HomeMy WebLinkAbout2002-07-01 City Council (2)TO:
FROM:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT: PUBLIC WORKS 5
DATE:JULY 1, 2002 CMR:312:02
SUBJECT:AWARD OF CONTRACT TO VON KOHORN & KITZMILLER IN
THE AMOUNT OF $100,690 FOR GRAPHICS AND SIGNAGE FOR
THE DOWNTOWN PARKING -STRUCTURES (CAPITAL
IMPROVEMENT PROGRAM PROJECT 19530)
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute a contract (Attachment A) with Von
Kohorn & Kitzmiller in .the amount of $100,690 for fabrication and install ation of
artwork and signage for the Lot R and Lot S/L parking structures.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Von Kohorn & Kitzmiller for related, additional
but unforeseen work which may develop during the project, the total value of which
shall not exceedS 15,100.
DISCUSSION
Project Description
On April 15, 2002, Council approved a contract for the construction of two new parking
structures in the downtown area (CMR:217:02). One garage will be located at Lot R (south
of University Avenue, between High and Alma) and the second garage will be at Lot S/L
(between Bryant/Florence, south of LyttonAvenue). Construction on the garages has begun
and will be complete in the fall of 2003. Public art, in the form of graphics, was included in
the design of both garages.
Selection Process
The artist, Sam Schmidt, was recommended by the Parking Study Group (PSG) which was
established in order to streamline the design effort. A representative from the Public Art
Commission was part of the PSG, along with Architectural Review Board, Planning
Commission representatives, local developers and merchants. The artwork concept was
approved by Council on November 27, 2000 (CMR:428~00) and was included in the project
design. The contract with Von Kohorn & Kitzmiller will provide for the manufacture and
installation of the project’s directional signage and graphics artwork, as well as for liaison
CMR:312:02 Page 1 of 2
with the project artist. The artist and architect had been working with Von Kohom&
Kitzmiller during the design phase in order to ensure ~at graphics could b+ produced within
the project budget and that the connections were of a type suitable for installation in the
garages. Since the artist had this working relationship already established, Von Kohom &
Kitzmiller was selected as a sole-source graphics provider.
RESOURCE IMPACT
Funding for the manufacture and installation of the signage and graphics is included in
-Capital Improvement Program (CIP) Project 19530 within the $45.9 million assessment.
POLICY IMPLICATIONS
Approval of the contract and contract amendment are consistent with existing City policies.
TIME LiNE
Construction on the garages has begun. Lot R is expected to be completed in May 2003 and
Lot S/L in November 2003. These dates could be extended due to weather, soil
contamination, or other unforeseen conditions that might delay construction.
ENVIRONMENTAL ASSESSMENT
An Environmental Impact Report was prepared as part of the PC zoning application and was
certified by Council on December 20, 1999.
ATTACHMENTS
Attachment A: Contract
PREPARED BY:
DEPARTMENT HEAD:
KAREN BENGARD
Senior Engineer
GLENN S. ROBERTS
Director of Public Works
CITY .MANAGER APPROVAL:
City Manager
CMR:312:02 Page 2 of 2
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
VAN KOHORN & KITZMILLER SIGNMAKERS, INC.
FOR ARTWORK FOR PARKING LOTS S/L & R
This Contract-No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
VON KOHORN & KITZMILLER SIGNMAKERS, INC., a California corporation
located .at 812 Sweeney Avenue, Redwood City,CA 94063
("CONTRACTOR").
RECITALS:
.. WHEREAS, CITY desires certain production design and
fabric and installation services ("Services"), as more fully
described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if .any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the. covenants, terms,
conditions, and provisions of this .Contract, the parties agree:
SECTION 1 - TERM
i.I This Contract will commence on the date .of its
execution .by CITY. The obligation of CONTRACTOR to perform the
Service~ wiXl commence in accordance wfth the time schedule, set
forth in Exhibit "W’. Time is of the essence of this Contract. in
the event that the Services are not-completed within the specified
time schedule on account of CONTRACTOR’s default, CITY’s cit.y
manager will have the option of extending the time schedule for. any
period of time. This provision will not preclude the recovery .of
damages for del.ay caused by CONTRACTOR.
SECTION -2 - QUALIFICATIONS,
CONTRACTOR
STATUS, AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause.to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged, with the
performance .of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or cernification is required by law to perform the
Services.
