Loading...
HomeMy WebLinkAbout1999-08-17; City Council; 15365; Approve Agreement For Cole Library Remodel. . - -. CITY OF CARLSBAD - AGENIJA BILL n AB# I q3L,5 TITLE: DEPT. HD. APPROVAL OF AGREEMENT FOR THE MTG. 8/l 7/99 COLE LIBRARY REMODEL PROJECT (PROJECT ~0. 33841) DEPT. CD RECOMMENDED ACTION: Adopt resolution no. 99*2YP to Staff recommends the City Council APPROVE an agreement with the City’s Library architecture firm of McGraw - Baldwin Architects for the Cole Library Remodel Project. Staff also recommends the City Council AUTHORIZE the Purchasing Officer to issue a change order to an existing purchase order with Yamada Enterprises to enable reuse and reconfiguration of existing library shelving at the Cole Library as a part of the remodel effort. ITEM EXPLANATION: The City Council appropriated funds in the 1999 - 2000 Capital Improvement Program budget (CIP) for the remodel of the Cole Library. The appropriation of these funds enables implementation of previous City Council action to undertake an interim remodel of this facility in lieu of a complete replacement of the Cole Library at this time. The ultimate replacement of this facility will be budgeted in a future CIP when funds and opportunities arise. The major components of the remodel of the Cole Library focus primarily on the interior of the facility and include: New interior paint and carpet throughout Removal of the older worn wall paneling Reuse and reconfiguration of the existing shelving with new end panels Install seismic bracing into the existing shelving components All new library furniture New desk units in Circulation, Childrens, and Reference Recapturing of the large meeting room with improved acoustics Relocation and expansion of the genealogy collection on the second floor New public access computers Update of the computer and general electrical wiring throughout the building New interior signage program Add safety glazing to existing window systems As discussed in previous City Council presentations regarding the City’s Librarv Master&m, temporary closure of the Cole Library is required to undertake the improvements. Closure of the building is scheduled to begin August 3 1, 1999. This will begin a multi-phased program of City- wide library service improvements involving both the remodel of the Cole Library as well as the September 2.5,1999 grand opening of the Carlsbad City Library on Dove Lane. At this City Council meeting, staff will make a presentation regarding the numerous steps necessary to move into the new Library building, undertake the remodel of the Cole Library, and provide temporary library services while these activities take place. PAGE 2 OF AGENDA BILL NO. 15; 3 65 Attached for the City Council’s review and action is an agreement with the City’s Library architecture firm of McGraw - Baldwin Architects to prepare the design documents for the remodel of the Cole Library building. Because of the desire to move as quickly as possible with this project, the architects have agreed to develop a work plan and commit their resources to complete the design drawings and specifications within 30 days. Staff recommends approval of the attached consulting agreement for design services. McGraw - Baldwin Architects conducted two feasibility studies of the Cole Library, one in 1990, another in 1998. Based upon their familiarity with the Cole Library project, the Purchasing Officer has waived the requirement for multiple proposals and concurs with the recommendation for McGraw - Baldwin to complete the work. A change order to an existing purchase order with Yamada Enterprises is recommended to undertake the reuse and reconfiguration of the existing library shelving at the Cole Library. In addition, Yamada will install the seismic bracing required to update the shelving components. Yarnada Enterprises is the firm which has supplied and installed the large volume of new shelving at the new City Library building and has an informed knowledge and understanding of the Cole Library Remodel Project. Yamada has agreed to undertake the shelving modifications as soon as the existing library collection and other resources are moved to the new building. Therefore, there is considerable advantage to the City in terms of time and cost to have Yamada complete the shelving work as soon as the building closes on August 31” and the existing collection is moved. Staff recommends authorizing the Purchasing Officer to issue a change order to the existing purchase order which will initiate the Yamada scope of work. FISCAL IMPACT: The McGraw - Baldwin design contract total is $59,300. The Yamada Enterprises shelving and related work totals $176,675. Funds in the amount of $1,900,000 have been appropriated in the CIP budget for the Cole Library Remodel Project. EXHIBITS: 1. Resolution No. 9 4 -4.2-T g approving a design contract with McGraw - Baldwin Architects and authorizing the Purchasing Officer to issue a change order to an existing contract with Yamada Enterprises for library shelving modifications for the Cole Library Remodel Project. 