Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Page and Turnbull Inc; 2015-09-23;
AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR ARCHITECTURAL SERVICES FOR THE LEO CARRILLO RANCH HISTORIC PARK STABLE RESTORATION AND NEW RESTROOM CONSTRUCTION PROJECTS PAGE & TURNBULL, INC. Z) This Amendment No. 2 is entered into and effective as of the d / s;l day of > ~cc/:>a C , 20.lJ_, extending and amending the agreement dated Septe fil 23, 2015 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Page & Turnbull, Inc., ("Contractor") (collectively, the "Parties") for the Leo Carrillo Ranch Historic Park Stable Restoration and New Restroom Construction. RECITALS A. On September 23, 2015, the Parties executed a Professional Services Agreement for the Leo Carrillo Ranch Historic Park Stable Restoration and New Restroom Construction Projects; and B. On May 25, 2016, the Parties executed Amendment No. 1 to the Agreement to include additional design services related to new code-requirements relating to structural engineering and site work; and C. The Parties desire to alter the Agreement's scope of work to include additional construction administration services associated with the structural retrofit and disabled access items included in Amendment No. 1; and D. The Parties desire to extend the Agreement for a period of 18 months; and E. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may h·ave been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total Agreement amount shall not exceed one hundred sixty-nine thousand four hundred fifty-five dollars ($169,455.00). 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed six thousand eight hundred ten dollars ($6,810.00). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by March 23, 2019. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. City Attorney Approved Version 1/30/13 1 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment and the instruments referenced on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions hereof of this Amendment. CONTRACTOR By: ,,-{'~ ,nl J ~V(r-- (sign here) ,~ OcJfvt?lZEtv~/ ftz_c:5CQ~cvT (print name/title) By:~- (sign here) c tf,._ v'° l 7 v--l-(. \ e-v-h P\.. + I r .(. (., v-t.-± u--r 1 (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By¥- Cityger ATTEST: \J(lrnc M-twc_~~ BARBARA ENGLESON City Clerk 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 following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: CELIAA. BREWER, City Attorney BY:~ -------------Assi~taRt City Attorney ~l'l-1lt City Attorney Approved Version 1/30/13 2 EXHIBIT "A" SCOPE OF SERVICES Page & Turnbull, Inc. shall provide additional services for construction administration tasks associated with the structural retrofit and disabled access items included in Amendment No. 1. Additional Construction Administration Services 1. Review submittals, including product data and shop drawings, limited to the structural retrofit. ./ Cast-in-place concrete for the new piers adjacent to the interior stone retaining wall ./ Structural steel framing for the new steel columns and moment frames ./ Finish carpentry for the wood column enclosure at the new steel columns 2. Review submittals, including product data and shop drawings, limited to the disabled access portions of the project. ./ Cast-in-place concrete for the interior concrete ramp ./ Pipe and tube railings for the interior ramp 3. Respond to additional Requests for Information (RFI) for the structural retrofit and disabled access portions of the project. 