020611 sm 0053046
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hlres CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign Dan Kitzmiller as the project
director tO have supervisory responslbility for the performance,
progress, and execution of the Services. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitutlon of the pro3ect director for any. reason, the
appointment of a substitute pro]ect director will be subject to the
prior written approval of the pro3ect manager.
2.4 CONTRACTOR’represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident.to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State ofCalifornia, and local laws, ordinances.,
regulations, orders, and.decrees which may affect those engaged .or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this.-.Contract, or the performance of the
Services;
2.4.3 At all:.times observe and comply with, andcause
itsemployees and contractors (and ConSultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and. decrees
mentioned above; and
2.4.4 Will report immediately tO the pro3ect manager,
in writing, any discrepancy or inconsis~ency it discovers in. the
laws,, ordinances, regulations, orders,, and decrees mentioned above
in relation to any plans, drawings, specificatlons or provislons of
this Contract.
-2.5 Any reports, ±nformation, data or other material
given to, or prepared or assembled by, CONTRACTOR or :Lts
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the citY manager.
2.6 CONTRACTOR will provide CITY with three (3) copZes
of the fina! report, if-any, which may be-required under this
Contract, upon completion and acceptance of each report’by CITY.
2.7 If CITY requests additional copies of. reports,
.drawings, specifications or any other material which CONTRACTOR is
020611 sm 0053046
required to furnish in limited quantities in the performance of the
Services, CONTRACTOR will provide such additiona! copies and CITY
wi!l compensate CONTRACTOR for its duplication- costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessaryto perform the Services. All
contractors of CONTRACTOR will be deemed to be di[ectly controlled
and supervised by CONTRACTOR, which, will be responsible.for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee-or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3 -DUTIES OF CITY
3.1 C{TY will furnish or Cause to be furnished the
specified services set forth in EXhibit "~’ and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes underthis Contract. Karen Bengard is designated as the
projecti~manager for the city manager. The project manager will
supervise, the performance, progress, and execution of the Services,
and wili be assisted by Young Tran the Project Engineer.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY-will use. reasonable
efforts, to glve written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATION
4.1 In consideration of the full performance of the
services by CONTRACTOR, CITY will pay CONTRACTOR the sum of One.
Hundred Thousand and Six Hundred Ninety Dollars (.$1.00,690.00),
-payable within thirty (30) days of sUbmlssion by CONTRACTOR of its
itemized billings, in triplicate, in-accordance with the following
fee schedule set forth in Exhibit
SECTION 5.- AUDITS
5.1 CONTRACTOR will permit cITY to audit, at any-
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTORts records pertaining to matters
covered by this Contract~ --CONTRACTOR further agrees to maintain
and retain such records~ for at least three (3) years’after the
expiration or earlier termination of this Contract.
3
020611 sm 0053046 "
SECTION 6 -INDEMNITY
6.1 CONTRACTOR agrees to.protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or in3ury to any person, property damage or
any other loss, caused by or arising, out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees{ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7 -WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provislon of this
Contract, or of. the provisions of any ordinahce or law, will not be
deemed to be a waiver of any other ter.m, covenant., condition,
provisions, ordinance or law, or of any subsequent breach or.
viol~tion of-the same or of any other term, covenant, condition;
provision, ordinance or law. The subsequent acceptance by either
pattyof .any fee or other money which may become due hereunder will
not be deemed to be a walver of any preceding breach or violation
-by the other party of any term, .covenant, condition or provision of
this Contract:or of any applicable law or ordinance.
7.2 No payment, .partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract~
SECTION 8 -INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, Will
obtain and maintain, in ful! force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the_ exception of workers’ compensation, employer’s liability,-
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under .this .cOntract.
8.2 Allinsurance coverage required hereunder will be
provided through carriers with Best’s Key. Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY .asan
additional insured under such policles as required above.
//
020611 sm 0053046
8.3 Certificates ofsuch insurance,preferab!y on-the
formsprovided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is prlmary coverage and will
not be canceled or altered, by the insurer except after filing with
CITY’s.city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of w.orkers’
compensation,, employer’s liability, and .professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procurlng of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions .of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated.for the full and total amount of any
damage, in3ury, or loss caused by or directly arising-as a result
of the Services pe¯rform~d under this Contract, including-such
damage, injury, or loss.arising af<er the Contract is termlnated-or
the term ¯has expired.
