•n,_$0.00_„x_-SO.00__$70000��$712,4 $7,572 PHASE 1 Sub Total Hours f-.--. 316-- 132 - - - 13 - * 21 '--- 14 -' —'— 72; 606 PHASE 1 Sub Total Cost �_ $41160. __.$17,890_, $2,990$2)30_ S2,200_..T,,,, $5,7845 $72,754 PHASE 2 - ARCHITECTURAL AND ENGINEERING DESIGN ITask 2.1�65$'Consbuc0on Documents �- - -..� - . " ' A Plans and Specs 160 113 28 33 20 32 386 B Meet with City 20 0 5 5 B 4 42 Sub Total Hours- 180 113 33 38. 28 361 428 Bub Total Cost $22340,,,-_$/5,670,x_$3,660.a_$4, 100„__,_-$1,400`.,A$2,3401 $49,510 jTask 2.1_, n Plans a A Plans Specs Specs 168 163 44 46 12 16 446 who B Meet wi@ City 12 0 4 4 0 4 24 Sub Total Hours�_ 180. 163 -. 45 - 50 " 12 20E 470 Sub Total Coal .$2234,0_$21,780 Sg940 �,•_„_; S5,380 .-;, - $6ffl" $1.3do] $56,340 ITask 1.J Plan Check entl Pemlifs - .. - -- " A Submittal of Plans hiCity agencies 79 60 23 13 0 8 183 Sub Total Hours jj , 79 60 ' ,.23 13' a 0 t �. = . 81 183 Sub Total Cost I .`-.. $16,730 $8,440„_$2,920 ,_$1,410 $0_$720; S24,220 ;Task. 2A;,,;Bid Phaae-,,,. ,",• g -..` x,. ,4 :.5::r"'— �'�` ... _> T .. .; a. _ A Pie -Ed Conference 12 6 0 0 0 0 18 B RR'S7AQlentlums 46 16 4 4 0 0 70 C Evaluation of Bids 14 0 2 2 0 0 18 Sub Total Hours 72' 22 T `z-6 -6 -. 0 - - tit 106 Sub Total Cast L --:—$9,590-_$h380_$760 $0 $01 $14,520 ITask LSo- - A Pre-Constudtion Meettsinbgeflon 8 6 0 0 0 14 B RFIsShop 34 1B 6 6 8 0 70 rawtog C Shop Drawing Submittals 20 30 3 2 2 B 0 63 D Weekly Construction Meetings 150 16 0 0 10 0 176 EMontdly gs during Constvc0on CityMeetin 20 0 0 0 2 0 22 F PuLi 16 0 16 15 16 0 63 G Projecbes t Cloto seout/Meeting 32 0 8 B 0 0 48 Sub Total Hours 200 1 70 33 - 29 - '44 - 01 456 Sub Total Cast LLS377BQ$9,960�_$4,i3C %356052,200 Sol S57,670 PHASE 2 Sub Total Hours rte. 791 ._. 428 -- 140 _ ---136 Bd '-W. 1643 PHASE 2 Sub Total Cost I__. if02770__ -559,250_ $16,430� $15,250„ .$4,200,,,,,, $4,360; $20;260 Phases 1 8 2 Total Hours 1107 560 163 157 128 136 2251 Phases 1 8 2 Total Cost $143,930 $77,140 $19,420 $17,980 $6,400 $10,144 $275,014 "Exhibit A" - Hourly Breakdown Total Team Budget Summary Total Cost $289,334 Dere: 1&142032 Other Services Included 'e-1 BASTIEN AND ASSOCIATES, INC. il �(�'• ARCHITECTURE AND PLANNING du%nW1A,IIbilox.'lxamn TOTAL by Task B Punhng $1,00000 $200.00 $10000 $100.00 $200.00 $100.00 31,700.00 C Oah,,anes $50000 $200.00 $100.00 5100.00 $200.00 $10000 $1.200.00 O Miscellaneous $2,42000 ]6I� $4,320 $2.420.00 _. 58,080 _-f900 — 5240 __.` f _ _ TaO'. !_ 5800__. $0.00 Sub Total Cost (-;:_$7,52000_;•_$900.00_$24000_e$24000__$800.00_$300OOf $152,010 $78,040 $19,660 $10,000.00 A4oltionA Fie14acf.,S..ce $14,204 $289,334 Contractor Services 08 4B 6 B COONindbOn wnh A/L/IlteCf 4 Sub Total Hours j 4 9 0 1 m 0 3 0� 48 48 Sub Total Coal (=�,f560�,__YO ASO f0 $0._`__fi ]6I� $4,320 Other Services Total Cost _. 58,080 _-f900 — 5240 __.` f _ _ TaO'. !_ 5800__. $0,060, $t/,JTO Project Total Cost (NTE) $152,010 $78,040 $19,660 $18,220 $7,200 $14,204 $289,334 Additional Services A 0 8 0 Sub Total Hours 0 Sub Total Cost $0 .�-0q 0 B 0 Sub Total Mows Sub Total Cost Additional Services Total Hours Additional Services Total Cost New Total Cost 0 $0 o 0 0, 0 $0 $152,010 $78,040 $19,660 .$18,220` $7,200 •.$14,204 8289,334