Loading...
HomeMy WebLinkAbout2022-09-13; City Council; Resolution 2022-219RESOLUTION NO. 2022-219 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH SILLMAN WRIGHT ARCHITECTS, A CALIFORNIA CORPORATION, TO PROVIDE DESIGN SERVICES FOR THE EMERGENCY OPERATIONS CENTER RECONFIGURATION PROJECT WHEREAS, staff evaluated the current condition of the technology infrastructure in the city's Emergency Operations Center, or EOC, and has found it to be undersized and lacking adequate equipment to meet current emergency response standards for the city; and WHEREAS, in order to remedy these deficiencies, the city requires a reconfiguration of the EOC space as well as additional technology and therefore developed the EOC Reconfiguration Project, Capital Improvement Program, or CIP, Project No. 4719, or Project; and WHEREAS, staff advertised a Request for Proposal, or RFP, on the city website to prepare the design plans and specifications to reconfigure the EOC and received proposals from four firms; and WHEREAS, consistent with Carlsbad Municipal Code Section 3.28.0S0(D)(2) and 3.28.060(0), a committee consisting of Information Technology, Fire Administration and Public Works staff reviewed and ranked the proposals based on best-value criteria; and WHEREAS, staff ranked Sillman Wright Architects, a California corporation, as the highest­ rated firm based on the city's best-value selection criteria published in the RFP with their proposal to design the Project in an amount not to exceed $272,640; and WHEREAS, sufficient funding is available in the Project budget, and no additional appropriation is required at this time; and WHEREAS, the City Planner has determined that the Project is exempt from the California Environmental Quality Act, or CEQA, under State Guidelines Section 15301(a) which applies to the interior or exterior alterations in existing facilities involving such things as interior partitions, plumbing, and electrical conveyances, and no exception to the exemption as set forth in CEOA Guidelines section 15300.2 applies to this Project. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the design services proposal submitted by Sillman Wright Architects, a California corporation, in an amount not to exceed $272,640 is approved. 3.That the Mayor is authorized and directed to execute the professional services agreement with Sillman Wright Architects for the EOC Reconfiguration Project, CIP Project No. 4719, attached hereto as Attachment A. 4.That the City Manager is authorized to amend the agreement to extend the term for up to two one-year periods, or parts thereof. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 13th day of September, 2022, by the following vote, to wit: AYES: NAYS: ABSENT: Blackburn, Bhat-Patel, Acosta, Norby. None. Hall. MATT HALL, Mayor FAVIOLA MEDINA, City Clerk Services Manager (SEAL) ()L DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-7489D9ESE1CA Attachment A PSA23-1919FAC AGREEMENT FOR EMERGENCY OPERATIONS CENTER RECONFIGURATION DESIGN SERVICES SILLMAN WRIGHT ARCHITECTS is made and entered into as of the \ � day of _ _.__���....L...;...;....::::=-.1.---• 2022, by and between the City of Carlsbad, a municipal n, ("City"), and Sillman Wright Architects, a California corporation, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in design services. B.Contractor has the necessary experience in providing professional services andadvice related to design services. C.Contractor has submitted a proposal under RFP22-1843FAC to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.STANDARD OF PERFORMANCEWhile performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERMThe term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will not exceed two hundred seventy-two thousand six hundred fourty dollars ($272,640). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed fifty thousand dollars ($50,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 6/12/18 PSA23-1919FAC City Attorney Approved Version 6/12/18 2 6.STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to 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 Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9.INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City 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 negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10.INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will 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-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC City Attorney Approved Version 6/12/18 3 in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC City Attorney Approved Version 6/12/18 4 maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13.OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15.NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Steven Stewart Name Mark Baker Title Municipal Projects Manager Title Project Manager Department Public Works Address 7515 Metropolitan Drive, Suite 400 City of Carlsbad San Diego, CA 92108 Address 1635 Faraday Ave. Phone No. 619-294-7515 Carlsbad, CA 92008 Email mbaker@sillmanwright.com Phone No. 442-339-2938 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC City Attorney Approved Version 6/12/18 5 16.CONFLICT OF INTEREST Contractor shall file a