SECTION,_ 9 -WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this .Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which requ±re every employer to be insured ¯against
liability for workers’ compensation or to undertake self-insurance
in accordance withthe provisions of that Code~ and certifies that
it will complz with such provisi6ns, as applicable, before
commencing the performance of the Services.
SECTION I0 -
SERVICES
TERMINATION OR SUSPENSION OF CONTRACT OR
I0.I The city manager may suspend the .performance of the
Services, in whole or in part, Or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
wil~ ¯immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days" prior
written notice thereof to CITY, but only. in the event of a
substantial failure of performance by CITY or in the event CITY
indef£nitely withholds or withdraws its requesh for the.lniti.ation
or .continuation of the Services to be performed.
-//
020611 srn 0053046
10.3 Upon. such s~spension or termination by CITY,
CONTRACTOR will be paid for [he Services actually rendered to CITY.
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account Of a default by-CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portlon of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Uponsuch suspension or termination,-.CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR. or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
propertyof CITY.
10.5 The failure of CITY to agree with CONTRACTOR.’s
independent findings; conclusions, or recommendations, if. the same
are ~alled for under t.his.Contract, on the basis of differences in
matters of judgment, wil! not be construed as a faiAure on the part
of CONTRACTOR to fulfil! its obligations under this Contract.
SECTION ii ....-ASSIGNMENT
ii.I This ContraCt is for the personal services of
CONTRACTOR, therefore.-, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, ~itle
-or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed t6 be a consent to any subsequent assmgnment. Any.
assignment made without the appraval of the city manager will be
void-and, at the optmon of the city manager, this Contract may be
terminated. This Contract will not be assignable by operatmon of
SECTION 12 -NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City .Clerk
City of Palo Alto
Post Office Box 1.0250
Palo Alto, CA 94303
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited
above
020611 sm 0053046
SECTION 13 -CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest,-direct or indirect., financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not emp!oy .any contractor or
.person having such an interest. CONTRACTOR certifies that.no
person who has or-will have any financial interest under this
Contract is an officer oremployee of CITY; th±s provlsion will be
interpreted in accordance with the applicable-provisions of. the
Palo Alto Municipa! Code and the Government Code of the State of
California.
SECTI.ON 14 -NONDISCRIMINATION
14.1 As set forth in the Palo. Alto Municipal Code~ no
discrimination will be made in the employment of any person under
this Contract because of the age, race, color, national origin,
ancestry., reiigion, disability, sexual preference or gender, of that
person. -If the value of this Contract is, or may be, five thousand
dollars ..($5,000) or more, CONTRACTOR agrees to meet all
requmrements~ of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision
substantially as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is. currently in compliance with all
Federal and State of California laws covering
nondiscrimination in. employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
Contract because Of the age, race, color,
national origin, ancestry, religion,
disability, sexual .preference or gender of
such person,"
14.3 If CONTRACTOR is found in violation of the
nondiscrlmination provisions of the State of California Famr
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in .part-, or to deduct
020611 sm 0053046
the sum of twenty-five dollars ($25) for each pegson for each
calendar day during which such person was subjected to acis of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of Californla Fair Employment Practices
Commission or the equivalent federal agency .or officer will
constitute evidence of a breachof this Contract.
SECTION 15 -MISCELLANEOUS .PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California,re!ating to. access to. public buildings
and accommodations f.or disabled persons, and relating to facilities
for .disabled persons. CONTRACTOR will .comply with or ensure by its
advice that compliance with such provisions will be ef.fected in the
performance of this contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the united States District Courtfor the Northern District of California in the County of Santa
Clara, Stat~ of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs .and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties.and supersedes all prior negotia-
tions, representations, and contracts, e~ther written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All. provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract-or any amendment thereto ~s
void or unenforceable, the unaffected provisions of this Contract.
and any amendments thereto will remain. . in full force and effect.
//
020611 srn 0053046
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time to.
time, may be referred to in any duly executed amendment hereto are
by such reference incorporated in this Contract and will be deemed
to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an orlginal, but all of which
together wil! constitute one and the same instrument.
/I
/I
/I
/I
/I
/I
//.
/I
/I
/7
17
II
II
17
II
11
17-
17
//
17
/!
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and.the Palo Alto Municipal
Code. This Contract will terminate w~thout any penalty (a) at the
end of any fiscal year in the e~ent that funds are not appropriated
forthe following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant~ term, condition, or
provision of this Contract.
