Loading...
HomeMy WebLinkAboutCardwell/McGraw Architects; 1997-01-08;EXTENSION OF AGREEMENT FOR LIBRARY DESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT The agreement dated January 8, 1997 for the necessary library design architecture services for preparation of final plans, specifications, and construction documents needed for the Carlsbad Library project between the City of Carlsbad, a municipal corporation and CARDWELUMcGRAW ARCHITECTS is hereby extended for a period of one year ending on January 8,200l. All other provisions in the original agreement shall remain in full force and effect. All insurance policies to be maintained by Contractor shall be extended to include coverage for this extension period. CITY OF CARLSBAD, a municipal CONTRACTOR: CAROdeLL}/MCGRAd #k4t+rrecrs (name of Contractor) (print name/title) corporation of the State of California ATTEST2 ALWHA L. RAUTENKRANZ CityClerk LORRAINE M. WOOD City Clerk l/18/00 - DATE (Proper notarial acknowledgment of execution by must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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: RONALD R. BALL City Att 4 ney 1 O/l 6195 State of California San Diego > ss. County of On January 7 3 *Ooo , before me, Mary Ellen Fromson, Notary Public Dale Name and Title of Officer (e.g.. ‘Jane Doe. Notary Pub@) personally appeared Kennon W. Baldwin and T.R. Breunich, Jr. , Name(s) of Signer(s) E[a(personally known to me Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) k/are subscribed to the within instrument and acknowledged to me that #&t-re/they executed the same in &%#MWtheir authorized capacity(ies), and that by i&m/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above WITNESS my hand and official seal. 7k44aL2- Signature of Notary PuMic OPTIONAL Though the infomation below is not r$?quired by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Extension of Agreement for !-i brary Desi gll Sew i CeS for the Carlsbad City Library Project Document Date: January 8, 1997 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - q Limited 0 General Cl Attorney in Fact 0 Trustee •i Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Association -9350 De Solo Ave.. RO. Box 2402 * Chalsvmth. CA 91313-2402 Pmd. No. 5907 Reorder: Call T&Free l-SOO-8766827 AMENDMENT NO. 9 TO AGREEMENT FOR LIBRARY CONSTRUCTION PHASE ARCHITECTURAL SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 13th day of September, 1999, amending the agreement approved January 21, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelllMcGraw, Architects, hereinafter referred to as, “Contractor” for construction phase architectural services for the Carlsbad City Library project, hereinafter referred to as the “Project.” RECITALS WHEREAS, the initial agreement, approved January 21, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement have mutually approved prior Amendments Nos. 1 through 8 inclusive to provide construction phase architectural services during the construction of the Project; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include additional construction phase architectural services to the Project related to supplemental review of drawings and field installation of materials and continuing construction phase services due to the City Contractor’s extended completion schedule; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide the services outlined in attached Exhibits “1 and 2” inclusive dated May 19, 1999 and July 19, 1999, respectively, incorporated by reference and 1 9/l I/96 made a part hereof. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on an hourly, time and materials basis, not to exceed a total of $78,000 as described in attached Exhibits “1” and “2” inclusive. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 21, 1997 agreement with City. 3. All other provisions of the aforementioned agreement entered into and approved on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD a CardwelVMcGraw, Architects Inc, Partn (sign here) Kennon W. Baldwin, Its President (print name/title) By: (si& here) City Clerk LORRAINE M. WOOD, Deputy City Clerk October 22, 1999 Theodore R. Breunich, Its Secretary DATE (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) 2 9/I l/96 APPROVED AS TO FORM: RONALD R. BALL City Attorney 9/l l/96 Car-dwell McC-w krchilezs May 19, 1999 Mr. John Cahill Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, Ca. 92009-4859 Subject: Proposal for Additional Professional Services Carlsbad Library M/BA Project No. 96013 Dear Mr. Cahill: Cardwell/McGraw Architects is please to submit this proposal for additional professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed additional services are as follows: Additional site visits to review work in progress to insure work installed complies with the contract documents and changes in the work authorized by changes order. Extended Construction Administration services due to Contractors delay in completion of the work. PROJECT TEAM Architecture: CardwelllMcGraw Civil Engineering: Blaylock Engineering Group Structural Engineering: Blaylock Engineering Group Mechanical Engineering: Sevier Siskowi Engineers Electrical Engineering: Van Buuren Kimper Engineering Landscape Architecture: Sprulock Poirier COMPENSATION FOR SERVICES We propose to provide the professional services outlined on a Time and Materials basis as an adjustment to our fee cap during construction administration not to exceed Sixty Four Thousand Five Hundred dollars ($64,500). Fees indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorization from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Project and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates This proposal voids our proposal of April 14, 1999. If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. :/L ; 5,. :’ IIf i , ‘,,, I/, ., iI : _ ‘, . : ; , /, ‘, May 19,1999 Mr. John Cahill CMA Project No. 96013 Page two - Shoirld you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. Very truly yours: Agreed to: McGraw/Baldwin Architects City of Carlsbad Kennon W. Baldwin AIA President Name Date cc: T. Breunich, File Cl .I -,.-,._, ,‘.,_ ,_F CardwelllMcGraw Architects Carlsbad Library SHEET / FEE WORKSHEET Extended Construction Admin. Services due to Contractor’s delay in completion of the work. PROJECT NUMBER: 96013 PRINT DATE: 19May-99 FILENAME: s:\projad\96013\admin\SKTFEE6,wk4 PROJECT HOURS Total TASK TITLE Principal Project Project Job Drafts Total Hours Manager Ardla!ct Captain Person Clerical Hours Per RATE $130.00 $105.00 ~ $90.00 $75.00 $60.00 =@x!-- __= ___ Sheet p_ CA CONSTRUCTION SERVICES 1 [ CAFEE t Construction Adminstration 70 140 245, 66 - -.s!!L :. TOTAL HOURS CA TOTAL CA FEE: SUB -TOTAL FEE (Architectural) FEE (Cost estimating) FEE (Civil) FEE (Landscape) FEE (Mechanical ) FEE ( Electrical) FEE (StNCbd) 0 0 0 0 a6 J.1 ___-- $4,300 $50,150 ___~- d!? 32.040 $1,500 $3.420 $3,000 53,400 so -_ IV - TOTAL FEE B/N CA CONSULTANTS SO SO so 80 SO Tr. $13,360- __ TOTAL CONSULTANT FEE S13,360_ TOTAL COMBINED FEE A iI E $63,510 - _____ TOTAL REIMBURSABLE EXPENSES ESTIMATED 1 $1,000 TOTAL FEE PLUS ESTIMATED REIMBUSABLES $64,510 1 Cardwell, McGrgw Architecrs SCHEDULE OF HOURLY BILLING RATES: (Effective March 1,1995) Principal $130.00 Senior Associate 105.00 Project Architect 90.00 Architect 75.00 Job Captain 75.00 Drafter 60.00 Clerical 50.00 Reimbursable Exuenses Reimbursable expenses are actual expenses made by the Architect, the Architeds employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project: living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. S.\TEMPCATEWROJMGBURATE.SbA4 .-. < __. ,‘L _ -1 _ __ _.:‘.. I I (Y ” ,- ^ ! ‘,, j ” ,d d!,‘. 3-l4:/,-, * . &-2ciii ., Arch i-k,-ts July 19, 1999 Mr. John Cahill Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, Ca. 920094859 Subject: Proposal for Additional Professional Services Carlsbad Library M/BA Project No. 96013 Dear Mr. Cahill: CardwelVMcGraw Architects is please to submit this proposal for additional professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed additional services are as follows: Additional site visits to review work in progress to insure work installed complies with the contract documents and changes in the work authorized by changes order. Extended Construction Administration services due to Contractor’s delay in completion of the work, for the period of July 5, 1999 to September 1, 1999. PROJECT TEAM Architecture: McGraw/Baldwin Architects COMPENSATION FOR SERVICES We propose to provide the professional services outlined on a Time and Materials basis as an adjustment to our fee cap during construction administration not to exceed Thirteen Thousand Five Hundred dollars ($13,500). Fees indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorization from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Project and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates This proposal voids our proposal of April 14, 1999. If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. :I, ,, I iI< I ,/‘,,“,’ ./ . I .‘, __ ,, 1. s ., ‘., II July 19, 1999 Mr. John Cahill CMA Project No. 96013 Page two Should you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. Very truly yours: Agreed to: McGraw/Baldwin Architects City of Carlsbad + wst&a&~ Kennon W. Baldwin AIA President Name Date cc: T. Breunich, File Cl.1 CardwelllMcGraw Architects Carlsbad Library SHEET I FEE WORKSHEET Extended Construction Admin. Services due to Contractor’s delay in completion of the work. PROJECT NUMBER: 95013 For the period of July 51999 to September I, 1999 PRINT DATE: 19-J&99 FILENAME: r:\projacW5013hdmin\SHTFEE7.wk4 PROJECT HOURS _____- ._~.