Conflict-of-Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes ☒ No ☐ 17.GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18.DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19.DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20.TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC City Attorney Approved Version 6/12/18 6 under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, City will 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 the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22.CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for 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 City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23.JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24.SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25.ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9ESE1CA 26. AUTHORITY PSA23-1919FAC The individuals executing this Agreement and the instruments referenced in it on behalf ofContractor each represent and warrant that they have the legal power, right and actual authorityto bind Contractor to the terms and conditions of this Agreement. CONTRACTOR SILLMAN WRIGHT ARCHITECTS, aCalifornia corporation By: (sign here) Brett Tullis, President & Secretary(print name/title) By: (sign here) Mark Baker, Vice-President(print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor ATTEST:. for Faviola Medina, City Clerk Services Manager If required by City, proper notarial acknowledgment of execution by contractor must be attached.If a corporation, Agreement must be signed by one corporate officer from each of the followingtwo groups. Group A Chairman, President, or Vice-President Group BSecretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistantsecretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: � Assistant CityAttomey City Attorney Approved Version 6/12/18 PSA23-1919FAC City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES Background per RFP22-1843FAC, the city’s Emergency Operations Center (EOC) is currently undersized and ill-equipped to meet current emergency response standards for the city. Recent emergency response events have underscored the need for the city to upgrade its EOC structure, technology infrastructure and furnishings to accommodate the 45 or more staff that serve the city in such events. The authorized scope of work in the city’s Capital Improvement Program is stated as: Emergency Operations Center modifications and upgrades to include furnishings, fixtures, computers, software, network equipment, communications, lighting and acoustical improvements to better conform to FEMA standards for a city EOC so as to modernize and maximize the EOC information, collection, analysis, display and dissemination capabilities to support community and regional public safety. The objective of this project is to combine two of the conference rooms into one for dedicated EOC use, with the understanding that the third conference room, office, storage room and A/V room would be upgraded as dual-use public safety conference or EOC ‘break-out’ rooms, as needed. Each of these areas would be renovated to include technology infrastructure as described above. The feasibility of constructing an elevated policy group space in one of the conference rooms, or the storage room, will help determine which other spaces should be considered for use as break-out rooms. A key objective of this project is to establish voice and data communication interconnectivity between the EOC and dual-use conference room, “break- out” rooms, City Hall, Police Watch Commander’s Office, Police Dispatch, CMWD Operations Center, the Faraday Building and a mobile command post. All information technology and A/V technology must be interoperable to enable full flexibility between any information technology device and A/V display device. Construction costs could include the creation of an elevated Policy Group space and /or EOC Management Section space. Unused wall space below video display wall or EOC space side walls might be upgraded to support drop down bench seating and or storage space. Explore feasibility and cost of virtual reality/augmented reality (VR/AR) and Cave Automatic Virtual Environment (CAVE) like system integration in EOC. Technology power cords and cables must be covered and unobtrusive so as not to present trip hazards or block field of view in EOC. Sound abatement is desired for the EOC space. Project Goals •Dedicated “purpose-built” EOC space for staff for no less than 45, with state-of-the art technology infrastructure for use in emergency incidents. •Dual-use “flexible” space for use by up to 3 simultaneous break-out groups (city staff or community sector such as business or schools, etc.) •Memorandum of Understanding (MOU) for use of dual-use “flexible” space during non- emergency time •Established voice and data communications and A/V display connectivity between EOC and dual-use break-out rooms, City Hall, Police Watch Commander’s Office, Police Dispatch, CMWD Operations Center, the Faraday Building and a mobile command post. •Sound mitigation in EOC. •Dedicated state-of -the art video display wall in EOC, and additional A/V display monitors maximizing use of EOC wall surfaces. •EOC functional