Loading...
HomeMy WebLinkAboutPage and Turnbull; 2017-05-08; GS1553GS1553 RATIFICATION OF AMENDMENT NO . ..1.TO EXTEND THE AGREEMENT FOR LEO CARRILLO REPAIR BID DOCUMENTS SERVICES PAGE & TURNBULL This Ratification of Amendment No._1 _ is entered into as of the ~ day of May. 2018 but effective as of the~ay of ~~ , 2018, extending the agreement dated May 8, 2017 (the "Agreement") by and bet~~' City of Carlsbad, a municipal corporation, ("City"), and PAGE & TURNBULL, a California corporation, ("Contractor") (collectively, the "Parties") for Leo Carrillo Repair Bid Documents Services. RECITALS A. The parties desire to extend the Agreement for a period of one (1) year; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on May 8, 2019; and 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill GS1553 5. 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 PAGE & TURNBULL, a California corporation By: CITY OF CARLSBAD, a municipal corporation of the State of California By .tlL ~· ,,,,,t._K_e_v_i_,'---++--'-------- r?City. C tA V1> l y ii\ k-1· e:,vV; ,__ +, f-e c n±"" ,7 (print namelti~ 7 / . By , · · / ·-· / ( A,fTEST /),i./} /1,,/f (____..-/~~ ( /(.__~ \.Ja.r-max,.f(f/kJ/f,v..,__, ~ (:aign here) / Barbara Engleson Z i . _ ,,.,/ / ~ -~ ~ity Clerk ~/\-l<'-1 LC---I \j,c_'=--fz~::::11L=t::_. ... ::\, (print na~/title) 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 2 Risk Strategies Company 2040 Main Street, Suite 450 Irvine, CA 92614 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York NY 10163-4668 MAIL DOCUMENT Certificate of Insurance Delivery by ecertsonline™ Sender: Sherry Young Phone: 949-242-9240 Subject: Cert No. 39471693 -Page & Turnbull -Renewal Certificate of Insurance Date: 12/22/2017 No. of Pages: 5 URL: www.risk-strategies.com Attached is your renewal certificate of insurance. If you have any questions, please email Sherry Young at syoung@risk-strategies.com THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITYTO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED. CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE READER OF THE MESSAGE IS NOTTHE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US !MEDIATELY BYTELEPHONE, AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA REGULAR POSTAL SERVICE Certificate of Insurance Delivered by ecertsonline™ Insurance Visions, Inc. All rights reserved. ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) ~ 12/22/2017 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 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 Strateqies Company NAME: 2040 Main treet, Suite 450 ra~):>NJo i=vt1· 949-242-9240 I FAX Irvine, CA 92614 !A/C Nol: E-MAIL svounq@risk-strateoies.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# www.risk-strategies.com CA DOI License No. 0F06675 INSURER A: Citizens Insurance Company of America 31534 INSURED INSURERB: Property & Casualty Insurance Co. of Hartford 30147 Pa~e & Turnbull INSURER c : Arch Insurance Company 11150 41 Montgome8'. Streeb 8th Floor San Francisco A 941 4 INSURER D: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: 39471693 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 \MTH 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 ADDL SUBR ,~~M%~, l~~~J%~, LTR TYPE OF INSURANCE •••~n un,n POLICY NUMBER LIMITS A ~ COMMERCIAL GENERAL LIABILITY I I OB3O457135 1/1/2018 1/1/2019 EACH OCCURRENCE $$2 000 000 ~ CLAIMS-MADE D OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $$1,000,000 ~ MED EXP (Any one person) $$10 000 ~ PERSONAL & ADV INJURY $$2 000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ $4,000,000 H [Z]PRO-DLOC PRODUCTS -COMP/OP AGG $$4 000 000 POLICY JECT OTHER $ I A AUTOMOBILE LIABILITY OB3O457135 1/1/2018 f-- 1/1/2019 ~OMBINED SINGLE LIMIT Ea accident) $$2 000,000 ANY AUTO BODILY INJURY (Per person) $ f--OWNED -SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ f--- d___ HIRED ....:L NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ A d___ UMBRELLA LIAB H OCCUR 0B3O457135 1/1/2018 1/1/2019 EACH OCCURRENCE $$5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $$5 000 000 I DED I / I RETENTION $0 $ B WORKERS COMP EN SA TION I 72WECAA7WL0 1/1/2018 1/1/2019 ; I ~ffTUTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE D N/A E.L. EACH ACCIDENT $$1,000 000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E L DISEASE -EA EMPLOYEE $ $1 nnn nnn ~~s1~~t-¥rt~ ~nt~PERATIONS below E L. DISEASE -POLICY LIMIT $ $1 000 000 C Professional Liability PAAEP0010802 1/1/2018 1/1/2019 Per Claim: $2,000,000 Aggregate: $2,000,000 / DESCRIPTION OF OPERATIONS /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 Leo Carrillo Ranch Repair. City of Carlsbad is named as additional insured with respects to the general liability policy. Waiver of Subrogation applies to workers compensation policy. See attached endorsements. The above policy contains a 30-day notice provision for cancellation. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Coml)liance Services ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 4668 -ECM #35050 New York NY 10163-4668 AUTHORIZED REPRESENTATIVE .,~ ~ /4/,' / / ,,.,., . _,,:; \ 7--. ) // /,: < _A·-/, . t:-_ V ~// .. -·-. ..) --t:. .. i:.< .. ,... ,i_ •• -..... I Michael Christian © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 394"/1693 I 18-19 GL-HNOA UL-WC-PL Sherry Young I 12/22/2017 10:3~:17 AM (PST) I Page 1 of 4 Architects and Engineers The following policy language is from Businessowners General Liability Coverage Part NAMED INSURED:Page & Turnbull POLICY NUMBER:0830457135 The following are mandatory forms on the policy identified on the Certificate of Insurance: 391-1586 (08-16) BUSINESSOWNERS GENERAL LIABILITY SUPPLEMENTARY ENDORSEMENT Additional Insured by Contract, Agreement or Permit A. Section II -Liability, C -Who is an insured is amended to include as an additional insured any person or organization with whom you agreed in a written contract, written agreement or permit but only respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions; or the acts or omissions of those acting on your behalf, but only with respect to: (i) "Your work" for the additional insured(s) designated in the contract, agreement or permit including "bodily injury" or "property damage" included in the "products -completed operations hazard" only if this Coverage Part provides such coverage; (ii) Premises you own, rent, lease, or occupy; or (iii) Your maintenance, operation or use of equipment leased to you. This provision does not apply: (1) Unless the written contract or written agreement has been executed or permit has been issued prior to the "bodily Injury", "property damage", "personal injury" or "advertising injury". (2) To any person or organization Included as an Insured by an endorsement Issued by us and made part of this Coverage Part. (3) To any lessor of equipment (a) After the equipment lease expires; or (b) If the "bodily Injury", "property damage", "personal injury" or "advertising Injury" arises out of sole negligence of the lessor. (4) To any: (a) Owners or other Interests from whom land has been leased which takes place after the lease for the land expires; or (b) Managers or lessors of premises if: (i) The occurrence takes place after you cease to be a tenant in that premises; or (ii) The "bodily injury", "property damage", "personal injury" or "advertising injury" arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (5) To "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" or the offense which caused the "personal and advertising injury" involved the rendering of or failure to render any professional services by or for you. Other Insurance Primary & Non-Contributory The following paragraph is added to SECTION Ill -COMMON POLICY CONDITIONS, H -Other Insurance: Additional Insured -Primary and Non-Contributory. If you agree in a written contract, written agreement or permit that the insurance provided to any person or organization included as an Additional Insured under SECTION II -Liability, C. Who is an Insured is primary and non-contributory, the following applies: If other valid and collectible insurance is available to the Additional Insured for a loss covered under SECTION II -LIABILITY of this Coverage Part, our obligations are limited as follows: (1) Primary Insurance: This insurance is primary to other insurance that is available to the Additional Insured which covers the Additional Insured as a Named Insured. We will not seek contribution from any other insurance available to the Additional Insured except: (a) For the sole negligence of the Additional Insured; (b) When the Additional Insured is an Additional Insured under another primary liability policy; or (c) When b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. (2) Excess Insurance: (a) This insura.oce is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (i) (ii) (iii) (iv) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; That is Fire insurance for premises rented to the Additional Insured or temporarily occupied by the Additional Insured with permission of the owner; That is insurance purchased by the Additional Insured to cover the Additional lnsured's liability as a tenant for "property damage" to premises rented to the Additional Insured or temporarily occupied by the Additional with permission of the owner; or If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of SECTION II -LIABILITY. B. Exclusions, 1. Applicable to Business Liability Coverage. 