~~ Total TASK TITLE Principal c Projea Job DraRS Total Hours Manager ArChMU Captain Parson CkTlWl Hours Per RATE $130.00 $105.00 $90.00 t75.90 560.00 $50.00 Sheet n-- u_ /CA COt4.STRlJCTiON SERVICES / CAFEE I I / / Construcbcn Adminstration 20 90 25 135 0 n. u I I 01 0 n TOTAL HOURS CA TOTAL CA FEE: SUB - TOTAL FEE (Architectural) FEE (Cost estimating) EEC ,Pi”il\ FEE (Landscape) FEE (Mechanical ) FEE ( Elacbiwl) FEE (Structural) so so t: so Cr. TOTAL FEE B/N CA CONSULTANTS TOTAL CONSULTANT FEE TOTAL COMBINED FEE A 6 E TOTAL REIMBURSABLE EXPENSES ESTIMATED TOTAL FEE PLUS ESTIMATED REIMWSABLES 9” SO so so so Jo $0 $0’ S, 3.3E $209 $13,500{ 1 CzrGw~lL l\/IC'~C~W AfCnlrzz:s I' 1 - SCHEDULE OF HOURLY BILLING RATES: (Effecthe March 1,1995) Principal 3130.00 Senior Associate 105.00 Project ArMted 90.00 Arcfiikt 75.00 Job Captain 75.00 Drafter 60.00 Clerical 50.00 Reimbursaole Exnenses Reimuursabie expenses are actual expenses made by the Architect the Architects employees and consultants in the interest ai the Prujecz and in&de. but are not limited to the foilowing exnenses: 1. Exuenses of transportation in wnnec3on with the Pfujecz living excenses in ccnne&on wit? out-of-town uavef ana long distance c2mmunlcadons. as aooroved by, ana negodarea with Cwner. 1 L. Expenses of reoroduczons inaucing ptotingknnnng ai CAD files ana other e!etzronlc aata. postage. ae!ivery ana hanaling oi arawlngs ana other documents. Expenses of data pmcessing and photograahic pmdution t%?niques when used in csnnetzion wirh Additional Services. _ When authorned by the Owner in writing, excense of cvemme won< reauiring nlgner :han regular rates. i?e!mcunaole cxnenses snail ‘se biileo at czsf i 15% aamlnlsrranon cz%s. _ - : __. ‘- - _.I - - 1 .- .- State of Q.&QlYM ia County of %h D+q0 On Od.\i! ISSq" personally appeareI%eo&Z t& rsonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the perso@ whose nams&&#@ubscribed to the within instrument and acknowledged to me that h&he4 same in his&&!uthorized wignaturen the instrument the person@, or the entity upon behalf of which the person@acted, executed the instrument. WITNESS my hand and official seal. ” Signature oi Notaly Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: 0 Individual Cl Individual 0 Corporate Officer 0 Corporate Officer Title(s): Title(s): 0 Partner - q Limited 0 General 0 Attorney-in-Fact 0 Partner - 0 Limited 0 General q Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I I I I 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I I I I I’ I I 0 1995 National Notary Association * 8236 Remmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-8827 October 14, 1999 TO: VIA: FROM: RE: CITY MANAGER OMMIJNITY DEVELOPMENT DIRECTOR MUNICIPAL PROJECTS MANAGE F AMENDMENT NO. 9 TO AGREEMENT FOR CARLSBAD CITY LIBRARY PROJECT ARCHITECTURAL SERVICES CONTRACT Attached are 3 copies of Amendment No. 9 to our master agreement with Cardwell - McGraw Architects for architectural services for the Carlsbad City Library Project. This will be the final amendment of this contract and essentially concludes their scope of work on the project. These services reflect the architect’s, as well as all of their principal subconsultants’ (civil, electrical, mechanical, landscape, and structural), additional work due to the contractor’s extended construction period. The contractor secured his occupancy approval from the Building Department on September 1, 1999. We forwarded to the contractor the required “Notice of Substantial Completion” the same day. We are intending to recover these costs, along with other related delay costs incurred by the City, from the contractor’s retention. The total cost of Amendment No. 9 is $78,000. This amount is well under the 25% limitation on consultant agreement increases which under the City’s public contracting ordinance authorizes the City Manager to execute these type of amendments. I discussed this with the Purchasing Officer on Wednesday, October 13” and she agrees. Please sign all 3 copies of this Amendment and forward to: 1. City Manager 2. City Attorney 3. City Clerk 4. Return to Community Development enclosure: 3 copies of Amendment No. 9 for Car-dwell - McGraw Architects - AMENDMENT NO. 8 TO AGREEMENT FOR LIBRARY CONSTRUCTION PHASE ARCHITECTURAL SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 2!jth day of May, 1999, amending the agreement approved January 21, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for construction phase architectural services for the Carlsbad City Library project, hereinafter referred to as the “Project.” RECITALS WHEREAS, the initial agreement, approved January 21, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement have mutually approved prior Amendments Nos. 1 through 7 to provide construction phase architectural services during the construction of the Project; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include additional construction phase architectural services to the Project related to supplemental review of casework drawings and field installation of materials; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide the services outlined in attached Exhibit “1” dated March 31, 1999, incorporated by reference and made a part hereof. 2. City shall pay Contractor for all work associated with Paragraph 1 above, for 1 9/l l/96 a fixed fee of $8,400 as described in attached Exhibit 1. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 21, 1997 agreement with City. 3. All other provisions of the aforementioned agreement entered into and approved on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD, a municipal Cardwell/McGraw, Architects By: k?pLw.mrn~~* ’ (sign here) Kennon W. Baldwin, President McGraw/Baldwin Architects Inc., PartnerATTEST: (print name/title) KAREN R. KUNDTZ, Assistant City Clerk (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney . City Attorney 9/l l/96 Cdl wvt311/ w.;u dvv Arcr 11itsx5 March 31. 1999 Mr. John Cahill Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, Ca. 92009-4859 ’ Subject: Proposal for Additional Professional Services Carlsbad Library MlBA Project No. 96013 Dear Mr. Cahill: CardwelllMcGraw Architects is please to submit this proposal for additional professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed additional services are as follows: Two (2) additional reviews of casework shop drawing submittal, beyond that as defined in Specification Section 01300, Submittals, Part 1, par.l.02, C, 6, field verification of Contractor fabricated casework installed prior to approval of shop drawings, this to verify compliance with the contract documents. Lath and Plaster Information Bureau site visit to review stucco in place. PROJECT TEAM Architecture: CardwelVMcGraw Consultant: Lath and Plaster Information Bureau COMPENSATION FOR SERVICES We propose to provide the professional services outlined for a fixed fee of Eight Thousand Four Hundred dollars ($8,400). Fees indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorization from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Project and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. ,‘r 11 Ii ! ;1lf:l:l. SUliC 200 .,,ii.l~I~‘~/Il,~:A92101 8101 Ihl’Ji:“il 0751 f AX(R19)231-438ty ~Iltl,l,r II / iii,, March 31, 1999 -* Mr. John Cahill CMA Project No. 96013 Page two Should you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. Very truly yours: Agreed to: McGraw/Baldwin Architects ’ City of Carlsbad Kennon W. Baldwin AIA President Name Date cc: T. Breunich, File Cl .I S \PROJEClWPROJW3O13\ADMIMADSERVOSSAM Cardwt4l lMcGraw Architects CardwelUMcGaw Architects - Carlsbad Library SHEET I FEE WORKSHEET Addmonal Review of Casework Shop Drawings and Field Verification of Casework installed. PROJECT NUMBER. 96013 PRINT DATE: 31-Mar-99 FILENAME: s:\projed\96013Wmcn\SHTFEES.wk4 --. -----~ ~___--. .-~ -_-~~----- .-~.--~ ___--. . ..-.----p- PROJECT HOURS .=zz=__- Total TASK TITLE Principal Project projea Job Drafts Total Hours Manager Arch&d Person Clerical Hours Per ____~-- Captain __-- __ RATE t130.00 $105.00 $90.00 $75.00 $60.00 $50.00 Sheet ______- ~____~ ^ .-’ ----- --.A CA CONSTRUCTION SERVICES I / CAFEE i, -- Review of Casavmrk shop drawings 48 24 2 30’ .-__ DESIGN MEETINGS (2) 0 Fkld Review casework installed 40 -__ 2’ ~___ 42 CONSULTANT MEETINGS - --- -0, --.FLOOR PLAN .__ 0 CONSTRUCTION OBSERVATION SERVICES 0 _____. __~- --~--~ 0 __ __--_~-. _--__ ~--~-~ 0 --.~___--__ -____-.-- I 0. - ^ ---G U, TOTAL HOURS CA TOTAL CA FE E: SUB -TOTAL FEE (Architedural) FEE (Cost estimating) CFF ICivil, ---2 - 4:r 64: o:T-----$ 0 4 ‘! 72!! 5520 / $6.720 I SOi SO. -,-t SZOOJ S7.4401! 3520 S66.720 SO! so $200 $7,446 $0 sn FEE (Landscape) SO FEE (Mechanical ) so FEE ( Electrical) SO’ FEE (Stfudural) - Lath and Plaster Information Bureau s6z -- w TOTAL FEE BIN CA CONSULTANTS so $0 $0 60 $0 -$o S TOTAL CONSULTANT FEE SE, TOTAL COMBINED FEE A 6 E 56.646 TOTAL REIMBURSABLE EXPENSES ESTIMATED $380 ! [ TOTAL FEE PLUS ESTIMATED REIMBUSABLES S8,4001 SCHEDULE OF HOURLY BILLING RATES: (Effective March 1, 1995) Principal $130.00 Senior Associate 105.00 Project Architect 90.00 Architect 75.00 Job Captain 75.00 Drafter 60.00 Clerical 50.00 Reimbursable Expenses Reimbursable expenses are actual expenses made by the Architect, the Architects employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project; living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. S.\TEMPLATE\PROJMGMTlLLRATE.SAM WY I t2 z z .- i ii $5 L .- SQ zn 0 0 . 