furnishings •Construction and soft costs in line with project budget. •Design completion in four months, not including city review of interim design development submissions DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC City Attorney Approved Version 6/12/18 9 Consultant Tasks/Scope of Work The Consultant’s scope of work will include meetings with city staff, site evaluation(s) as necessary, retaining qualified sub-consultants as necessary and working with city vendors/sub- consultants, preparing design drawings and specifications in coordination with city staff, submitting completed design work to city for permitting (following guidelines on city website), incorporating edits to design documents pointed out by city’s plan-review consultants and/or staff during the permitting process, answering Requests for Information during the bidding process and providing construction administration services during the renovation process. Consultant Fee Proposal Summary Item No. Description Not-to-exceed Total Task 1 Review of site conditions $30,294 Task 2 City review meetings / design charettes $34,098 Task 3 Design development / construction documents $133,914 Task 4 Permitting and bidding assistance $15,044 Task 5 Construction administration services $50,290 Not to exceed reimbursable expense allowance $9,000 TOTAL PROPOSAL VALUE $272,640 DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA 6.4 Project Team SILLMAN | EMERGENCY OPERATIONS CENTER RENOVATION | RFP22-1843FAC | 07.20.22 | Organizational Chart SILLMAN Principal Architect Brett Tullis SILLMAN Project Manager Julio Medina CITY PROJECT MANAGER CITY OF CARLSBAD SILLMAN Additional staff architects, designers, & support staff as needed CONSULTANTS TECHNOLOGYNV5 Timothy Waters (Principal) TECHNOLOGYNV5 Jason Russo (Project Manager) TECHNOLOGYNV5 Don Fisher (EOC Designer) COST ESTIMATORCumming Ashok Patel STRUCTURALIDS Group Matt Michnewich MECHANICAL (as-needed) IDS Group Matt Michnewich ELECTRICALIMEG Matt Samar ACOUSTICSIMEG David Wright SPECIFICATIONSPSC Patricia Smith PSA23-1919FACDocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA 6.4 Project Team SILLMAN | EMERGENCY OPERATIONS CENTER RENOVATION | RFP22-1843FAC | 07.20.22 Brett TullisSILLMAN Principal Architect Julio Medina SILLMAN Project Manager Brett has more than 26 years of architectural experience and has been a Principal at SILLMAN for more than 12 years. He has managed teams for State, County, and Municipal projects ranging from very small to over $300 million. As the current Architect of Record on the Carlsbad Police & Fire Headquarters Renovation, he will provide leadership and guidance to the Project Manager and design team. ⊲ Availability: 65% Julio will utilize his years of experience working with the City of Carlsbad to be the primary contact for the City’s Project Manager. With more than 10 years of architectural experience, Julio will bring a cohesiveness to the team by channeling his strong communication skills to effectively collaborate with clients, consultants, and colleagues, thus enabling teams to bring forward their best levels of performance. ⊲ Availability: 80% Don FisherNV5 Senior Systems Designer (EOC Expert) As an EOC Expert, transforming traditional spaces into technology-rich, collaborative and interactive environments is Don’s passion. His 30 years of experience includes designing Emergency Operations Facilities and High-End Command Control Centers. Don is an expert in designing systems to do more than just present information -- his focus is on integrating technology into the workflow to facilitate critical decisions and enhanced situational awareness. ⊲ Availability: 80% Timothy WatersNV5 Technology Principal(EOC Expert) As a local technology Principal with more than 25 years of experience, Tim applies a scientific approach to technology infrastructure and systems design built upon his formal training in physics and math. With a natural affinity for audio-visual and information technology convergence, Tim’s innovative and creative talent has been proven time and again with hundreds of successful complex projects. ⊲ Availability: 80% Jason RussoNV5 Technology Project Manager Our Design Team has a 45+ year history of working with a variety of civic clients, including the City of Carlsbad. Working with us means Direct Principal Involvement, as well as continued collaboration with a refined and established team. | Key Personnel Summary Chart With more than 25 years in the field, Jason has significant experience managing the integration of innovative technologies into Emergency Operation Centers and Essential Service projects. He specializes in managing technology teams with a collaborative approach, while utilizing his expertise to identify opportunities and challenges. As a local, he will be able to visit the project site regularly. ⊲ Availability: 95% PSA23-1919FACDocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA 6.4 Project Team SILLMAN | EMERGENCY OPERATIONS CENTER RENOVATION | RFP22-1843FAC | 07.20.22 Matt MichnewichIDS Group Structural Engineer Matt is a licensed Structural Engineer with over 9 years of experience in building design and analysis. As the Structural Project Manager on the current Carlsbad Police & Fire Headquarters