39471693 I 18-19 GL-HNOA-!I' .... -WC-PL I Sherry Young I 12/22/201'7 10:3S:17 AM (j:?ST) I Page 2 of 4 (v) That is insurance available to you for your participation in any past or present "unnamed joint venture". (vi) That is any insurance you may have that provides coverage for your professional services. (b) When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (c) When this insurance is excess over other Insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (i) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (ii) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage part. (3) Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Per Project Aggregate The following changes are made to SECTION II -LIABILITY: 1. The following is added to SECTION 11-LIABILITY, D. Liability and Medical Expenses Limits of Insurance, paragraph 4: The Aggregate Limits of Insurance apply separately to each of "your projects" or each "location" listed in the Declarations. 2. For the purpose of coverage provided by this endorsement only, the following is added to SECTION II -LIABILITY, F. Liability and Medical Expenses Definitions: 1. "Your project" means: a. Any premises, site or "location" at, on, or in which "your work" is not yet completed; and b. Does not include any "location" listed in the .Declarations. 2. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and, b. Separately to each insured against whom claim is made or "suit" is brought. Waiver Of Subrogation The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization where required by written contract because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization where required by written contract. Notice Of Cancellation For any statutorily permitted reason other than non-payment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to 90 Days. AUTHORIZED REPRESENTATIVE *From Hanover Forms: 391-1445 (08116); 391-1586 (08116), 391-1003 (08116) No coverage is provided by this Notice, nor can it be construed to replace any provisions of the policy (including its endorsements). If there is any conflict between this Notice and the policy (including the endorsements), the provisions of the policy (including its endorsements) shall prevail. 394/1693 I 18-19 GL-HNOA UL-WC-PL I Sherry Young I 12/22/2017 10:35:17 AM (PST) I Page 3 of 4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA Policy Number: 72WECAA7WLO Endorsement No.: N/A Effective Date: 1/1/2018 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: Page & Turnbull 417 Montgomery Street, 8th Floor San Francisco CA 94104 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be premium otherwise due on such remuneration. 5 % of the California workers' compensation SCHEDULE Person or Organization "ANY l'l:RSON OR ORGAJ-.;IZA TION FROM WIIOM YOlJ ARE RFQUIRED BY WRITTEN CONTRACT OR AGREEMJ-:NT TO OBTAIN TI IIS WAVIER OF RIG! ITS FROM US" Job Description BLANKl·T WAIVl'R c..~_d;lfku~ Countersigned by _______________________ _ Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Policy Expiration Date: 1/1/2019 39471693 I 18-19 GL HNOA-UL-WC-P:... I Sherry Young I 12/22/2017 10:35:1} AM (?ST) I i?age 4 of 4 AGREEMENT FOR LEO CARRILLO REPAIR BID DOCUMENTS SERVICES PAGE & TURNBULL GS1553 G EEMENT is made and entered into as of the fJ f"" day of C\ , 20l1_, by and between the CITY OF CARLSBAD, a municipal '),and PAGE & TURNBULL, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in architectural consulting. B. Contractor has the necessary experience in providing professional services and advice related to architectural consulting. C. 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 one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period 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 be fifteen thousand six hundred dollars ($15,600) inclusive of reimbursable expenses. 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". Incremental payments, as applicable, shall be made on a time and material basis, categorized as outlined in the attached Exhibit "A". It is understood that the full value associated with some categories of work (i.e., Bidding, Contract Administration, Reimbursables) may not be fully expensed during the course of the project. City Attorney Approved Version 2/29/16 GS1553 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. 