0 0 \D s ‘.. ... -. . . - - CALIFORNIA ALL-PURPOaE ACKNOWLEDGMENT . State of @di~ni~ County of 4;aM D&o On J D’t’~Mnon personally appeared Name(s) of Signer(s) 8 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persot@ whose namepare subscribed to the within instrument and acknowledged to me that lae&e@@executed the same in eauthorized capacity&Jj, and that by gnatur@n the instrument the persot@)? pon behalf of which the persoaacted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): q Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee Cl Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: Cl Individual 0 Corporate Officer Title(s): 0 Partner - II Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 t 995 National Notary Association * 6236 Remmet Ave., P.O. Box 7164 * Canoga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 P June 24,1999 TO: CITY MANAGER VIA: PQ OMMIJNITY DEVELOPMENT DIRECTOR FROM: MUNICIPAL PROJECTS MANAGE RE: AMENDMENT NO. 8 TO DESIGN AGREEMENT FOR CARLSBAD CITY LIBRARY PROJECT Enclosed are 3 copies of Amendment No. 8 to our design agreement with architects Cardwell - McGraw for the Carlsbad City Library Project. This amendment is required for the architects to perform additional review of resubmitted casework drawings and related casework field verification requirements from the prime contractor’s subcontractor. The total cost for this effort is $8,400. Our specifications (Section 01300, Submittals, Part 1, par. 1.02, C. 6.) contain express language finding the contractor obligated to reimburse the City for all shop drawing review costs in excess of those specified in the documents. The casework subcontractor has made 4 submittals of shop drawings (normal is 1 to 2) and has required an increased level of effort for our architects to field verify their work. In addition, their quality control has been at times horrible requiring further effort from our team to oversee this subcontractor’s work. These costs are reimbursable to the City and it is our intention to deduct these costs from the contractor’s retention at the end of the job. Please sign all 3 copies of this amendment and forward on to: 1. City Manager 2. City Attorney 3. City Clerk 4. return all 3 copies to Community Development enclosure: 3 copies of Amendment No. 8 AMENDMENT NO. 7 TO AGREEMENT FOR LIBRARY CONSTRUCTION PHASE ARCHITECTURAL SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 10th day of February, 1999, amending the agreement approved January 21, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelllMcGraw, Architects, hereinafter referred to as, “Contractor” for construction phase architectural services for the Carlsbad City Library project, hereinafter referred to as the “Project.” RECITN ,S WHEREAS, the initial agreement, approved January 21, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement mutually approved Amendment No. 4 to said agreement on October 7, 1997 for Contractor to provide construction phase architectural services during the construction of the Project; and WHEREAS, the parties to this aforementioned agreement have previously mutually approved Amendment Numbers 5 and 6 for Contractor to provide supplemental construction phase architectural services during the construction of the Project; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include additional construction phase architectural services to the Project related to supplemental structural engineering services and design modifications to the main entry floor finish; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; 1 9/l l/96 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide, or cause to be provided by others, modifications to the Project plans and specifications consistent with the City’s proposed changes to the floor finish in the main entry area as well as administration of and structural engineering support services for the Project as required to respond to onsite structural engineering construction issues. 2. City shall pay Contractor for all work associated with Paragraph 1 above, for a fixed fee of $16,325 as described in attached Exhibit 1, “Fee Schedule Proposal Letter dated February 3, 1999,” incorporated by reference and made a part hereof. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 21, 1997 agreement with City. 3. All other provisions of the aforementioned agreement entered into and approved on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. 9/l l/96 Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD, a municipal Cardwell/McGraw, Architects McGraw/Baldwin Architects Inc., Partner Kennon W. Baldwin, President ATTEST: (print name/title) By: KAREN R. KUNDTZ, Assistant City Clerk McGraw/Baldwin Architects Inc., Partner March 9, 1999 Theodore R. .Breuni.ch,_Jr., Vice PresidewTE (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney . By~-j&-+/*+ 9/l l/96 CALIFORNIA ALL-PURPOS ACKNOWLEDGMENT State of ali ijbmkx personally appeared or the entity upon behalf of which the persot@acted, executed the instrument. Public - Calffomig OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee- 0 Guardian or Conservator 0 Other: Signer Is Representing: Cl Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 1995 National Notary Association l 6236 Remmet Ave., P.O. Box 7164 - Canoga Park, CA 91309.7164 Prod. No. 5907 CardweIVMcC-rslw Architects February 3,1999 Mr. John Cahill Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, Ca. 92009-4859 Subject: Proposal for Additional Professional Services Carlsbad Library MlBA Project No. 96013 Dear Mr. Cahill: McGraw/Baldwin is please to submit this proposal for additional professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed additional services are as follows: CMA administrative fee for structural engineering support services due to Owner’s testing consultant, structural engineering services by engineer due to Contractors failure to coordinate the work, refer to attached documents and revisions to floor finish at main entry at Owners request. PROJECT TEAM Architecture: CardwelVMcGraw Structural Engineering: Blaylock Engineering Group COMPENSATION FOR SERVICES We propose to provide the professional services outlined for a fixed fee of Sixteen Thousand Three Hundred Twenty Five dollars ($16,325). Fees indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates’ indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorization from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Project and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. Should you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. 70 1 D S!ret-?t C;ii1te ?OC Sat-t E&go CA 9:'1:il-810 i lGj19;2?1 075; FA,k(C;l<:,_?'<l ;Z?'l~ m!l;.rrl: 'or February 3, 1999 Mr. John Cahill CMA Project No. 96013 Page two Very truly yours: Agreed to: McGraw/Baldwin Architects City of Carlsbad Kennon W. Baldwin AIA President Name Date cc: T. Breunich, File Cl.1 Cadwell McGraw Axhitects CardweIVMcCGw Architects SCHEDULE OF HOURLY BILLING RATES: (Effective March 1, 1995) Principal $130.00 Senior Associate 105.00 Project Architect 90.00 Architect 75.00 Job Captain 75.00 Drafter 60.00 Clerical 50.00 Reimbursable Expenses Reimbursable expenses are actual expenses made by the Architect, the Architects employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project; living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. S:\TEMPLATE\PROJMGMTBiLLRATE.SAM 7(1 1 B strwt. bm~. :,G! San D~ogo CA 9215 1-2’0: ‘F,!9iL”?l 075’1 FA,Crh:‘~,:~i-.l?‘+ ,n:j,;<*r;‘l ct>q: . . .4b Blaylock : Engineering Group Albert 1. Blavlock S.E. Matthew N. Martinez S.E. Thomas E. Spencer S.E. Structural Engineers 175 Hancock Street, Sulre 750 San Diego. Caliiornia 91110 Carson H. Creecy, 111 S.E. \ JAN 111999 (1952-1993) BY ‘W January 5.1999 .’ ‘rq N.i , : . K.7: - L.-.. : t Cardwe!‘%cGraw Architects- 701 B Street, Suite 200 . San Diego, CA 92101-8101 l Attention: Mr. Norm Luker, Architect Subject: Request for Additional Fee - RFI No. 301 Dear Norm: RFI No. 301 is a request to address cutting a 60” wide opening for ductwork into the first floor masonry shear wall at Grid C&5. It is our understanding that the Contractor failed to construct the necessary opening as indicated on wall elevation 19/S21 of the Drawings. During our telephone conversation in regards to this matter, you instructed us to maintain a separate accounting of the hours expended for analysis of the wall and preparation of details necessary in order to sawcut the opening in the completed masonry construction. The effort expended was as follows: Francisco Morales 11 hours @ $8500/hour = $935.00 As you requested, we have endeavored to keep this effort to a minimum. We initially proceeded to anaiyze the new opening as indicated in the RFI (between Grid tines 4.5 and 5). Part way through our analysis, Bill Bowdle informed us that the opening could actually move to a location between Grid 4.5 and 4. This made structural analysis of the wall simpler allowing for a less complex retrofit detail. As a result, our effort was less than the estimate we discussed on the telephone. Your attention to this issue is appreciated. Please do not hesitate to call if you have any questions. Very truly yours, BLAYLOCK ENGINEERING GROUP . Matthew N. Martinez, SE MNM/ps -- --- f. . . * 4b . Slaylock En&eering Group AIIIW~ I. dhylwk il. - Strut~ral Engimcrr 1775 Hancock StrM. Suite 250 kn Pirao, California 92110 l’horic (619) 543.4719 h;lntlhrw N. Mjrllnc+ S.L lhonwr t. Spencuf,S.L Canon H. Cry, III 5X. . I1 952.1993) 3 . . FAX (619) 543-0667 .’ CafdwelllMcG& Architects 701 8 Street, Suite 2m San Diego, CA 921014101 . Attention: : Mr. Norm ,luker, Architect subject: Requesi for Additional Fee for Structural Engineering Construdion Suppoit Services - Carlsbad City Ubrary : Dear Norm: ’ At thls juncture in the library project, the structural work is near&y compfet&. As we review our files and examine our internal budget for the constnrction support portion of the project, we find that our expenditure~of effort is considerably in exoess of the budget that was negotiated on our behalf with the City of Cartsbad. This was primarily due to contractor-initiated modifications. During ‘. the course of’ construction we have endeavored to provide rapid and thorough responses to all structural .submittals, RFls and telephone queries without complicating the process by requesting additional fees for setvi-8 considered to be above and beyond the negotiated fee. We are presenting a summary of issues which we believe have added substantial time to our construction period sen/tces and, ask that you cbnsider negotiating additional fees for these services. Regardless of any decision by you or the City of Carlabad, please rest assured that we will continue to .provide quick and thorough responses to structural issues for the project until It .is mmpleted. Our list is as follows: 8 ents of our sketch -- _-- - I . ,- Blaylock . -Erigiti@~ring ----7 G,roup P0geTwg . January 20,1999 Letter to Mr. Norm’L&er -. . : . Modiflcatlon of W~Mng Procedures (RFI Nos. 141, 141.3, 141.2) - This issue surfaced becau,se the steel fabricators requested a deviation from the spectned shielded metal arc-welding process in order to use a gas metal arc-welding process. Despite our initial recommendations to disallow the gas metal arc-welding process, the fabricator was ultimately successful in obtaining permission to use the alternate method., As the structural steel fabrication progressed, the fabricator was unable to obtain approval -for full penetration welds using the gas metal arc-welding methodology and had to revert to the process originally specified ln’order to properly perform the work. Thls Issue has resulted in numerous phone. calls, letters, correspondence, field trips and meetings in order to resolve the issues and ensure quality steel, fabrkation. Covespondence relating to this issue indudes eleven separate letters sent between the dates May 14,1998 and September 3,1998. Gary Tubaoh ~4Ohoun@ $85.0O/hout 0 $3,400.00 I Tokch-Cutting and Misalignment of Bolt Holes at Clerestory Moment Frames (RF1 Nos. 174,188,207,207.1,254) - This effort stems from torch cutting to enlarge bolt holes in the beam webs by the structural steel subcontra,$or in order to accommodate fit-up of steel framing at the high roof bays over the main stairway. The issue involved a field trip, meetings, structural analysi%, sketches and six letters written between June 29,1998 and November 11,1998. Qary Tubach 20 hours@ S85.00Ihour u $1,700.ocl FrandswMot%ies 6hours@S85.DOlhour I s '610.00 Matthew Martinez 2hours@StlO.OOlhout I Total I MEi I . Pent&ions at Second Floor Shear Wail 4:&C below the openin . 16 hours@ S65.0tYhour -_ .--- - . : ,. Blaylock 1 . . Engineerhg . -. . Group Page Three January 20,1999 * Letter to Mr. Norm’ .Luker *. . . .CMU !iVall Pqnetrntions to Accommodate ConduIti Between Mechanical Birlldlng and Main Building (RF1 Nos. 68, 68.1, 88.2, 84.2, 84.3, 84& and 144) - This work was to accommodate below-grade pipes and conduits penetrating the CMlJ shear wail at grid &24. The issue became a problem because the requirements for th8 siz8 and location of the opening6 kept changing (as evidenced by the number Of RFFs). it i6 our understanding that th8r8 was diffiatity in coordinating the size and location of the opening6 in order for the electrical and mecha&ai 6UbC0ntradOr6 to perform the work. Our Work involved pr8paMiOn of four d&rent details before vu8 obtained final na6oiution to the problem. Ffand~‘M0Mles . 14 hours @ %S,OO/hour I $1 ,lctO.OO . . CMU Openhis To Accommodate HVAC Between Room 147 and Auditorium (RF1 No. 227) - -mis issue arose because the masonry subcontractor failed to donstruct openi@& a6 detailed on our drawings, to accommodate HVAC ducts supplying the auditorium. in order to sawcut new openings into the constructed wail it wa6 necessary to perform additional analysis because suppiementai steel reinforcing had not been placed at the appropriate locations. We provided details for cast-in-place concrete strengthening for the wail around the openings. The contractor rejected our repair sketch86 as being prohibitively expensive, so we prepared additional sketches for a .structural steel solution. In addition to the structural analysis, seven details were provided for this repair. Gary Tuba& 16 houm Q S85.0Okour I $1,380.00 l Second ‘Floor Metal Deck Welding - This issue w86 raised because’ the steel fabricator provided a c8rMn percentage of the 8eCQnd floor steel framing with the top flanges having a primer coat. There was concern raised by LawKrandatl and the metal deck subcontractor as to the suitability of attaching the metal deck to the primed curface. ‘This issue wa6 brought to our attention after a good portion of the metal decking had been tack-Welded in-place. We attempted to lay this issue 40 rest via a telephone conversation wherein we indicated that the attachment of the metal deck to the primer-coated beams would be permissible: Because of continued concern by LawfCrandail, It became necessary to make a site visit and affer several memorandums relative to the suitability of the installation. UiUmately the metal deck was installed on the primed steel framing without additional problems. - thylo& Engineering -.. . . . . . . . :.. -. ..-- .-- Group Page Four January 20,1999 Letter& Mr. Nbrm tuker IUlaUhaw~srllnez 1 12hoursQPllO.OWhour I $1.,320.00 . . ’ l Placement of Elect&al Conduits In Sscqd Floor Slab (RF1 No. 237) - The electrIcal sum r assumed that they could splay PVC conduits throughout the floor tin top of the metal d8ckiflg embedded in the concrete fill in order to provide service to electrical and tefephons floor junction boxes. It was our position that this was In conflict with the structural specifications and that the conduits should be hung below the floor timing. In order to accommodate project scheduling and the electrkak subcontmcto~s needs, the matter was uitimat4y resolved with two site visits and a letter, which established criteria wherein the conduits &Ad be placed in limit+ quantltles in the second floor slab. Mal!hew~~rtlnez 12houla~110.00nlour I $1.320.00 Your. considkation uf the additional effort described her& is greatly’ appreciated. Please do not hesitate to call if you have any questions or need to discuss the matter further. Vely4nlly yours, BLAYLOCK ENGINEERING GROUP v?LAvkAl Matthew N..Martinez, SE RLWfLiTcK ENGR GROUP ID:6195430667 - . A _ 4 . . I Blayiock ‘. Engineering -. ‘--- . _, . -- Group 1 AkIt I. Blaylclck SL. b&t{l\cw N. ‘Mrrtiwz S.1:. . Thorws f. Spwxzpr SE. .’ C:~~J&I H. Crtwy, 1IIS.F; N (1952.1993) January 28, losq .I c&dwell/McGmw Amhlteus- 701 6 Stma, ‘SUltS 200 San Dl*o; CA S?Y 01-8101 *, Attehtlon:. Mr. Nom Luker, Architect Subject: Request for kdltlonal Fee - RFI No. 363 Peer Nom: JQN 28’99 i;i:ij No.3Ui r.3: Structural Englneen - .-. - 1775 Hanrark SlrccC. SUIIC 230 Sac1 i>icr~o, California 9211 I) Phnnrr (619) 543.4719 FAX (6191543-0667 F-Mail; blaylcxkc~@ad.txm McGraw/Baldwin Architects Received JAN 2 8 1999 Bi’ ProI NO. Route 10 CcQbeS IO .---C-C *-- --La RFI No. 363 Is a re&esl to address .retocatlng two existing 3x&l/4 columns at the chlldrm’s reading area between grid lines 8 T 6.9 and 11.4 - ‘la. During our telephone convefsatlon In regards to this matter, you Instructed us to mafntain a separate accounting of the hours expended for numerical analysis and preparation of details necessary In order to relocate the above msntloned columns. The effort expended was as follows: Frandsco~ Morales Matthw Martinez 6 hours 0 $BS.OO/hour = 1 hours (PD $1 lO.OO/hout = Total = $510.00 $110.00 $620.00 As you requested, we have endeavofed to keep thls effort to a minimum. Your attention to this issue is appreciated. Please do not hesitate to call if you have any questlons. Very truly yours, BUWL~CK’ENGINEERING GROUP Matthew N. MartIne& SE AMENDMENT NO. 6 TO AGREEMENT FOR CONSTRUCTION PHASE ARCHITECTURAL DESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 21st day of October, 1998, amending the agreement dated January 21, 1997, by and between the City of Cartsbad, a municipal corporation, hereinafter referred to as “City,” and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for the Carlsbad City Library Project. E$Js&s WHEREAS, the initial agreement, dated January 21, 1997, identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include additional construction phase architectural design services; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto, as shown on Exhibits “A” and “B” Scope of Services and Fee proposals dated September 23, 1998 and October 19, 1998, respectively. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide services as outlined on the attached Exhibits “A” and “B”. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not-to-exceed $3,600 for Exhibit “A” work and $1,600 for Exhibit “B” work as defined therein. Contractor shall 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. 1 212198 3. Contractor shall complete all work outlined on the attached Exhibits “A” and “B” within 180 calendar days or by expiration of the agreement amended hereby. 4. All other provisions of the aforementioned agreement entered into on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CARDWELL I MCGRAW. ARCHITECTS (name of Contractor) McGraw/Baldwin ArGhitects Inc., Partner (print name/title) McGraw/Bal dwin Archi tectswc., Partner (print name/title) ATTEST: City Clerk KAREN R. KUNDTZ, Assistant City Clerk October 29, 1998 DATE (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL 212198 CardweWMc~aw Architects September 23, 1998 Mr. John Cahill Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, Ca. 920094859 Subject: Proposal for Additional Professional Services Carlsbad Library lWBA Project No. 96013 Dear Mr. Cahill: McGraw/Baldwin is please to submit this proposal for professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed services are as follows: Prepare design revisions add details to replace the copper panels adjacent to the Main Entrance with panels of New Mexico Travertine. Prepare design drawings, details and electrical coordination to accomodate a flat touch-screen monitor system at the Donor Wall in a new freestanding casework pedestal approixmately 22” x 22” x 4O”H. Coordinate and Process Change Order request for the work noted. PROJECT TEAM Architecture: Cardwell/McGraw Electrical Engineering: Van Buuren Kimper Engineering COMPENSATION FOR SERVICES We propose to provide the professional services outlined for a fixed fee of Three Thousand Six Hundred Dollars ($3,600). Fees indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorization from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Project and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. Should you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. 