4. Additional coordination including required paperwork for special inspection notes. FEE Total amendment amount shall not exceed six thousand eight hundred ten dollars ($6,810.00). A fee breakdown by hours is included in Attachment 1. ITEM DESCRIPTION PRICE NO. 1 Additional Construction Administration Services $6,810.00 TOTAL $6,810.00 City Attorney Approved Version 1/30/13 3 9/15/2017 Attachment 1 Leo Carrilo Ranch Historic Park -Construction Administration Additional Services Fee Breakdown by Hours Task Descri tion 1 Additional Construction Administration Additional time to process, review, and coordinate submitals and shop drawings and respond to RF/s and issue clarifications for: Supplemental structural system, including steel columns, 1 a moment frames, cast in place concrete buttresses and asscciated wood column enclosures 1b Disabled access components of the design including exterior stairs and interior ramp Fee Per Task MKA Subtotal Task 1 $ 1,900 P&T Subtotal Task 1 $ 4,910 $ 1,900 $ 4,910 Total Hours 10 42 10 42 $ 6,810 52 Page & Turnbull MKA Role Principal Proj. Man. Designer Principal CAD Staff Member Lesak Gorski Mccarron Hourly Bill Rate $ 215 $ 130 $ 85 $ 190 $ 100 16 8 10 8 8 Task hours per person 2 24 16 10 0 Task fee per person $ 430 $ 3,120 $ 1,360 $ 1,900 $ Task hours per person 0 0 0 0 Task fee er erson $ $ $ $ $ PAGET-1 OP ID: CF ACORD CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) '-----09/15/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). PRODUCER ~2~~~cT Char Franklin Sweet & Baker Ins. Brokers Inc rt8Ntio Extl:415-512-2117 [ rffc Nol: 415-512-1115 44 Second Street San Francisco, CA 94105-3440 it1D~~ss: Char Franklin Richard Weingart (415)512-2122 INSURER($) AFFORDING COVERAGE NAIC# INSURER A: Travelers Prop. Casualty Co/AM INSURED Page & Turnbull, Inc. INSURER B : rated A++ Superior NAIC#25674 Nozima Tojimatova INSURERC: 417 Montgomery St, 8th floor San Francisco, CA 94104 INSURERD: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADuL 1:>UBH POLICYEFF POLICY EXP LIMITS LTR ,.,.,D .. n,~ POLICY NUMBER IMM/DD/YYYYl IMM/DD/YYYYl A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 ~ ~ CLAIMS-MADE 0 OCCUR X 6806001L45ATCT17 01/01/2017 01/01/2018 '--'""'"'-'"" '.YE "c' 11 ~U PREMISES Ea occurrence) $ 300,000 ZERO DEDUCTIBLE MED EXP (Any one person) $ 5,000 ~ PERSONAL & ADV INJURY $ 2,000,000 ~ GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 _ Fl 0PRO-DLOC PRODUCTS -COMP/OP AGG $ 4,000,000 POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 !Ea accident\ f------A ANY AUTO BA2G03333317GRP 01/01/2017 01/01/2018 BODILY INJURY (Per person) $ f------ALL OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ f------AUTOS x AUTOS X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS !Per accident\ -f------$ X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 5,000,00( -A EXCESS LIAB CLAIMS-MADE CUP9264N48A 1547 01/01/2017 01/01/2018 AGGREGATE $ 5,000,00C OED I I RETENTION$ $ WORKERS COMPENSATION I PER I I OTH- AND EMPLOYERS" LIABILITY X STATUTE ER Y/N A ANY PROPRIETOR/PARTNER/EXECUTIVE D XJUB3624T49A 01/01/2017 01/01/2018 E.L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L DISEASE -EA EMPLOYEE $ 1,000,00C If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) **See attached***** CERTIFICATE HOLDER CANCELLATION CARLSB4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad THE EXPIRATlON DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 799 Pine Avenye S-200 Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE c~. Char Franklin 415-512-2171 I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE INSURED'S NAME CARLSB4 Page & Turnbull, Inc. Re: Project#15193 Leo Carrillo Ranch Historic Park PAGET-1 OP ID: CF The City of Carlsbad, the City of Carlsbad Redevelopment Agency, Housing ~uthority & Carlsbad Municipal Water District, its officials, employees and volunteers are included as an Additional Insured with respect to Vgeneral liability as their interest may appear with respect to the Named Insured per attached endorsement. Insurance is primary. Date PAGE 2 09/15/2017 Page & Turnbull Inc. January 1, 2017 to January 1, 2018 POLICY NUMBER: 680-6001L45A-TCT-l6 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 12-07-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): PER SCHEDULE ON FILE PROJECT/LOCATION OF COVERED OPERATIONS: PROVISIONS A. The following is added to WHO IS AN INSURED (Section II): The person or organization shown in the Sched- ule above is an additional insured on this Cover- age Part, but only with respect to liability for "bod- ily injury", "property damage" or "personal injury" caused, in whole or in part, by your