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. 8. 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. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. 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 attorney's fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 2/29/16 2 GS1553 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. 11. 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 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. 11.1 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. 11.1.1 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. 11.1.2 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. 11.1.3 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. 11.1.4 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. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 2/29/16 3 GS1553 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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. 11.5 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. 12. 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. 13. 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. 14. 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. 15. 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. City Attorney Approved Version 2/29/16 4 GS1553 16. 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 Steven Stewart Title Municipal Projects Manager Department Public Works City of Carlsbad Address 1635 Faraday Av Carlsbad, CA 92008 Phone No. (760) 602-7543 For Contractor Name Drew Gorski Title Project Manager Address 417 South Hill Street, Suite 211 Los Angeles, CA 90013 Phone No. (213) 221-1200 Email gorski@page-turnbull.com 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. 17. 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. 18. 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. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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 (1 0) 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 City Attorney Approved Version 2/29/16 5 GS1553 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. 21. 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 under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. 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. 23. 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. City Attorney Approved Version 2/29/16 6 GS1553 24. 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. 25. 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. 26. 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. Ill /II Ill /II /II City Attorney Approved Version 2/29/16 7 GS1553 27. 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: CITY OF CARLSBAD, a municipal corporation of the State of California By: ~j Elaine Lukey /~rks Director as authorized by the City Manager --~~~~~~~~~~~-~~z- 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 BY: __ +~==~~~~~~----- Deputy City Attorney City Attorney Approved Version 2/29/16 8 EXHIBIT "A" SCOPE OF SERVICES LEO CARRILLO RANCH REPAIR BID DOCUMENTS Phase 1: Scope Confirmation Phase II: Preparation of Bid Documents Phase 1&11: Reimbursables Phase Ill: Bidding Phase IV: Construction Administration Phase III&IV: Reimburables TOTAL (Not-to-Exceed) 9 Exhibit A GS1553 TIME & MATERIALS $3,800 $7,500 $ 400 $ 1,000 $2,400 $ 500 $15,600 p February 16, 2017 Steven Stewart Municipal Projects Manager Public Works Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 l, Via email: Steven.Stewart@carlsbadca.gov Re: Leo Carrillo Ranch Historic Park 1 Preparation of Bid Documents for Maintenance and Repair Project [P17044] Exhibit A GS1553 Thank you for considering Page & Turnbull to provide historic architectural services at Leo Carrillo Ranch Historic Park located at 6200 Flying Leo Carrillo Lane in Carlsbad. Page & Turnbull is currently providing historic architectural services to rehabilitate the stables and reconstrucUadaptively reuse the chicken coop at the park. Leo Carrillo Ranch Historic Park, listed in the National Register of Historic Places and a California Historical Landmark, underwent comprehensive rehabilitation prior to the opening to the Park in 2003. Cyclical maintenance and repair is needed to address deterioration and general weathering at select buildings and locations around the site. A task list of maintenance and repair items was prepared by the Ranch's Special Projects Manager and a local contractor in 2016. Estimated construction costs were prepared as part of the budgeting process for the