711 I B i,tlsc!. Sl.!ll~. ‘Xi, C,~,l~ ~li:i~j C;A ?:‘11!1~i::‘J fr,, ‘j I”,: ‘I-J; 1 ,L ,I F;j,Y ii : ‘,, “‘:l 2’; )I II,lir!l’ r r,ir’ September 23,1998 - Mr. John Cahill CMA Project No. 96013 Page two Very truly yours: McGraw/Baldwin Architects City of Carlsbad kennon W. Baldwin AIA President cc: T. Breunich, File Cl. 1 Agreed to: Name Date q c q-j 1,” ‘2 i ! . .\..,‘.J Ii I, lp~,-~~n, :yf+C;TJ? SCHEDULE OF HOURLY 8lLLING RATES: (Effective March 1, 1995) Principal $130.00 Senior Associate . 105.00 Pkject Architect 90.00 Architect 75.00 Job Captain 75.00 Drafter 60.00 Clerical !jo.oo:i- Reimbur&ie CxoenseS Reimbursable expenses are actual expenses made by the Architect, the Arch&c?? employees and consultants in the interest of the Project and include, but are not limited to the foilowing expenses: 1. 2. 3. 4. Expenses of transportation in connection with the Project: living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. Expenses of reproductions including plotting/printing of CAD fiies and other electronic data, postage, delivery and handling of drawings and other documents. Expenses of data processing and photographic production techniques when used in connection with Additional Services. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15?6 administration costs. Mcrjraw/8alc!*dvin Archii2+s “I - CardwelUMcGraw Architects Carlsbad Library SHEET I FEE WORKSHEET Revise Copper to Trsvertin at Main Entrance/Revise Donor Wall at Owners Request PROJECT NUMBER: 96013 PRINT DATE: 23S6p66 FILENAME: s:@mjectQ6013\admin\SHTFEE1 .wk4 TASK TITLE RATE PROJECT HOURS Total Principal PrQjec.+ ; Project Job Drafts Total HoUl-S Manage I Archiied Captain PenOn CleriCal HOurS Per $130.00 ~ $105.00: $90.00 I $75.00 $60.00 650.00 Sheet -- --n ” JCA CONSTRUCTION SERvlCES 1 / 1 CAFEE i I 1 CA ADMIN. CCD ISSUANCE 1’ 12; 26 1 40 DESIGN MEETINGS (2) 1; 1 _ FIELD INVESTIGATIONS/ AS-BUILT REVIEW 0 -__-._ CONSULTANT MEETINGS 0 - __---~~_~-~__ FLOOR PLAN __ CONSTRUCTION OBSERVATION SERVICES 0 -.-___ 2 2 n TOTAL HOURS CA TOTAL CA FEE: SUB - TOTAL FEE (Archttectural) FEE (Cost estimating) FEE ,Pi”il\ 0 0 O,- 1 !: t5i ---~___. 08 Oil 26,- 1, 43 - ,~s&V+=== S.315. 950 $3,315 --.--______. __- .~ FEE (Landscape) FEE (Mechanical ) FEE ( ElecMcal) ~- __--__ $285, _-~~~ FEE (Struchxal) - TOTAL FEE B/N CA CONSULTANTS so-. 60 so so so TOTAL CONSULTANT FEE TOTAL COMBINED FEE A & E s3,soo TOTAL REIMBURSABLE EXPENSES ESTIMATED ] TOTAL FEE PLUS ESTIMATED REIMBUSABLES $3,600 [ cJQi uvvt;~t: tv~~ulavv nru llL6LiS October 19.1996 Mr. John Cahill Project Manager City of Carisbad 2075 Las Palmas Drive Cartsbad, Ca. 92009-4659 Subject: Proposal for Additional Professional Services Carlsbad Library MBA Project No. 96013 Dear Mr. Cahill: McGraw/Baldwin is please to submit this proposal for professional services to the City of Carlsbad. SCOPE/SERVICES INCLUDED Our understanding of the scope of the project and delineation of our proposed services are as follows: Prepare design revisions to delete Type “BB” light hxhrre and replace with Owner approved light fixture, add light bank at Grids D to E and Grids 3.5 to 4. Coordinate and Process Change Order request for the work noted. PR03ECT TEAM Architecture: CardwelUMcGraw Electrical Engineering: Van Buuren Kimper: Engineering COMPENSATION FOR SERVICES We propose to provide the professional services outlined for a fixed fee of One Thousand Six Hundred dollars ($1,600). Fees- indicated includes estimated reimbursable expenses as defined in the attached Schedule of Hourly Billing Rates. Additional services in access of those outlined above will be provided at the prevailing rates indicated in the attached Schedule of Hourly Billing Rates. Additional services will proceed only upon written authorisation from City of Carlsbad. Reimbursable Expenses are those made in the interest of the Pmject and include but are not limited to those indicated in the attached Schedule of Hourly Billing Rates If this proposal is acceptable to you, please indicate your acceptance by signing in the space provided below and returning a copy to our office. Should you have any questions regarding the forgoing, please feel free to contact our office. Thank you for this opportunity to be of continued service to the City of Carlsbad. 701 R Stre!41. Suite 700 Snn Diegn. CA R2101-6101 f619)23’-0751 FAX(619)2~l-C-S6 VlbU3l.Xl~ll October 19,1998 A Mr. John Cahill CMA Project No. 96013 Page two Very truly yours: Agreed to: McGraw/Balchvin Architects City of Cadsbad +m 8 a&--’ Kennon W. Baldwin AIA President Name Date cc: T. Breunich, File Cl.1 CardwelliMcGraw Architects SCHEDULE OF HOURLY EIWNG RATES: (EffecBve March 1,1995) Principal Senior Associate Project Architect Architect Job Captain Drafter Ckricgl $130.00 105.00 90.00 75.00 75.00 60.00 50.00 Reimbursable ExPenses Reimbursable expenses are actual expenses made by the Architect the Architecfs employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses oftr&spoRation in connection with the Project: living expenses in connection with Out&-town travel and !ong distance communications. as approved by, and negotiated with Owner. i. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documenfs. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. - . . . . . . . _.,- _,., --’ . _:. .- , *._,.* - - --,--- -. _ . . . CardwelUMeGraw ArchRmXs Carlsbad Library SHEET I FEE WORKSS~T Rwlso Ught Fixture Type ” 86 nap RWW add light bank at Grid D to E and 3.5 to 4 PROJECT NUMBER: PRINT DATE: 1BO.Sg6 FILENAME: r:\pm$eW6dl%dmhUKTrW.wk4 _--~ ! TASK -- _.. I j . . ..I ..-_ . 1 .._ CALIFORNIA ALL-PlJRPbSE ACKNOWLEDGMENT State of County of On 6kb~ 22, IW@ personally appearf3YWWI ti. ?MdWi s personally known to me - OR - 0 proved to me on the &&e&heir signature@9 on the instrument the person(g or the entity upon behalf of which the person(# acted, executed the instrument. OPTIONAL Though the information below is nof required by law, if may prove valuable to persons relying on fhe document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): q Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - q Limited 0 General 0 Attorney-in-Fact 0 Trustee C Guardian or Conservator C Other: Signer Is Representing: 0 1995 National Notary Association * 6236 Remmet Ave., P.O. Box 7164 * Canoga Park, CA91309.7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-876-6627 N&?(s) dS~gner(s) s - Iflc. ‘Rivh personally known to me - OR - 0 proved to me on the basis evidence (0 be the &rsonM /-subscribed to the within instrument to me that@/s+&#ey executed the he&& authorized capacity@+, and that by the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - Cl Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator q Other: Top of thumb here Signer Is Representing: Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: TOD of thumb here 1995 National Notary Association l 6.236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA91309.7184 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-6827 AMENDMENT NO. 5 TO AGREEMENT FOR LIBRARY CONSTRUCTION PHASE ARCHITECTURAL SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 11th day of May , 1998, amending the agreement approved January 21, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for construction phase architectural services for the Carlsbad City Library project, hereinafter referred to as the “Project.” CITAI S WHEREAS, the initial agreement, approved January 21, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement mutually approved Amendment No. 4 to said agreement on October 7, 1997 for Contractor to provide construction phase architectural services during the construction of the Project; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include additional construction phase architectural services to the Project related to facility security system additions and modifications; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide, or cause to be provided by others, modifications to the Project plans and specifications consistent with the City’s proposed changes to the facility 1 9/l l/96 security system. Revisions to the Project documents shall include the power and signal drawings; said revisions shall be contained in a “Construction Change Directive,” hereafter referred to as the “CCD,” prepared by Contractor and delivered to City’s on-site construction representative who shall in turn deliver said CCD to the Project Construction Contractor. 2. City shall pay Contractor for all work associated with Paragraph 1 above, for a fixed fee of $4,585 as described in attached Exhibit 1, “Fee Schedule,” incorporated by reference and made a part hereof. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 21, 1997 agreement with City. 3. All other provisions of the aforementioned agreement entered into and approved on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD, a municipal CardwelVMcGraw, Architects corporation of thEState of California (print name/title) By: City Manager ATTEST: Ci Clerk d ” EN R. KUNDTZ, Assistant City Clerk May 11, 1998 DATE (print name/title) 2 9/l l/96 (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL 9/l l/96 CardwelUMcGraw Architects . Cartsbad Library SHEET I FEE WORKSHEET Expand Security System at Owners Request , PROJECT NUMBER: 96013 PRINT DATE: 19Apr-88 FILENAME: s:\pmject@8O13Wmin\SHTFEEl.wk4 ! TASK I [CA CONSTRUCTION SERVICES j CA.FEE. , CA ADMIN. CC0 ISSUANCE DESIGN MEETINGS (2) PROJECT HOURS I! Total TITLE ~ Principal 1 Pmjad ’ Pmject i Job ! Dram / Total i/ Hours $130.00~ Manllagaf j Amhkcl Captain i Parson I Clerkal ~ Hours Per RATE $lce.cQ I $80.00 I $75.00 I 580.