acts or omis- sions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing opera- tions; b. In connection with premises owned by or rented to you; or The insurance provided to such additional insured is limited as follows: d. This insurance does not apply to the render- ing of or failure to render any "professional services". e. The limits of insurance afforded to the addi- tional insured shall be the limits which you agreed in that "contract or agreement requir- ing insurance" to provide for that additional insured, or the limits shown in the Declara- tions for this Coverage Part, whichever are less. This endorsement does not increase the limits of insurance stated in the LIMITS OF INSURANCE (Section Ill) for this Coverage Part. c. In connection with "your work" and included within the "products-completed operations hazard". B. The following is added to Paragraph a. of 4. Such person or organization does not qualify as an additional insured for "bodily injury", "property damage" or "personal injury" for which that per- son or organization has assumed liability in a con- tract or agreement. Other Insurance in COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): However, if you specifically agree in a "contract or agreement requiring insurance" that, for the addi- tional insured shown in the Schedule, the insur- ance provided to that additional insured under this CG D3 82 09 07 © 2007 The Travelers Companies, Inc. Page 1 of 2 Includes the copyrlghted material of Insurance Services Office, Inc., with its permission COMMERCIAL GENERAL LIABILITY Coverage Part must apply on a primary basis, or a primary and non-contributory basis, this insur- ance is primary to other insurance that is avail- able to such additional insured which covers such additional insured as a named insured, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have entered into that "contract or agreement requiring insurance" for such addi- tional insured. But this insurance still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional in- sured when the additional insured is also an addi- tional insured under any other insurance. C. The following is added to Paragraph 8. Transfer . Of Rights Of Recovery Against Others To Us in COMMERCIAL GENERAL LIABILITY CON- DITIONS (Section IV): We waive any rights of recovery we may have against the additional insured shown in the Schedule above because of payments we make for "bodily injury", "property damage• or "personal injury" arising out of "your work" on or for the pro- ject, or at the location, shown in the Schedule above, performed by you, or on your behalf, un- der a "contract or agreement requiring insurance" with that additional insured. We waive these rights only where you have agreed to do so as part of the "contract or agreement requiring insur- ance" with that additional insured entered into by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal in- jury" offense is committed. D. The following definition is added to DEFINITIONS (Section V): ·contract or agreement requiring insurance• means that part of any contract or agreement un- der which you are required to include the person or organization shown in the Schedule as an ad- ditional insured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs, and the "personal injury" is caused by an of- fense committed: a. After you have entered into that contract or agreement; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2007 The Travelers Companies, Inc. CG D3 82 09 07 Includes the copyrighted material of Insurance Services Office, Inc., with its permission ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDD/YYYY) ~ 12/23/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Risk Strate~es Company CONTACT Risk Strateoies ComDanv NAME: 2040 Main treet, Suite 450 PHONE 949-242-9240 I FAX Irvine, CA 92614 '"IC No Ext\: IA/C Nol: E-MAIL svounn®risk-strateoies.com ADDRESS: INSURER(Sl AFFORDING COVERAGE NAIC# www .risk-strategies.com CA DOI License No. OF06675 INSURER A: Arch Insurance Comoanv 11150 INSURED INSURERB: Pa~e & Turnbull 41 Montgome'c: Street, 8th Floor INSURERC: San Francisco A 94104 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 33429523 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER noCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIE0S. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICYEFF POLICY EXP LIMITS LTR 1ucn -.n,n POLICY NUMBER IMM/DD/YYYYI IMMIDD/YYYYl COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ -~ CLAIMS-MADE D OCCUR DAMA<.;E 1uRE,. t:U PREMISES rEa occurrence\ $ MED EXP (Any one person) $ - PERSONAL & ADV INJURY $ - ~'LAGGRD ~~~~ APDS PER GENERAL AGGREGATE $ POLICY JECT LOC PRODUCTS -COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY ~~~~~~~llNGLE LIMIT $ r-- ANY AUTO BODILY INJURY (Per person) $ r--OWNED -SCHEDULED BODILY INJURY (Per accident) $ r--AUTOS ONLY r--AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY {Per accident\ r--r--·--- $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE s r-- EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION$ $ WORKERS COMPENSATION 1 mTUTE 1 I OTH- AND EMPLOYERS' LIABILITY ER YIN ANYPROPRIETOR/PARTNERIEXECUTIVE D N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ A Professional Liability PAAEP0010801 1/1/2017 1/1/2018 Per Claim: $2,000,000 Aggregate: $2,000,000 _ _.,,,..,,,.,.,. DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Projects as on file with the insured including but not limited to Project #15193, Leo Carrillo Ranch Historic Park. CERTIFICATE HOLDER CANCELLATION The City of Carlsbad SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Liz Ketabian, Park Planning Manager ACCORDANCE WITH THE POLICY PROVISIONS. 799 Pine Ave., Ste 200 Carlsbad CA 92008-1949 AUTHORIZED REPRESENTATIVE (,,,.\ /' 7-)&,.-:,1 ,/ ;,, , .,,,,£., V j.:--/~ ···<5 A .... ...-1..•,;Vt.,..•·, I Michael Christian .,,-.•·. © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 33429523 f 17-18 PL I Sherry Young l 12/23/2016 8:24:24 AM (PDT) I Page 1 of 1 AMENDMENT NO. 1 TO AGREEMENT FOR ARCHITECTURAL SERVICES FOR THE LEO CARRILLO RANCH HISTORIC PARK STABLE RESTORATION AND NEW RESTROOM CONSTRUCTION PROJECTS PAGE & TURNBULL, INC. This Amendment No. 1 is entered into and effective as of the ~ay of <.I~ , 20~ amending the agreement dated -We"m~~r 23, 2015 (the "Agreemen by and between the City of Carlsbad, a municipal corporation, ("City"), and Page & Turnbull, Inc., ("Contractor") (collectively, the "Parties") for the Leo Carrillo Ranch Historic Park Stable Restoration and New Restroom Construction. RECITALS A. On September 23, 2015, the Parties executed a Professional Services Agreement for the Leo Carrillo Ranch Historic Park Stable Restoration and New Restroom Construction Projects; and B. The Parties desire to alter the Agreement's scope of work to include additional design services related to new code-requirements relating to structural engineering and site work; and C. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE; in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed Fourteen Thousand Five Hundred Forty- Five dollars ($14,545.00). Contractor will provide City, on a monthly basis; copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by September 23, 2016. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. City Attorney Approved Version 1/30/13 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR (Sign here) :C~ O~J'n..~1 P~ ~ \ o~J..T (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: ATTEST: ~~c~~ BARBlliENGLESON ~ City Clerk 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 following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: CELIA A BREWER, City Attorney City Attorney Approved Version 1/30/13 2 EXHIBIT "A" SCOPE OF SERVICES Task 1 -Structural Retrofit The Stable Restoration involves design and construction documents for a change-of-use from a Utility/Storage use to an Assembly Use. Options for the structural retrofit were developed and presented during the design development phase. Task 2-Disabled Access and Circulation Options for disabled access and circulation were developed and presented during the design development phase. Task 3-Conditions