XN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OE PALQ ALTO
City Clerk
APpROVED-AS TO FORM:
City Attorney
APPROVED:
Assistant City Manager
Mayor
VON KOHORN & KITZMILLER
SIGNMAKERS, INC.
Title: C~~
By: ~
Title: ~O
Taxpayer Identification.No.
94-3244122
Director of Administrative
Services
Director of Public Works
Risk Manager
Attachments :
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C":
EXHIBIT "D" :
(Compliance with Corp. Codm ~ 313 is
required iZ uhe .entity on whose behalf
this conZ~ac~ is signed is a corporation.
In the mltern~tive, a certified corp.=ate
~es~luti~n attesting ~ ~he migna~
authority 0£ ths individuals Signing in
~hei~ respective capacinies is acceptable)’
SCOPE OF PROJECT & TIME SCHEDULE
RATE SCHEDULE .
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
I0
CERTIFICAT~ O~ ACKNOWLEDGEMENT
(CAvil Code ~ 118%)
On ~’V~. 9-( ,2~__k before me, .r.~7l..~U08 ,
a Notary Public in-and for said County and State, personally
~ proved to me on the basis of satisfactory evidence tu be th~
person~.whose name~) is/~e subscribed to the within instr~ent
and acknowledged to me that he/s~ey executed the same in
his/~t~r authorized capacity(~ and that by his/~/t~irsignature~ on the instr~ent the person(s), or the entity upon
)ehalf of which the person(s) acted, executed the instr~ent.
WITNESS my hand and official seal.
020511 sm 0053046
11
VON KOHORN &: KITZMI’LLER
Phone:
Fraln:
Oil/of PalO Alto Oepar~ne~ of Public Wolds
Smith (Turner Constru=lon)
Datmt .12/19/01
Fax:~
~am sm~u~ ~tuo~o
Attn.: Sam $mldt
Art Walls fo~" Palo Alto Pa~king Btl~otures $ ~ bje c f.: Quote
oa= Qreg,
PIe=se find the following speck=lions ~nd costs for Pa~ki.ng Structures S/L& R aT~ walls:
¯ The Blrd$.(Lot S/L): Fabricate and install five (5) birds, each measuring
approximately 8~ X if, from ~/8" alUr~ir~m,.as par artwork bySam Smidt Studio and shop
drawings by VK&K (already,submitted), , " ¯ / " . . ¯
FabriCation: =4_2,8a0,00 ~. tax; ine..tlllatlon, ~7,740,O0/(non’t~x=ble),
¯ Shop Drawing for BIL= Already provided.to Watry Design Group..
CoSt: 660,00 + t~x, -
¯ Poetry Wall (Lot R): CUt and ~pply exterior vinyl graphics and text for thlrtyoslx (36)
glasS p.=n~.!.S., ~_g~r.a~.O..~k.., !~,youts and speolfRmtlons by ~m ~mldt Studio: in light of
Sam Smidl:,sartwork~;shep~dra~lRgs--will-notbepm-vid~d,-.~; the o~ts below
are based on thirty-six p~rmis, If the qUarltitleS are reduced by morn than 15%-2~%, the
per-unit cost will need to be adjusted,
Fabrication: $330,00 per pa~nel ÷ taxi installation: $7,920.00 for lot (non-tax~ble)-
. A=.~. ork for Lot ,,’~L: ~DigPa!. 1lies and art dire~tton by Sam 5mldt Studio.
COst. $11 ,S75 + tax. /
¯ Artwork for Lot R~ Digital flies of HlYk~l poeW graphics, coordination of HiykU
contest, ~nd art direction by Sam Smidt Studio.
’¢o~t;. $11,575 ÷ tax, ./
Terms: Progmss.psymerds (p=~yment schedule to ba determined).
If your client.would like us to pmossd with this work, please have ihem ~.etur .n a eigl!ed
copy of this tmnsmlttai, Please give me a call with ~ny questior~s or ~mmants.
David Von Kohom forth~ O~f Palo Alto
EXHIBIT "A"
FEE ’SCHEDULE
Lo~ S/L Birds
,.e, hop Drawings
Fabrioate
Artist
Shop Drawings
Fabricate
Install
Artist
42,860
7,740
11,575
8,25%.
3,536
0
11,8B0 9BO
7920 0
1t,575 855
Total
714
46,396
7,740
12,530
7;920
2,530
94,210 6,480 100,690
.EXHIBIT