~ i 35o.w I I/ I I I 1 Olr- I I I I’ “’ ! ! II ! i / 1’ 2’ I I 1 41 I oi =T I t Ii =i FIELD INVESTIGATIONS/ AS-BUILT REVIEW / / CONSULTANT MEETINGS / Oi/ 11 I 11 FLOOR PLAN I / I CONSTRUCTION OBSERVATION SERVICES 1’ 0’1 1 !I Oil oli o!: Oii I , 0 :: Oil I 03-; j TOTAL HOtlRS CA .r lli 311 tii p--m Ol! TOTAL CA FEE: I El80 I 3315 i s I SK sot so; ’ Ii- t Smji SUB-TOTAL FEE (Archilectural) $130 8315 so SO’ sz; $885 I FEE (Cost estimating) . ’ I I FEE (Civil) FEE (Landscape) / , , FEE (Mechanical ) , FEE ( Elecrrkal) 53,800 I FEE (StruUural) / I TOTAL FEE BIN CA CONSULTANTS so so 30 SO SD WI s8. 880 TOTAL CONS ULTANT FEE us00 TOTAL COMBINED FEE A 6 E s&s TOTAL REIMBURSABLE EXPENSES ESTIMATED 1 8200 i TOTAL FEE PLUS ESTIMATED REIMBUSABLES $4.885 1 SCHEDULE OF HOURLY BILLING RATES: (Effective March 1, 1995) Principal $130.00 Senior Associate 105.00 Pr$ject Architect 90.00 Architect 75.00 Job Captain 75.00 Drafter 60.00 Clerical 50.0&k- le FxDenses Reimbursable expenses are actual expenses made by the Architect, the Architect’s employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project; living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. SMEMPlATEU’ROJMQMlWLLWlE.SAM McGraw/Baldwin Architects - 1 CALIFORNIA ALL-PlJRPkE ACKNOWLEDGMENT State of tdif&huh County of &~l-@D On bvi \ 24, 1 WI& before me, CJUM&.~~-~t.tudti’5, U&m %4&I; Name and lIle of Officer (e.g., “Jane Doe, Notaly Public”) J Date~NUObJti.~hi N utvd ~~6~~ t?. &&..wu& - &, personally appeared Name(s) of Signer(s) y personally known to me - OR - q proved to me on the basis of satisfactory evidence to be the perso@ whose name@JQ@ubscribed to the within instrument and acknowledged to me thatsxecuted the same in Buthorized capacitm and that by ignature@on the instrument the persor-@, pon behalf of which the perso acted, executed the instrument. WITNESS my hand and official seal. ‘Signature of Notary Public OPTIONAL Though the information below is not required by /aw, if may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 17 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited Cl General 0 Attorney-in-Fact Cl Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1995 National Notary Association * 6236 Remmet Ave., P.O. Box 7164 l Canoga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 October 26, 1998 TO: (1) CITY MANAGER ECEI-VED - KT 2 8 1998 ENGINEERING DEPARTMENT (2) CITY ATTORNEY (3) CITY CLERK . FROM: MUNICIPAL PROJECTS MANAGE RE: AMENDMENT NO. 6 TO AGREEMENT FOR CONSTRUCTION PHASE ARCHITECTURAL SERVICES; CARLSBAD CITY LIBRARY PROJECT Enclosed are 3 copies of Amendment No. 6 to our existing construction phase architectural services agreement with our architects from Cardwell - McGraw, Architects for the Carlsbad City Library Project. The amended scope of work includes two City-initiated construction changes: (1) designing the addition of decorative stone as a border adjacent the main entrance door, and (2) designing a pedestal and electronic touch-screen monitor near the donor wall inside the front entrance. The total cost for these additional services is $3,600. Please sign all 3 copies of the amendment and forward on to the City Attorney’s offices and in turn on to the City Clerk’s office. The City Clerk should return all 3 completely executed copies of the amendment to this office for final processing. Enclosure: 3 copies of Amendment No. 6: Carlsbad City Library Project. A I . ,,ci !‘ t I d:,, ,I -t’ d!” ‘I ? ? ,.!’ .;.^j .:-J * ,,,_‘ ! ( ,/, ,_ ,/, -, .jt; $, “ / . :- / .:,.Lh i / -:d f. !,” < - h EXTENSION OF AGREEMENT The agreement dated Januarv 8, 1997 for the necessary library design architecture services for prepar&‘Jn of final plans, specifications, and construction documents needed for the Carlsbad Library project between the City of Carlsbad, a municipal corporation and CARDWELUMcGRAW ARCHITECTS is hereby extended for a period of two years ending on January 8,200O. All other provisions in the original agreement shall remain in full force and effect. All insurance policies to be maintained by Contractor shall be extended to include coverage for this extension period. CONTRACTOR: CITY OF CARLSBAD, a municipal Cardwel l/McGraw Architects corporation of the State of California 1.*,_1 (name of Contractor) By: ! (sign here) McGraw/Baldwin Architects Inc., Partner by Kennon W. Baldwin, President ATTEST: (print name/title) KAREN R. KUNDTZ, Assistant City CJerk February 25, 1998 McGraw/Baldwin. ArctiiteCt DATE (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney L/Z+/? & 1 O/l 6195 ‘- CiiLlFORNlA ALL-PURPOSE State of @at+rtia County of ti-Diqp before me, &wav\/\. I.&z&-\kz(+zM5 . . IU&XvM tit; Dale J . Ngme and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared timl w. P&l!tiru 2f TiieckMe R.‘BWiM Name(s Signer(s) P ersonally known to me - OR - 0 proved to m executed the instrument. Public - CoRYnta WITNESS my hand and official seal. &&dti*c* Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons re/ying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Cl Individual 0 Corporate Officer Title(s): q Partner - 0 Limited 0 General q Attorney-in-Fact 0 Trustee 0 Guardian or Conservator q Other: Signer Is Representing: Top of thumb here Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - El Limited 0 General 0 Attorney-in-Fact 0 Trustee C Guardian or Conservator G Other: Signer Is Representing: Top of thumb here 0 1995 National Notary Association - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309.7164 Prod. No. 5907 Reorder: Call Toll-Free i-800-876-6827 AMENDMENT NO. 4 TO AGREEMENT FOR LIBRARY CONSTRUCTION PHASE ARCHITECTURAL SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the 7th day of October , 1997, amending the agreement approved January 21, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for library redesign services for the Carlsbad City Library project, hereinafter referred to as the “Project.” REClTALS WHEREAS, the initial agreement, approved January 21, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include construction phase architectural services required of the Project; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide, or cause to be provided by others, the following construction phase architectural services required for the Project as described in attached Exhibit 1, “Project Scope Document,” Section II, paragraphs A-4 and A-5, and B-7, B-8, and B- 9, and Section III, paragraphs B, C, and D, incorporated by reference and made a part hereof. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not to exceed $457,160 as described in attached Exhibit 2, “Fee Schedule,” incorporated by reference and made a part hereof. Contractor shall include costs 9/l l/96 - A for ‘this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 21, 1997 agreement with City. 3. All other provisions of the aforementioned agreement entered into and approved on January 21, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: ell/McGraw, Architects ipal chitects Inc., Partner by Kennon W. Baldwin, President Al-TEST: Partner City Clerk (print name/title) November 4, 1997 DATE (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Amey BY LJ- qJ2.L Qep&y Cj ttomey v J-?/m 9/l 1196 AFtects Cardwell/McGraw EXHIBIT 1 July 6,1997 (Revised October3 f997 to include Rebidding, Inter/or Design Workshop, Auditorfum --.-.L-.- Lighting Upgrade and Chiller Upsizing) PROJECT SCOPE DOCUMENT Project: Project No.: Carisbad City Library Update 96013 I. PROJECT DESCRIPTION Description: Update and revise existing documents for approximately 64,000 sf. hvo story library building. Location: 6925 El Camino Real Carlsbad, CA 92008 Client: City of Carlsbad, California 2075 Las Pain-as Drive Carlsbad, CA 92009 Special Features: Implement program revisions by the Owner Special Considerations: Update project to conform to current bullding codes. Assess and evaluate impacts of technological advancement and changes in industry standards. II. DESCRIPTION Of SERVICES A. Basic Services Included The following Basic Services are included in the scope of this Project. Basic Services are further defined by the attached Architectural Task Summary (updated December 12, 1995). 1. DISCIPLINES INCLUDED a. b. C. d T, 9. h. i. Architectural Structural Engineering Mechanical/Plumbing Engineering Electrical Engineering Civil Engineering Landsrzpe Architecture interior Design Cost Estimating Audio-Visual 2. DESIGN DEVELOPMENT PHASE SERVICES a. b. Evaluate existing documents for conformity to current building codes and recommend corrective action. Evaluate the existing project design and specified systems with regard to advances in current technology and industry standards. Ar+&xfs Cardwe&McGraw EXHIBIT 1 c. d. e. f. 8. h. Assist the Owner in evaluating the above and deciding on appropriate revisions to the project. Evaluate Impacts of incorporating programmatic revisions (identified in July scoping workshops) into the project design. Prepare Design Development Documents to fix the Project as to final revisions, specific system, materials and other elements. Advise the Owner of adjustments to the previous estimate of Construction Cost. Prepare and submit revised C.U.P. package. Attend Public Hearings - five (5) meetings included in basic services. 