Assessment/Documentation Additional field investigation to compile existing conditions documentation related to the seismic and access upgrades to the building and site, as necessary to address current codes. FEE Total amendment amount shall not exceed Fourteen Thousand Five Hundred and Forty-Five dollars ($14,545.00). Hours and fee breakdown for each task are included in Attachment 1. ITEM DESCRIPTION PRICE NO. 1 Task 1 -Structural Retrofit $7,810.00 2 Task 2-Disabled Access and Circulation $2,970.00 3 Task 3-conditions Assessment/Documentation $3,765.00 TOTAL $14,545.00 City Attorney Approved Version 1/30/13 3 Attachment I Leo Carrilo Ranch Historic Park-Increase of Project Scope for Stable Fee Breakdown by Hours Role Fee Per Total Staff Member Page & Turnbu ~al I Proi. Man. Desi•ner Lesak Gorski McCarron Task Task Hours Hourly Bill Rate $ 215 $ 130 $ 85 I t of"~~~:~"" , "~' system to handle_ in-plane and ~w~·~~·a• ·~ at stone and adobe walls. Development of lateral· frame system in transverse direction. I ,, , of cladding system that integrates electrical services. I a 2 I ,, ,t of ouw•o•, ooo ,.al system for the stone retaining :'~1~rete piers ' 1 option~ at t~~::~~~~~ i-etain~~:~:~i~e I a 2 I 16 MKA ~uhrntol Task I$ 2,880 _L8 Task hou"' per pe,.,on 2 32 4 P&l" Subtotal Task $ 4,930 38 f ask lee per pe,.,on $ 430 $ 4.160 $ )40 2 i>KI;nt'l"l' t of options for entry stairs at wast end of Stable 4 2 the Stable ~~~~~ ~:;~~~~=~ t~n~o:;:'~h~ ~=r~wer portion of 4 2 ,o, ~·u~,,~,t of o~tions for the Interior Ramp to connect the exterior to the lAo •IHno omo •• Room 6 2 ~~c~~~~~l v• 'u"'~"u'l with the Civil Engineer and Landscape 2 fask: $ 3aO r "'k hourn per pernon 0 16 6 rask: $ 2.590 22 Task fee per pernon I $ $ 2,080 I$ 510 3 r,r:r.trW'Ti'F-11 I Additional Field -Time 8 I Additional As-Built Condition urawin 11me 16 8 fask: $ -'"'k 24 fask' $ ,765 27 I$ 645 I$ .12C $ - MKA rotall $ 3,260 20 T "'k hourn per pernon 0 0 P&TTotall $ ,285 87 I$ -I$ - $ - ""'~ $ 14,545 107 5/9/2016 M (A PrinciPal __ CAD $ 190 $ 100 6 3 _6 3 12 6 $ 2.280 '$ 600 I I 2 0 $ 380 $ - 0 $ -I$ - 0 0 $ -I$ - EXHIBIT 2 AGREEMENT FOR ARCHITECTURAL SERVICES FOR THE LEO CARRILLO RANCH HISTORIC PARK STABLE RESTORATION AND NEW RESTROOM CONSTRUCTION PROJECTS PAGE & TURNBULL, INC. rJ:~HIS AGREEMENT is made and entered into as of the 23r--J day of --.::,;;;d:...~--~""~~L,I;k~~q..::.._......__, 201.5., by and between the CITY OF CARLSBAD, a municipal corporat1 n, ("C1ty"), and PAGE & TURNBULL, INC., a corporation, ("Contractor"). RECITALS A. City requires the professional services of an architectural firm that is experienced in preparing plans and specifications for preservation and reconstruction of historical structures. B. Contractor has the necessary experience in providing professional services and advice related to preservation and reconstruction of historical structures in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties and the State Historic Building Code. C. Contractor has the necessary experience with historic preservation construction and advice pertaining to preservation of materials and methods and providing associated construction administration in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties. D. Contractor has submitted a proposal 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 PERFORMANCE While 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. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. 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 shall not exceed one hundred thousand forty-eight thousand one hundred dollars ($148, 100). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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". REV. 09/09/2015 8 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 City Attorney Approved Version 4/1/15 2 q 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 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. 1 0.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 1 0.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 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. 