2. McGraw - Baldwin contract. 3. Yamada Enterprises scope of work 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. w-298 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A DESIGN CONTRACT AND AUTHORIZING THE PURCHASING OFFICER TO ISSUE A CHANGE ORDER TO AN EXISTING PURCHASE ORDER FOR THE COLE LIBRARY REMODEL, CITY PROJECT NO. 33841 WHEREAS, the City Council of the City of Carlsbad, California, has previously appropriated funds for the Cole Library Remodel Project, hereafter referred to as the “Project”; and WHEREAS, a scope of work and agreement have been prepared with the City’s library architecture firm of McGraw - Baldwin Architects for the design of the Project; and WHEREAS, the Purchasing Officer has waived the requirement for multiple proposals; and WHEREAS, a scope of work and change order have been prepared with the City’s library shelving provider Yamada Enterprises to provide necessary modifications to the library shelving at the Project; and WHEREAS, the City Council hereby finds it necessary, desirable, and in the public interest to proceed with the Cole Library Remodel Project. NOW, THEREFORE, be it resolved as follows: 1. That the above recitations are true and correct. 2. That a design contract for the Project with McGraw - Baldwin Architects is hereby approved and the Mayor is authorized to execute said agreement. Following the Mayor’s signature of said agreement, the City Clerk is directed to forward copies of this Resolution and the agreement to McGraw - Baldwin Architects, Attention Mr. Kennon Baldwin, 701 B Street, Suite 200, San Diego, California 92101-8101, and the Community Development and Library Departments. . ..- -.-..-.-. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 il 22 23 24 25 26 27 28 PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad on the vote, to wit: 17 day of August , 1999 by the following AYES: Council Members Lewis, Nygaard, Finnila,Hall & Kulchin NOES: None ABSENT: None (ATTEST) (SEW -2- I I AGREEMENT FOR ARCHITECTURAL DESIGN SERVICES FOR THE COLE LIBRARY REMODEL THIS AGREEMENT is made and entered into as of the 3ti day of August, 1999, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and MCGRAW - BALDWIN ARCHITECTS, hereinafter referred to as “Contractor.” RECITALS City requires the services of an architectural design firm Contractor to provide the necessary architectural design services for preparation of design plans and specifications for the Cole Library Remodel, hereinafter referred to as the “Project;” and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS Contractor shall provide the services listed in attached “Exhibit A” incorporated by reference and made a part hereof. 2. CITY OBLIGATIONS City shall designate an authorized representative to assist Contractor with the Project. City shall make available all existing records, maps, drawings, exhibits, -1 - rev. 2/26/99 reports, and other information and data regarding the Project to the Contractor. City shall pay Contractor in accordance with the payment provisions set forth herein. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within thirty (30) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Manager or his authorized representative . The City Manager or his authorized representative will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $59,300 including estimated normal and customary reimbursable expenses. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” 5. DURATION OF CONTRACT This agreement shall extend for a period of three (3) years from the date thereof. The contract may be extended by the City Manager for three (3) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s rev. 2/26/99 -2 - needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FlNAC Within five (5) days of completion and approval of the final plans and specifications, the Contractor shall deliver to the City the following items: 6. One (1) set of reproducible mylars of the project drawings. Three (3) sets of blackline prints of the project drawings. One (1) set of CADD discs of the project drawings. One (1) set of camera ready 8.5” x 11” specifications. One (1) set of 3.5” discs of the specifications, Microsoft Word 95. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by -3 - rev. 2/26/99 the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said rev. 2126199 documents owned by the City and all work in progress to the City Manager or his authorized representative. The City Manager or his authorized representative shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for rev. 2/26/99 -5- Q civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grou ds for the City of Carlsbad to disqualify the Contractor from the selection process. F (Initial) c The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.3 .027 and 3.32.028 pertaining to false claims are incorporated herein by reference. f?, -8! ’ (Initial) 13. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only -6 - rev. 2/26/99 as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. rev. 2/26/99 -7 - IS. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct, or negligent act, or omission of rev. 2/26/99 -8 - the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies * due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized -9 - rev. 2/26/99 . - in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGWENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the rev. 2/26/99 -10 - Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less than “A-Y” and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. rev. 2126199 -11 - 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. rev. 2/26/99 -12 - 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For Contractor: Title Name Address For City: Title Name Address Principal Kennon W. Baldwin 701 S Street, Suite 200 San Diego, California 92101 Municipal Projects Manager John J. Cahill 2075 Las Palmas Drive, Carlsbad, CA 92009 -13 - rev. 2126199 - -. 2%. BUSINFSS LICENSE Contractor shall obtain and maintain a City of Car&bad Business License for the duration of the contract. 29. ENTlRE This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this 3rd day of August, 1999. CONTRACTOR: CITY OF ,CARLS McGraw - Baldwin Architects [MC , (name of Contractor) By: qtYfL&&lomtL ’ ’ (sign here) A-l-TEST: KAREN R. KUNDTZ, Assistant City Clerk (Proper notarial acknowledgment of execution must be attached.) rev. 2/26/99 -14 - .--. (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney rev. 2/26/99 -15- -. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907 State of before me, DATE personally appeared NAME(S) OF SIGNI% personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) if/are subscribed to the within instrument and ac- knowledged to me thatA&Mthey executed the same in w/their authorized capacity(ies), and that by J&M+er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL v Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT P INDIVIDUAL GRPOAT;’ 3ixi!zi%Y;$~ 0 PARTNER(S) 0 LIMITED q GENERAL TITLE OR TYPE OF DOCUMENT 15 I&-I a~ tShibi+- B- 0 ATTORNEY-IN-FACT NUMBER OF PAGES q TRUSTEE(S) 0 GUARDIAN/CONSERVATOR q OTHER: %3\ 77 DATE OF DOCUMENT SIGNER IS REPREiENTlNG: SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION l 8236 Aemmet Ave., P.O. Box 7184 l Canoga Park, CA 913097184 _- McGraw/Baldwin Architects Date Attention August 12,1999 q Ms. Kathleen Shoup City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 TRANSMITTAL Via Courier Project Cole Library Remodel Project Number 99088 Description Certified copy of Board of Directors Resolutions for McGraw/Baldwin Architects Inc. Remarks From: Theodore R. Breunich, Jr. Vice President, CFO Architecture Planning Interiors 701 “B” Street, Suite 200 San Diego, CA 92101-8101 (619) 231-0751 FAX (819) 231-4396 - CERTIFIED COPY OF BOARD OF DIRECTORS RESOLUTIONS OF MCGRAW/BALDWIN ARCHITECTS INC. The undersigned, being the duly elected Corporate Secretary of McGraw/Baldwin Architects Inc., a California corporation (“Corporation”), hereby certifies that the following is a true, full and correct copy of the resolutions adopted by the Corporation by unanimous written consent in lieu of a special meeting of its Board of Directors, and that said resolution have not been amended or revoked as of the date hereof. RESOLVED, that any one (1) of the following named officers, employees, or agents of this Corporation, whose actual signatures are shown below: NAME Kennon W. Baldwin James T. Ferguson Theodore R. Breunich, Jr. POSITION President Vice President Vice President & Secretary ACTUAL SIGNATURE fl acting for and on behalf of the Corporation is authorized and empowered to-commit the / I Corporation to contractual obligations. Date: August 1, 1999 Corporate Secretary . . . .:... . . . . : / . . . . i ,, ? :*. . . _,.. ,,..Y . I . . I ,. . : -, Project No. 99088 Owner: City of Carlsbad Project: Cole Library TI Date: August 3,1999 EXHIBIT “A” SCOPE OF WORK Owner’s Resnonsibilities 1. 2. 3. 4. 5. 6. 7. Asbestos abatement. All landscaping and irrigation. Remove all books, existing book shelving, equipment, and miscellaneous materials. Update all existing shelving for seismic requirements. New exterior book drop box(s): optional. Provide storage for all owner items and materials, including reinstallation. Supply all new furniture and equipment, including circulation, childrens, and reference desk units. 