Laserfiche WebLink
COUNCIL MINUTES FEBRUARY 23, 1998 <br />• added that approval of the interior design contract is appropriate and necessary to the integrity of <br />the overall project schedule, and that Staff recommended approval for the following reasons: <br />• <br />1. TLPA's familiarity with the project in that the interiors team has been heavily <br />involved in the programming and preliminary design. <br />2. TLPA has developed and understands the budget for interior design, furniture and <br />equipment. <br />3. TLPA has begun preliminary identification of appropriate furnishings as part of <br />budget development, identifying State and GSA contracts. <br />4. TLPA continually conducts research and is current with the industry. <br />5. TLPA's interior group has demonstrated efficiency which should be retained in <br />order to remain on schedule. <br />6. TLPA has already demonstrated its level of commitment to the entire project. <br />Mr. Wessel stated that TLPA's proposed fee with respect to interior design is $41,800, which <br />would cover such services as scheduling, program verification, space planning and layouts, <br />materials, finishes and furniture, preparation of contract documents, bidding/negotiation, cost <br />estimates, signage, and coordination of installation. <br />Council Member Bergeson requested clarification that this function was included in the original <br />budget, to which Mr. Wessel responded in the affirmative. <br />Council Member Lyden suggested that the City should explore viable means of earning "sweat <br />equity" with respect to interior design. <br />Council Member Bergeson pointed out that there are large spaces which should be professionally <br />designed in order to maintain the desired quality for this facility. <br />Mr. Wessel reviewed the original budget with respect to "soft costs", adding that TLPA is <br />prepared to provide maximum quality at a cost well within budget constraints. <br />Mayor Sullivan recognized Council Member Lyden's concerns, as well as the value of <br />professional service with regard to the civic complex. <br />Council Member Neal asked why TLPA, whose bid was not the lowest, was selected over the <br />other three bidders. Mr. Hawkins explained that with respect to professional services the City is <br />not required to accept the lowest bid but can select the firm deemed to be most appropriate. <br />1111 Mayor Sullivan added that TLPA represents the most logical choice due to its involvement with <br />the project from its inception, and that Council's responsibility is to determine whether or not the <br />11 <br />