City's Capital Improvement Program (C.I.P.). Once funding becomes available, the City intends to seek bids from a minimum of three (3) qualified contractors directly. In support of procuring bids, the City has engaged with Page & Turnbull to prepare bid documents for the previously identified repair and maintenance items. Additionally, our proposal includes optional services for assistance with the project during bidding and construction administration. The preparation of bid documents will be completed in two phases: a scope confirmation phase and a bid documents phase. During scope confirmation, we will complete a site visit to verify repair quantities, work limits, and repair approaches. Following scope confirmation, we will develop bid documents that can be used to solicit bids from contractors. All repairs will be designed and constructed per The Secretary of the Interiors Standards for the Treatment of Historic Properties (the Standards), with a focus on the Standards for Preservation which apply to stabilization and on-going maintenance of historic materials and features. Exhibit A includes a summary of the base phases and their associated tasks. Assistance during bidding and construction administration are included in our proposal as optional services and shown in Exhibit B. 10 p Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 2 Exhibit A GS1553 Page & Turnbull has over 40 years of experience providing historic preservation consulting services in cities and communities throughout California. Our Los Angeles office is staffed with preservation architects and conservators who have extensive experience with the preservation and maintenance of vernacular buildings and materials. Page & Turnbull proposes completing the base phases within 8 weeks of authorization. The total fee to provide scope confirmation and bid documents per Exhibit A would be $11,300.00. Additionally, we estimate reimbursable expenses to not exceed $400.00. Optional services for bidding and construction administration shown in Exhibit 8 would be $3,400.00. Additional reimbursable expenses to not exceed $500.00. The following attachments are included in this proposal: • Exhibit A-Scope of Services (Base Phases) • Exhibit B-Scope of Services (Optional Phases) • Exhibit C -Cost Breakdown and Preliminary Timeline • Page & Turnbull's Professional Fee Schedule We appreciate the opportunity to collaborate with you. Drew Gorski will be the Project Manager and main contact for this effort. If you have any questions regarding this proposal, please contact Drew (gorski@page-turnbull.com, 213-221-1206) or me (lesak@page-turnbull.com, 213-221-1203). Page & Turnbull understands that our services will be secured under a standard City of Carlsbad contract with the same Terms and Conditions as our existing contract. 'l'u PAGE & TURN!?LJt:~ /f' / / // /// i/~'1 /1 ~/ ·j // / / 'P /L. f/L-/ By c__,/ .. . . ' Johr(b. Le~AIA, FAPT, LEED AP p-~·lifornia Architect License No. C26607 I Dated February 16, 2017 . ::1 1 . 2Al f ;1 11 Exhibit A GS1553 Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 3 EXHIBIT A I SCOPE OF SERVICES (BASE PHASES) Page & Turnbull will provide base architectural services to the City of Carlsbad (Client) based on a task list developed by the Ranch's Special Projects Manager and a local contractor familiar with the Ranch in 2016. The following nine (9) buildings and features are included in the task list: ~~~~~,=~ ~~~-~~~ = ~ r···i-·Ra:c:re·nd~i························· ······························ ········r···a·:··ca:nt"i·n·a ···············------------·······················----------------·················! i t··-4·~·-vvai;h·-·Hou·s·e··---------------------------------------------------------------··t···g-~·-vii·ncJ"mTir··s·a·se·------------------------------------------------------------------~ L. .... ----------------------------·················--·---------------------------·····················-------------+-----·························-----------------------····························---·-----------······················! 1 5. Cabana . . L ................................ --------------······························-.. ··--------------·-··················1·······--·--------------······································--·------------·························---------------·j The Client's tasks are numbered 1 through 31. Task 6 has been excluded from our scope. It has been included in a different project at the Hacienda. Based upon our understanding of the project, we have developed the following work plan for the base scope of services: PHASE 11 SCOPE CONFIRMATION I) '\G L' f :r 1', 1.1 Scope Confirmation Site Visit. Page & Turnbull will visit the site to confirm tasks items provided by the Client. Information will be recorded by hand sketches and through digital photographs as a basis for bid documents. The purpose is to determine repair quantities, work limits, and repair approaches. Information gathered will be limited to visual observation; non-destructive evaluation and inspection openings are not included in the assessment. 1.2 Field Notes. We will prepare hand written field notes that clarify the repair treatments provided in the Client's task list. A review call will be scheduled to discuss the field notes and preparation of bid documents. Phase 1 De/iverables: • Field notes confirming repairs • Meeting Minutes from review call U NBlJLL ; i2JO f !3.22' !209 12 Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 4 PHASE 2 I BID DOCUMENTS Exhibit A GS1553 2.1 75-Percent Bid Documents: Page & Turnbull will prepare 75-percent bid documents consisting of the following: cover sheet, site plan, photographs, outline repair narratives with product information, and repair quantities. As required, hand sketched details may be used to augment photographs and narratives to illustrate the work. A bid document consisting of letter (8.5" x 11 ") and/or legend (11" x 17") sized pages is proposed. Bid documents will be coordinated with the "front-end" information prepared by the Client. Repair scopes will be organized by materials that resemble the Construction Specifications Institute (CSI) divisions. We anticipate providing repair scope related to the following items: • Concrete, including crack repair of concrete surfaces; • Masonry, including adobe repair and resetting stone and brick; • Wood, including exterior wood repair and restoration; • Thermal and Moisture Protection, including: clay tile repair, reroofing, and gutters; • Openings, including maintenance of hardware; and • Finishes, including: maintenance of brick flooring, plaster repair at cracks, and painting. 2.2 Client Review and Meeting: Following review by the Client, Page & Turnbull will have a call with the Client to address any comments on the 75-percent bid documents. 2.3 1 DO-Percent Bid Documents: Revised bid documents, addressing any comments, will be submitted for bidding use. 2.4 Contractor Invitation to Bid: As requested, Page & Turnbull will assist Client with selecting qualified bidders for the project. 2.5 Coordination Calls: Page & Turnbull will participate via teleconference in up to three (3) meetings with the Client during the Bid Documents Phase. Phase 2 Deliverables: • 75-percent bid documents set for Client review • 1 DO-percent bid documents set incorporating any comments. A written comment response will be provided, summarizing modifications to the documents or clarifications . ,:I :s.;>?: .. I' >I 13 1) 1A Exhibit A GS1553 Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 5 EXHIBIT B I SCOPE OF SERVICES (OPTIONAL PHASES) Page & Turnbull will provide the services outlined in the Bidding and Negotiation and Construction Administration Phases at the request of the Client. PHASE 31 BIDDING 3.1 Pre-Bid Walk-Through: Page & Turnbull will attend a pre-bid walk-through at Leo Carrillo Ranch Historic Park with contractors. 3.2 Addenda: Page and Turnbull will prepare bid addenda to address contractor questions and clarify the scope of the project. Phase 3 Deliverab/es: • Pre-bid meeting minutes • Addenda, as required PHASE 41 CONSTRUCTION ADMINISTRATION F 4.1 Preconstruction Conference: Page & Turnbull will attend a kick-off meeting for the construction at Leo Carrillo Ranch Historic Park. 4.2 Requests for Information <RFI) and Submittal Review: Page & Turnbull will respond to RFis issued by the contractor and review project submittals, including product data and samples. 4.3 Progress Meetings: Page & Turnbull will attend up to two project meetings at the site to "walk" the project with the Client and contractor. Site observation field reports will be prepared following each progress meeting. At the request of the owner, a punch list of items will be completed and will be documented in written and photographic format. Phase 4 De/iverables: • Construction kick-off meeting minutes • Site observation field report • RFI responses and submittal reviews • Punch list, if required TURNBlJLL \VVI'l! .p\.H]C:--tufnb ... .}'~·"-'"701">1 14 I) .A Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044) Page 6 ASSUMPTIONS AND EXCLUSIONS 1. Civil, structural, mechanical, electrical, and plumbing engineering services. 