1 0.1.4 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: 1 0.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 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. City Attorney Approved Version 4/1/15 3 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 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 Name Liz Ketabian Title Park Planning Manager Department Parks & Recreation City of Carlsbad Address 799 Pine Avenue, Suite 200 Carlsbad, CA 92008 Phone No. 760-434-2978 4 For Contractor Name John Lesak Title Principal-in-Charge Address 417 S. Hill Street, Suite 211 Los Angeles, CA 90013 Phone No. 213-221-1200 Email lesak@page-turnbull.com City Attorney Approved Version 4/1/15 II 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. 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 four categories. 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 City Attorney Approved Version 4/1/15 5 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 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. City Attorney Approved Version 4/1115 6 13 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR By: Vll. ~ ~ ~-er-e)-- :fh"f\ Q\lF\3~eef..)O.., F'CZ~:?.s'~ (print name/title) By: C "-.I("V \ 'f"' ~ \. e VII\ .... t \ Se c H4w"l (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By~~ ~RT JTLEO PERSON AUTHORIZED TO SIGN (City Manager or Mayor or Division Director as authorized by the City Manager)] ATTEST: .~~£~ ~BARA ENGLESJN ---=. City Clerk 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 following two groups. Group A Chairman, President, or Vice-President Group 8 Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: City Attorney Approved Version 4/1/15 7 14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of (;t?d? fitU1 t/J CO ondep+.em/).& ~Jo/j before me, Date peffion~~ appeaffidr~7-~~0~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~0 Name(s) f Signer(s) --------it---------- who prove to me on the basis of satisfactory evidence to be the person(s) whose name(s) ~/are subscribed to the within instrument and acknowledged to me that tn3fslitr/they executed the same in l'ffsttTer/their authorized capacity(ies), and that by ~/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. :~:::::my hand a~ Signature of Notary Public Place Notary Sea/ Above -----------------------------------------------------OPTIONAL------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Do Title or Type of Docu e t: (l!,r4.~dJ.'t:fj_~~~~fL{.B~f/:f:.&f::1.&1~:L.A~~~~4.----- DocumentDate:~r-YL~~~L_ ___________ _ Signer(s) Other Than Named Above: -=======0::::=============-----------~ Capacity(ies) Cl~ed by Sign r(s) Si9ner's Name: I o r.. rn'Corporate Officer -Title(s): ------"L...L=~=---..4 D Partner - D Limited D General D Individual D Attorney in Fact D Trustee 0 Guardian or Conservator D Other: ---y----.fll't""7'.-i'r.r----::--+---Signe~Ud{fj~ Cfd Signer's Name: 4xro ~I? f!Ju~ ~Corporate Officer-Titi{S): X e:; D Partner - D Limited D General D Individual D Attorney in Fact D Trustee D Guardian or Conservator DOther: ~ Signer Is Rep~ b.iii!~ ©2015 National Notary Association· www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 EXHIBIT "A" SCOPE OF SERVICES LEO CARRILLO RANCH HISTORIC PARK STABLE RESTORATION AND NEW RESTROOM CONSTRUCTION FIXED FEE PROPOSAL I SUMMARY Phase Description Fee Per Fee by Discipline Task Structural MEP Civil Landscape Architect Engineer Engineer Engineer Architect Inspection and Assessment I 1 Design $36,715 $10,860 $6,880 $4,240 $12,700 $1,480 Development Phase Construction 2 Documents $72,505 $21,700 $5,310 $9,480 $25,770 $2,880 Phase 3 Contract $4,340 $2,630 $0 $410 $750 $550 Bidding Phase Construction Administrative 4 and $26,540 $17,080 $3,800 $1,870 $2,670 $1 '120 Management Phase Subtotal Fee $140,100 $52,270 $15,990 $16,000 $41 ,890* $6,030 E Expenses $8,000 Total Fee & Expenses $148,100 * Note that Civil Engineering fee includes site survey and SWPP, SWMP, NOI, and Erosion Control City Attorney Approved Version 4/1115 8 Cost Estimator $555 $7,365 $0 $0 $7,920 flo FEE & PERSON HOUR