8. Supply new computer equipment, cabling, and related furniture stations. chrtectural Desist: Interior 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Remove all carpeting, excluding back of house areas. Remove all wood paneling. Remove “egg crate” ceiling in Children’s Library area. Existing wood battens and plaster in large meeting room will remain and be covered with acoustic panels. No changes to back of house areas, offices, restrooms, employee lounge, storage areas. New casework and sink in existing kitchen. New carpeting throughout building. New paint on all walls. New paint on existing ceilings. New gyp board and paint where wood paneling has been removed. Coordinate within design plans new circulation, childrens, and reference desk units to be provided by owner. New black out drapes or other window treatment in large meeting room. New illuminated exit signs where required. New acoustical wall paneling over wood battens and plaster in large meeting room. Provide “Isso duct” type system for owner’s computer cabling throughout building. Conceal, wherever feasible, all existing exposed electrical conduits and wiring presently surface mounted. Architectural Design: Exterior 1. Rework main entry. Existing book / video drops are not HC accessible and partially hidden from view. Approach walk has a grade change, i.e., slopes from building and slopes from parking. Design removal of existing and a new entry approach, including alternatives for canopy / cover over entry. iii YAMADi LkBili E N T E R P R I S E S August 3,1999 EXHIBIT #3 Chris Holt La Costa Branch Library 6949 El Camino Real, Suite200 Carlsbad, CA 92009 RE: Cole Library Project Steel Library Bookstacks Scope of Work Dear Chris: Pursuant to our meetings and telephone conversations, the following is an itemized proposal based on the tasks or functions required to configure and reinforce the existing Cole bookstacks as shown on the Yamada floor plan. In addition, new shelving components, laminate end panels and service desks are also included as outlined. This proposal is inclusive of all material, freight, labor and sales tax. I have assumed that the labor scale/wage would be identical to that of the new library installation. WORKLNCLUDED: ä Disassemble and store shelving at Cole in rented 30’-40’ containers. Containers to be dropped at the Cole parking lot for storage. Shelving to be stored for (5) months. - !531,100.00 l Disassemble, transport and store the shelving at the La Costa Branch Library with the Cole shelving. - $7,100.00 l Determine the shelving to be reused for Cole and dispose of the balance. - %2,700.00 ä Determine new shelving and components required for Cole due to height differences and configuration requirements. - Included ä Seismically reinforce/retrofit existing shelving 66” and higher. - $23,200.00 ä Install existing and new shelving per shelving plan generated by Yamada. - !#44,300.00 Library Interiors 16552 Burke Lane . Huntington Beach, CA l 92647-4538 r-7a n> r3Ar-i nnne-l - ronn, AA n ncnn I-PA \*,qc.., - cnv 171A-t OACI t3qn.Y b Provide and install new self-edged laminate end panels on all new and existing shelving at exposed range ends and as noted on shelving plan. Provide and install new self-edged laminate canopy tops on all 42” high shelving. - %10,775.00 b TOTAL - %119,175.00 WORK NOT INCLUDED: b Removal/storage of books. b Patching of walls and floors due to existing shelving anchorage. b Removal of existing furniture. b Signage on shelving end panels. SERKKE DESKS b Main Service Desks - $16,900.00 b Reference Service Desk - %13,350.00 b Children’s Desk - $13,350.00 b Mezzanine Service Desk - $13,900.00 b TOTAL - $57,500.00 All desks to have wood veneer fronts. Drawers and doors to be wood veneer. All exposed veneer edges to be rimmed with solid wood. Counter top to be plastic laminate. Desk height to be approximately 39” single tier. All drawers to have fi.rll metal extension ball bearing slides. Wire management system to consist of manufacturer’s standard J-channel as required and grommets as directed by the library. Above pricing assumes wood to be oak or maple. Pricing includes material, delivery, installation and sales tax. As always, it was a pleasure working with you. Should you have any questions, please do not hesitate to contact me. Sincerely, DA ENTERBRISES Michael Scheffler Representative MSibh City of Carlsbad August 23,1999 McGraw-Baldwin Architects Kennen W. Baldwin 701 S Street, Suite 200 San Diego, CA 92101 AGREEMENT FOR Tt@ COLE LIBRARY REMODEL PROJECT NO. 33841 Enclosed for your reference are copies of Carlsbad City Council Agenda Bill No. 15,365 and Resolution No. 99-298. These documents went before the Carlsbad City Council on August 17, 1999, where the enclosed Resolution was adopted, approving the agreement referenced above. Also enclosed is an original and fully executed agreement for your files. If you have questions concerning the agreement, please call John Cahill, in Community Development, at (760) 438-l 161 ext. 4386. Kathleen D. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive - Carlsbad, CA 92008-I 989 - (760) 434-2808 @