Renovation, he has a keen understanding of the facility. Furthermore, his passion for seismic engineering and extensive knowledge of both structural behavior and building codes has quickly made him a leader on civic projects. ⊲ Availability: 30% Matt SamarIMEG Electrical Engineer With more than 12 years of relevant experience and the Lead Electrical Engineer on the current City of Carlsbad Police and Fire Headquarters Renovation, Matt will be key contributor to the upgrades of the Emergency Operations Center. As a local Licensed Engineer, he has a vast amount of experience working on civic renovation projects; and as a LEED Accredited Professional, he is keen on providing clients with energy-efficient and cost-effective solutions. ⊲ Availability: 45% David WrightIMEG Acoustics Engineer David brings more than 34 years of experience in acoustical design. He believes in early and creative integration of building acoustics, leading to a lower budget impact and effective use of space. His project experience includes industrial, commercial, municipal, and entertainment spaces. ⊲ Availability: 45% Patricia SmithPSC Specifications Patricia has over 30 years of experience with a background that includes Distributor/ Supplier project management, manufacturer sales, and service. She has been exclusively writing specifications for more than 15 years on various projects across the western U.S. and has become a trusted, long-term resource to architectural design teams. ⊲ Availability: 50% Please see the appendix for detailed resumes of key personnel. | Key Personnel Summary ChartAshok PatelCumming Cost Estimator Ashok has worked in the industry since 1983 providing Cost Management services in all aspects of civil, structural, and architectural with projects ranging in value up to $1 billion. He is not only the Cost Estimator on the Carlsbad Police & Fire HQ Renovation, Ashok is also an expert in all phases of estimates, value engineering, and quality assurance / quality control. ⊲ Availability: 20% PSA23-1919FACDocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC 10 Optional Services Hourly Rates and estimate of hours: TASKS SILLMAN IMEG ‐ Electrical IMEG ‐ Acoustics IDS Group ‐ Structural NV5 ‐ Technology Cumming ‐ Cost Estimating PS Specifications TOTAL Brett Tullis Julio Medina Aaron Garcia Noel Felkins Dave Rosenberger Matt Samar Doug Pham David Wright James HongnPhD s Matthew Michnewich Various Various s Tim Waters Don Fisher Scott Ondik Jason Russo Various Ashok Patel Shawn Koca Matt Henery Kevin Drapeau Jeanette Gonzalez Pat Smith X Principal Architect Project Manager Design Lead Project Admin Project Executive Engineer Designer Project Executive Engineer Project Manager Project Engineer pCAD Principal AV Designer RCDD‐ IT / Security Project Consultant CAD/Revit Managing Director Associate Director Cost Manager Sr. Cost Manager Sr. Cost Manager Principal X $220 $180 $150 $110 $250 $185 $145 $195 $145 $178 $153 $104 $225 $175 $175 $175 $90 $240 $215 $180 $195 $195 $150 $0 1 Review of Site, Existing Documents, and Meeting with Staff 4 16 24 6 4 22 12 8 24 8 – – 12 12 8 16 – – – – – – – – 176 2 City Review Meetings / Design Charettes 8 24 32 16 2 12 8 8 14 16 – – 16 12 8 20 6 – – – – – – – 202 3 Develop Design and Construction Documents 8 40 85 16 4 35 30 11 40 8 40 40 32 100 80 80 40 4 10 44 26 26 10 – 809 4 Provide Permitting and Bidding Assistance 4 16 20 16 – 4 4 2 2 – 8 – 4 2 2 8 – – – – – – 2 – 94 5 Construction Administration Services 8 32 48 12 – 20 8 4 16 16 24 – 8 32 24 40 8 – – – – – 3 – 303 Subtotal Hours 32 128 209 66 10 93 62 33 96 48 72 40 72 158 122 164 54 4 10 44 26 26 15 0 1584 Subtotal Cost $7,040 $23,040 $31,350 $7,260 $2,500 $17,205 $8,990 $6,435 $13,920 $8,544 $11,016 $4,160 $16,200 $27,650 $21,350 $28,700 $4,860 $960 $2,150 $7,920 $5,070 $5,070 $2,250 $0 $263,640 $28,695 $0 $0 $20,355 $0 $0 $23,720 1) Mechanical / Plumbing Revisions ‐ $10,000 $10,000 $98,760 $4,000 1) AV Control System Software Development / Asset Management Portal ‐ $30,600 2)AV System Tuning / Optimization / Commissioning $10,500 $41,100 $21,170 $0 $0 Sub‐Totals $68,690 $2,250 $263,640 Reimbursables $5,000 $0 $9,000 TOTAL $272,640 Optional Services $0 $0 $51,100 SILLMAN | EMERGENCY OPERATIONS CENTER RENOVATION | RFP22-1843FAC | 07.20.22 DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC 11 PS CONSULTING (Specifications) IDS GROUP (Structural & Mechanical) NV5 (Technology) SILLMAN (Architecture) 6.6 Proposed Fees | Hourly Rates ROLES HOURLY RATES Principal Architect $220 Project Manager $180 Design Lead $150 Project Administrator $110 ROLES HOURLY RATES Principal $225 AV Designer $175 RCDD-IT / Security $175 Project Consultant $175 CAD / Revit $90 ROLES HOURLY RATES Project Manager $178 Project Engineer $153 CAD $104 ROLES HOURLY RATES Principal $150 DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA PSA23-1919FAC 12 CUMMING (Cost Estimating) IMEG (Electrical & Acoustics) ROLES HOURLY RATES Electrical Project Executive $250 Electrical Engineer $185 Electrical Designer $145 Acoustic Project Executive $195 Acoustic Engineer $145 ROLES HOURLY RATES Managing Director $240 Associate Director $215 Cost Manager $180 Senior Cost Manager $195 DocuSign Envelope ID: 9DF7FDE9-DDC4-47F3-B582-74B9D9E5E1CA