DETAILED BREAKDOWN Phase Description Fee Per Total Task Hours Inspection and Assessment I Design Development Phase 1.1: Gather and Review Existing Plans and Documentation on file at City_ of Carlsbad. Prepare baseline drawings for site visit 1.2: Site visit to inspect and assess the stable and all included areas of work to refine I validate the project scope 1.3: Establish all relevant Building Codes, laws and permits required. Identify energy and water conservation strategies 1 1.4: Prepare a base sheet showing the existing utilities and updated topography (approximately 0.5 acre) 1.5: Design Development level drawings, diagrams, calculation and narratives. Includes renderings 1.6: Validate project scope, budget and schedule 1.7: Meetings with City (4 incl. Kick-off, Site visit and validation of building program, progress meeting, final schematic approval) Milestone/Completion Date for Phase 1 -December 1, 2015 $36,715 253 Construction Documents Phase 2.1: 30% level drawings, outline specifications, revised opinion of costs, validate project schedule 2.2: 80% level drawings, final draft specifications, revised opinion of costs, validate project schedule 2 2.3: 100% level drawings, final draft specifications, revised opinion of costs, validate project schedule. Include final design calcs 2.4 SWMP I SWPPP I NOI I Erosion Control 2.5: Progress meetings with city staff (and pertinent sub- consultants) minimum five (5) meetings Milestone Completion Date for Phase 2-June 23, 2016 $72,505 591 City Attorney Approved Version 4/1/15 9 n FEE & PERSON HOUR DETAILED BREAKDOWN CONTINUED Phase Description Fee Per Total Task Hours Contract Bidding Phase 3.1: Provide administrative support services during bidding 3.2: Attend prebid meeting 3 3.3: Assist the City with the bid addenda 3.4: Assist the City with reviewing bids Milestone/Completion Date for Phase 3-October 16, 2016 $4,340 32 Construction Administrative and Management Phase 4.1: Attend bi-weekly job site meetings (approximately 22 over 10 months of construction). Includes field reports 4 4.2 Assist with Requests for Information (RFis) from the Contractor 4.3: Review shop drawings and related submittals 4.4: Attend final walk-through and prepare final punch list Project Completion Date-Mid-September 2017 $26,540 203 Subtotal Fee and Hours $140,100 1079 Reimbursable Expenses E Printing, Mileage, Travel, Phone Service, Postage and Delivery $8,000 Fees Total Fee & Expenses and Hours $148,100 1079 City Attorney Approved Version 4/1/15 10 IB EXHIBIT "8" HOURLY RATE SCHEDULE Page & Turnbull Founding Principal Principals Associate Principals Senior Associates Architects Associates Designers, Conservators & Planners Historians Administrative Personnel Architectural Assistants $250.00-$300.00 per hour $185.00-$250.00 per hour $130.00-$175.00 per hour $110.00-$165.00 per hour $100.00-$150.00 per hour $100.00-$125.00 per hour $75.00-$125.00 per hour $85.00-$120.00 per hour $60.00-$120.00 per hour $45.00-$75.00 per hour Krakower & Associates Structural Engineers Principal Structural Engineer CAD Costal SAGE Landscape Architecture Lead Designer Designer CAD Graphics Field Support Design West Engineering Principal Engineering Mechanical & Plumbing Engineering Senior Engineer, Mechanical Mechanical Project Manager Mechanical Designer Mechanical CAD Draftsperson Electrical Engineering Senior Engineer, Electrical Electric Project Manager Electrical Designer Electrical CAD Draftsperson $190 per hour $1 00 per hour $110.00 per hour $80.00 per hour $50.00 per hour $50.00 per hour $30.00 per hour $180.00 per hour $160.00 per hour $125.00 per hour $95.00 per hour $75.00 per hour $160.00 per hour $125.00 per hour $95.00 per hour $75.00 per hour 11 City Attorney Approved Version 4/1/15 f~ Commissioning Services Director of Commissioning Services Commissioning Agent Commissioning Engineer Energy Services Director of Energy Services Engineering Energy Services Engineer Energy Services Design Fire Protection Engineering Senior Engineer, Mechanical Fire Protection Project Manager Fire Protection Designer Low Voltage Engineering