2. Hazardous material identification and abatement design. 3. Cost Estimating. 4. Non-destructive evaluation and inspection openings. 5. Laboratory testing of existing materials. 6. Trial repairs. 7. City Review and Permitting. Exhibit A GS1553 8. All deliverables will be provided in electronic format only, unless otherwise noted. E u NBULI, Co!if•>rn~o YO(J ~ 15 Exhibit A GS1553 Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 7 EXHIBIT C-COST BREAKDOWN AND PRELIMINARY TIMELINE PROFESSIONAL FEES Compensation for Scope of Services described in Exhibit A will be billed on a percent complete basis for a professional fee of $11.300. Fees for base services are allocated to individual phases as noted below. Phase 1 1 Scope Confirmation ...................................................................... $3,800.00 Phase 2 1 Bid Documents ............................................................................... $7.500.00 Base Service Total ,,, ...................... ,,,,,,,,,,,.,,,,,,,,.,,. ,,,,,, $11 ,300.00 Reimbursable expenses will be billed in addition to the contract maximum and are expected to not exceed $400.00 for Phases 1 and 2. Refer to the attached Professional Fee Schedule. Compensation for the Optional Scope of Services described in Exhibit B will be billed on a time and materials, not to exceed, basis for a professional fee of $3.400.00. Fees for base services are allocated to individual phases as noted below. Phase 31 Bidding ............................................................................................ $1000.00 Phase 4 1 Construction Administration ............................................................ $2400.00 Optional Services Total ............................... , ..................................... , ....... $3,400.00 Additional reimbursable expenses of $500 is included for the optional phases. KEY STAFF HOURLY RATES Other additional services not specifically outlined above will be billed on a time and materials basis at the following rates: AGE 4 1 / S()Uih Hill John D. Lesak, Principal I Architect .................................................... $220.00 per hour Drew Gorski, Project Manager I Architect... ........................................ $140.00 per hour Alice Custance-Baker, Conservator ...................................................... $85.00 per hour Other staff may be assigned to the project as deemed necessary. TURNBU L 16 PLAi'~NI PRESERV,AJION Exhibit A GS1553 Leo Carrillo Ranch Historic Park. Preparation of Bid Documents for Maintenance and Repair Project [P17044] Page 8 All key professional staff working on this project meets or exceed the Secretary of the Interior's Professional Qualification Standards for Historic Architecture, Architectural History, or History. PRELIMINARY SCHEDULE We anticipate initiating services on this agreement within 7 days of receipt of a signed contract. We anticipate delivering 75-percent bid documents within 6 weeks. The schedule is dependent upon response from the Client, site accessibility, availability of project materials, availability of staff, and other factors. UR BlJLL $: .. :c 2l: 17 f 21 RE Pi..l\i'H~ING & K:ESE.ARC~ PR!SfR\/ PROFESSIONAL FEE SCHEDULE Founding Principal Principals Associate Principals Architects Designers, Conservators & Planners Historians Administrative Personnel Architectural Assistants $275.00-$350.00 per hour $220.00-$275.00 per hour $1 50.00-$220.00 per hour $120.00-$1 60.00 per hour $ 85.00-$140.00 per hour $ 85.00-$140.00 per hour $ 80.00-$150.00 per hour $ 70.00-$ 90.00 per hour Reimbursable expenses shall be billed at cost plus I 0% and include the following: Cost of printing or duplication of drawings, specifications, reports and cost estimates. Toils, parking fees, and local travel charged in accordance with IRS code. Long distance telephone service and facsimile charges. Exhibit A GS1553 u Cost of models, special renderings, photography, special printing of publications, maps, and other supplies required for the project. Postage and delivery charges. Fees for local licenses and permits required to perform professional services. Travel, lodging, subsistence and out-of-pocket expenses for authorized travel in connection with contract services. Fees for consultant services and subcontractors retained with approval of client. Effective I (2_0 17 Subject to annual review and adjustment PLANNING & RESEARCH TECHNOLOGY 417 Montgomery Street, 8'' Floor, Son Francisco. Cf\ 94104 T 415.362.51 54 F 415.362.5560 www.page·turnbull.corn 18