Senior Engineering, Electrical Low Voltage Project Manager Low Voltage Designer Clerical Support Michael Baker International Office Personnel Project Manager Structural Engineer Technical Manager Senior Engineer Landscape Architect Project Engineer Storm Water Engineer Design Engineer/Senior Designer/Mapper Graphic Artist Design Technician Assistant Engineer/Planner Office Support/Clerical Survey Personnel 2-Person Survey Crew 1-Person Survey Crew Licensed Surveyor Field Supervisor J.R. Conkey & Associates. Inc. Principal Project Manager Senior Cost Estimator Field Engineer Clerical Support $160.00 per hour $125.00 per hour $95.00 per hour $160.00 per hour $125.00 per hour $95.00 per hour $160.00 per hour $125.00 per hour $95.00 per hour $160.00 per hour $125.00 per hour $95.00 per hour $60.00 per hour $200.00 per hour $195.00 per hour $185.00 per hour $168.00 per hour $150.00 per hour $150.00 per hour $145.00 per hour $120.00 per hour $100.00 per hour $95.00 per hour $90.00 per hour $65.00 per hour $250.00 per hour $165.00 per hour $185.00 per hour $175.00 per hour $200.00 per hour $175.00 per hour $130.00 per hour $95.00 per hour $80.00 per hour 12 City Attorney Approved Version 4/1115 Kathy Hamilton From: Kathy Hamilton Sent: Tuesday, September 29, 2015 11:26 AM 'lesak@page-turnbull.com' To: Cc: Subject: Liz Ketabian; Shelley Collins; Donna Heraty (Donna.Heraty@carlsbadca.gov) REQUIRED CONFLICT OF INTEREST To Whom It May Concern: You are receiving this email because your company has a consultant agreement with the City of Carlsbad. The City of Carlsbad's Conflict of Interest Code requires all consultants to file a statement disclosing certain economic interests, that may foreseeably be affected materially by any decisions made, or participated in, by a designated official because of their position. To comply with this requirement a Statement of Economic Interest Form 700 "Assuming Office" is required to be filed with the City of Carlsbad City Clerk's Office. To file your Assuming Office statement, please follow the instructions below: • As reflected in the City Conflict of Interest Code-Resolution No. 2012-114 (below), the employee(s) of your company that work directly with city staff are required to complete the Statement of Economic Interest Form (Form 700). Consultants are required to claim- Category (A) Investment and Real Property Disclosure Category (B) Personal Income Disclosure Category (C) Business Entity Income Disclosure Category (D) Business Position Disclosure • Your "Assuming Office" date for this filing is September 21, 2015. • Even if there are no reportable interests, the cover page is still required to be completed with box "None" in Section 4 checked. • THE COMPLETED FORM 700 IS DUE IN THE CITY CLERK'S OFFICE BY 5:00 PM, OCTOBER 21, 2015. Mailing Address: City Clerk's Office, 1200 Carlsbad Village Drive, Carlsbad, CA 92008. • Form 700 • Form 700 Reference Pamphlet Other documents you may use as reference: • FAQ: Form 700 Disclosure • Local Gift Fact Sheet • Resolution Nos. 2012-114 and 2013-237 In addition, when your contract with the City of Carlsbad is completed, the employee(s) that filed the Assuming Office statement is/are required to file a "Leaving Office" statement, utilizing the same Form 700 and entering the date the contract ended in the "Leaving Office" date line, and submitting to the City Clerk's Office no later than 30 days following completion of the agreement. **Failure to file the Assuming and/or Leaving Office statement(s) could result in penalties assessed at $10.00 per day, not to exceed $100.00, in addition to any other penalties per California Government Section Code 91013. 1 If you have any questions or need additional information, please feel free to contact me or the Fair Political Practices Commission (FPPC} at 1-866-ASK-FPPC (1-866-275-3772). Sincerely, Donna Heraty. Donna Heraty, CMC Deputy City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 www.carlsbadca.gov P: 760-434-2808 F: 760-720-6917 donna.heraty@carlsbadca.gov Please consider the environment before printing this e-mail 2