3. ~~N~~~cTIoN O~CUMENTS PHASE SERVICES a. b. C. Update existing Construction Documents incorporating ite.ms identified in Design Development. Update existing furnishing plans. Assist the Owner in filing documents required for approval by governmental authorities having jurisdiction. 4. BID OR NEGOTIATION PHASE SERVICES (10 be repeated for Re-bid) Attend one pre-bid conference, Assist the Owner in obtaining and evaluating bids or negotiated proposals and additional approvals from City agencies. Respond to bidder’s queries. (Note: Substitution Requests will not be permitted during the bid period - a limited substitution period is proposed immediately following award.) Preparation of new, updated bid documents, and during m-bid period Addenda, clarification documents, or supplemental information as may be required. 5. CONSTRUCTION ADMINISTRATION PHASE SERVICES a g- Attend weekly construction progress meetings/field observation visits (The following regularly scheduled visits are included as basic service: Architect- 64 (MBA- 60, CTA-4) Structural- 10 Landscape- 4 Mechanical- 8 Electrical- 8 Civil- 6). Prepare a weekly report to the Owner indicating site observation findings and status of the work. Review of Contractor submittals and application for payment. Respond to Contractor requests for information, or clarification. Respond to Contractor Change Order requests. Respond to Contractor Substitution Requests (15 requests included as basic service based on the following breakdown: Architectural- 5 Structural- 1 Landscape- 1 Mechanical- 4 Electrical- 3 Civil- 1). These would be allowed only during the substitution period. Final inspection visit and preparation of a final “punch lit”. . _Cardwell/McGraw Al-‘tects m-e- e-w- EXHIBIT 1_ h. Perform one follow up inspection visit to verify “punch list” resolution. s. Additional Services Included In addition to Sasic Services delineated above, the following services are included in this proposal as “Additional Services”: 1. 2. 3. 4. 5. 6. 7. 8. 9. Preparation of C.U.P. submittal package (update original), submit and respond to comments, questions, or issues during processing. Interior Design Services for interior finishes, furnishings and furniture. Engineering of mechanical equipment yard structures - revisions to design/redesign roof structure and retaining walls to incorporate revisions to equipment/layouts and possibly relocate or revise equipment. Structural engineering familiarity review, quality assurance review and assumption of Engineer of Record responsibility. This is necessary due to the fact that the original structural engineering firm is no longer in business. Prepare preliminary budget estimate for basement and update 1991 estlmate to current pricing. Prepare a set of mylar Record Drawings showing slgnlfcant changes in the work, based on marked-up drawings, specifications, and other data furnished by the Contractor. Attend Interior Design Workshop on 8/28&7. Upgmde AucSlforium Lighting per VanBuuren Kimper Letter of g/17/97 (theatrical lighting supplement representing approximately a 1000 watt increase in lighting load, and upgraded lighting controls). Upsize the central Chiller and Cooling tower to accommodate a 75% diversity factor for the Library portion of the project, and 700% of the Auditorium. C. Optlonal Addltibnal Servkes In addition to the services listed above as Additional Services Included, the following are offered as Optional Services which will be provided upon your direction and agreement for compensation. Hourly services and reimbursable expenses shall & according to the attached Schedule of Hourly Billing Rates. 1. 2. 3. 4. 5. 6. 7. Relocate chillers and pumps from equipment yard. Revise HVAC system from current system. Mechanical systems life cycle cost modeling. Drainage design cafculations and documents if required. Renderings and Models: 2-D or 3-D hand or computer-generated renderings, and scale study or presentation models. Scanning hand-drawn drawings into AutoCAD Format for archive purpose (does not allow layer controls). Other Additional Services including , but not limited to: a. Site Planning and Evaluation beyond those listed services. CardwelVMcGraw A/^@&.. EXHI‘BIT 1 . - b. ri: e. f. 9 h. Planning for Future Expansions. Additional Field Verification. Services after Substantial Completion of the Project Providing any other services not otherwise included in this proposal or not customarily furnished in accordance with generally accepted Architectural Services. Review of Contractor Substitution Requests during bidding. Review of Contractor Submittals or Substitution Requests after the initial substitution period, more than one time each, more than one substitution for the same item, or more requests than indicated above. Review of Contractor Shop drawings for more than one rasubmittal. Ill. DELNERASLES A. Design Development Phase Deliverables 1. 2. 3. 4. :: 7. Design Development Drawlngs Project Schedule Design Development Package - including basis of design, project data and outline of proposed revisions to Specifications. These will serve to confirm the update analysis and accepted recommendations. Updated preliminary estimate of Construction Cost. Color Boards for Interior Finishes, Furnishings and Furniture. Estimate of installed cost for library shelving and furnishings. Furniture specifications for all items designated to be bid. B. Construction Documents Phase Deliverables 1. 2. 3. 4. 5. 6. Construction Drawings - 1 sel reproducible mylar drawings, 3 sets blackline prints, 3 sets disks of CAD drawings (To be updated for Rebid) Specifications - 1 set camera ready, 3 sets bound, 3 sets disks compatible with WORD ver. 7.0, Windows 95 (To be updated for Re-b/d) Calculations - structural, energy, etc. Forms and permit applications as required Final estimate of Construction Cost Final bid package for shelving and furnishings items designated to be bid. C. Bid I Negotlatlon Phase Deliverables 1. 2. Contract documents for bidding (Drawings & Specification Divisions 1-16) (To be repeated fw Re-bid) Addenda or other clarification documents if required 0. Constructlon Adminlstration Phase Deliverables 1. Contract documents for construction 2. Construction Observation Reports 3. Supplemental instructions 4. Construction Change Directives and Change Orders 5. Record Drawings on mylar itects CardweWMcGrarv A - EXHIBIT 1 Iv. SCHEDULE The Schedule for this Project will be developed during the Design Development Phase. The Re-Bidding Period is assumed to be approximately October 22, j997 to December 3, 1997. The Construction Period is assumed to be approximately January 1998 to March f999. V. QU,ALlFlCATlONS A. Assumptions/Understandings 1. Scope of work is limited to program items identified in July scoping workshops, applicable code updates, and updates/revisions to building equipment and systems due to technological advances. 2. Crty of Carlsbad will provide updated Geotechnical Report and retain Geotechnical Engineer to review and sign grading plans Cl-C4 3. City of Carlsbad will contract directly with consultants/vendors outside this contract for the following related services: Security Telephone/Computer Data/Networking Other services as may be required. We wilt coordinate with these consultants as necessary to incorporate required conduit, junction boxes, power supply, etc. into the project construction documents. 4. 5. 6. Many drawings will be in electronic format (AutoCAD ret. 12, 13, or 74). However, some drawings were prepared by hand approximately 5 years ago and will not be converted. The Owner will retain the services of a professtonal Construction Manager which will be the Owner’s authorized representative during construction and will provide full-time resident on-site servtces. Construction period is assumed to be 60 weeks. Services beyond this period are subject to an additional services agreement. B. Exclusions from the Project Scope 1. The following services: Security Telephone/Computer Data/Networking VI. SUPPORTING DOCUMENTS/INFORMATION The items listed below are considered as if included herein and as part of the scope of this Project: CardwelVMcGraw Ar V&ects c- EXHlBm - l CardweVMcGraw drawings - First and Second Floor Plan 07/10/96 c CardwelllMcGraw drawings - First and Second Floor Plan showing proposed revlslons 08/08/96 . CardwelllMcGraw drawing - Basement Plan 07122196 - deleted from scope per Carlsbad letter of 1 l/06/96. l CardwelVMcGraw meeting minutes from scoping sessions - Sept. 10, 11 & 24, 1996 l Architectural Task Summary - September 24, -I996 (revised December 12,1996) l Schedule of Hourly Billing Rates (March 1, 1995) 9 Amended Scope of Work Document from the City of Carlsbad (undated) S \PROJEClWS013C-lb4DMI~SCOPCA3 SAM \. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Date personally appeared beforeme&h& p/1- hi; hfb#s$“~r+&i Name and Title of Officer (e.g.. “Jane Doe, Notary Public”) Name(s) of Sigh(s) 9 )$ personally known to me - OR - 0 proved to m ry evidence to be the personw scribe to the within instrument il me that e sla&taay executed the uthorized capacity@), and that by on the instrument the person@, or the entity upon behalf of which the persot-@ acted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer Title(s): Title(s): El Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association * 6236 Remmet Ave., P.O. Box 7164 * Canoga Park, CA 91309-7164 Prod. NO. 5907 Reorder: Call Toll-Free 1-600-676-6827 - T . ;CALIFORNIA ALL-PuRP~~E ACKNOWLEDGMENT personally appeared , /p(p ersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(% whose namep* u b scribed to the within instrument to me that-y executed the capacity@+ and that by or the entity upon behalf of which the personwcted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual q Corporate Officer Title(s): q Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee q Guardian or Conservator 0 Other: Top of thumb here Signer Is Representing: Signer’s Name: Cl Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator q Other: Signer Is Representing: Top of thumb here Q 1995 National Notary Association l 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309.7184 Prod. No. 5907 Reorder: Call Toll-Free 1-6”“-~,b-bw, November lo,1997 Attention: Don Hansen McGraw-Baldwin Architects 701 “B” Street, Suite 200 San Diego, CA 92101 Re: Amendment No. 4 to Agreement for the Carlsbad City Library Project The Carlsbad City Council, at its meeting of October 28, 1997, adopted Resolution No. 97-638, approving Amendment No. 4 with Car-dwell/McGraw Architects for Library Construction Phase Architectural Services for the Carlsbad City Library Project. Enclosed please find a fully signed original of the agreement and a copy of Resolution No. 97- 638 for your files. ( *. &J& Assistant City Clerk Enclosures 1200 Carlsbad Village Drive l Carlsbad, California 92008-1989 - (760) 434-2808 @ 5 AMENDMENT NO. 3 TO AGREEMENT FOR LIBRARY REDESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the *day of + 1997, amending the agreement dated January 8, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for library redesign services for the Carlsbad City Library project, hereinafter referred to as the “Project.” RECITALS WHEREAS, the initial agreement, dated January 8, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include redesign of portions of the landscaping and irrigation plans; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide, or cause to be provided by others, additional services to include redesign of portions of the landscape and irrigation plans for the Project. Said redesign shall include deletion of subsurface irrigation and replacement with spray equipment, revise the Eucalyptus species, revise plant material on and in the circular mounds, and delete metal edging and substitute concrete mow strips. 2. City shall pay Contractor for all work associated with Paragraph 1 above, for a fixed fee of $3,000. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the aforementioned January 8, 1997 agreement 9/l l/96 with City. 3. All other provisions of the aforementioned agreement entered into on January 8, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD, a municipal corporation of the State of California Cardwell/McGraw, Architects By: LfiLWMU.)l~C - 1 (sign here) lvv&mJ/mtii~ l%tifl& bc. ATTEST: 0 &?G* ALETHA L. RAUTENKRANZ City Clerk September 23. 1997 DATE LhPlE5. Fgi26oscEJ Jk.dlmN (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL 9/l l/96 I /A e . . -. _ . ’ CiLlFORNlA ALLPURfiOSE ACKNOWLEDGMENT - . State of l!hk@~ ‘a County of On personally appeared Name(s) of Signer(s) ppersonally known to me - OR - Cl proved to me on the basis of satisfactory evidence to be the personw to the within instrument whose nameQr.@e& and acknowledged to me that same k&+&l&r sf&they executed the authorized capacity@& and that by (F$%r&& signatur% on the instrument the persor@, or the entity upon behalf of which the persow acted, executed the instrument. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact q Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I I q Individual ~ 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator q Other: ~ Signer Is Representing: 0 1995 National Notaly Association * 8236 Remmet Ave., P.O. Box 7164. Canoga Park, CA91309.7164 Prod. No. 5907 neoroer: Lali m-tree 7.wu-wb-DL(ZI . /‘- - _ - , CiLIFORNlA ALLPURh3SE ACKNOWLEDGMENT . State of C!dLfb~~ ‘u s County of %ad -b-Mq 0 On Se@. I I! 194 ‘7 Yefore me,JmaeY. hAi.(hIWACk )\lbfd~~‘hbbi ame and I!‘!‘” f Officer (e.g., “Jane Doe, Ndbry Public”) diCf+ Pk?S !A CAL+ Name(s) of Signer(s) K personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the personw whose name@- ribed to the within instrument and acknowledged to me that&&&hey executed the same i 63 i /h&their authorized capacity(ie+, and that by &&&4air signature@ on the instrument the personw, or the entity upon behalf of which the perso P acted, executed the instrument. WITNESS my handand official seal. ignature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: 0 Individual Cl Individual 0 Corporate Officer 0 Corporate Officer Title(s): Title(s): 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited Cl General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 1 1 1 Signer Is Representing: 1 Q 1995 National Notary Association * 8236 Remmet Ave., P.O. Box 7164. Canoga Park, CA 91309.7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6827 AMENDMENT NO. 2 TO AGREEMENT FOR LIBRARY REDESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the w day of 5&c , 1997, amending the agreement dated January 8, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for library redesign services for the Carlsbad City Library project, hereinafter referred to as the “Project.” RECITALS WHEREAS, the initial agreement, dated January 8, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement desire to alter the ’ scope of work to include lighting redesign of the auditorium and related work; and , t . . WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide, or cause to be provided by others, additional services to include a review of the existing lighting design plans for the Project and make appropriate recommendations for the auditorium lighting requirements for the Project. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not-to-exceed $3,306. Contractor shall include costs for this additional work within Contractors regular monthly invoices for the work under the aforementioned January 8, 1997 agreement with City. 9/l l/96 . 9 . ’ . : 8 3. All other provisions of the aforementioned agreement entered into on January 8,1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CITY OF CARLSBAD, a municipal corporation of the State of California Cardwell/McGraw, Architects ~txAr*rW b kcul , yLm&.J-x (print name/title) ’ (sign here) ATTEST: (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY 9/l l/96 - I ‘!. c CALIFORNIA ALL-PU~~P~SE ACKNOWLEDGMENT State of California County of San Diego On TUfJG -r++ 6, 1447 before me, g.~&o*fl vo FJmyy~L~ + i:. p DATE personally appeared e/ C w M 0 IJ W * BA I-b w 1 N * , NAME(S) W SIGNER(S) 0 personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person wwhose namemis/aK subscribed to the within instrument and ac- knowledged to me that he/@&h&executed the same in his/ authorized capacity(i4$), and his/$+t$/tt?&r signature(Non the instrument the persow or the entity upon behalf of which the person-#) acted, executed the instrument. WITNESS mv hand and official seal. . SKiNATURE Of NOTARY OPTIONAL Though the data below is not required by law, ii may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 INDIVIDUAL Ia CORPORATE OFFICER /%bWD&dZrJT #0,0-&l-u - c PQ;E&7’D~ . \ TITLE(S) 0 PARTNER(S) 0 LIMITED c] GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 51 t;W;;IAN/CONSERVATOR b--w-&M-T %& LibeAily TITLE OR TYPE OF DOCUMENT &f)m oa. f-9 * NUMBER OF PAGES q/t\ 196 ’ DATE OF DOCUMENT SIGNER IS REPRESEN.mNG: T?K;?fwr6 PlLD ‘.d J Q I SIGNER(S) OTHER’THAN NAMED ABOVE AMENDMENT NO. 1 TO AGREEMENT FOR LIBRARY REDESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT This Amendment is entered into and effective as of the ip day of A? ttfC ) 1997, amending the agreement dated January 8, 1997 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and CardwelVMcGraw, Architects, hereinafter referred to as, “Contractor” for library redesign services for the Carlsbad City Library project. RECITALS WHEREAS, the initial agreement, dated January 8, 1997 identified a scope of work for library redesign services; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to include field survey and clarification of existing site conditions ; and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. Contractor shall provide additional services to include field survey to clarify existing site conditions that may be in conflict with existing “as-built” information for the proposed project site. Contractor shall field survey, or coordinate with others required field survey, provide office time and drafting time, necessary to accomplish verification of existing site conditions. 2. City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not-to-exceed $2,300. Contractor shall include costs for this additional work within Contractor’s regular monthly invoices for the work under the 9/l l/96 aforementioned January 8, 1997 agreement with City, 3. All other provisions of the aforementioned agreement entered into on January 8, 1997, by and between City and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor shall include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CardwellIMcGraw, Architects By: +PfiA-lwrt (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST: l-kz 4, /YY7 DAT@ ’ pffk-we h (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY . Deputy City Attorney 9/l l/96 - * - ” CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Date personally appeared ma b aTt+&y , Name &nd Title of Officer (8.b.. “Jane Doe,&taly Public”) I enflcJ e \ I c Name(s) of Signer(s) 0 personally known to me - OR - R roved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ETSYLFM?NES Corwdsslon #IQ995?2 P NotayPUbllC-WV- San Dlego County My Corn Expires Ms 15ZOC0 WITNESS my hand and official seal. Though the information below is not required by /aw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: 2 Signer(s) Other Than Named Above: n- Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General q Attorney-in-Fact 0 Trustee q Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: Cl Individual Cl Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1995 National Notary Association * 6236 Remmet Ave., P.0. Box 7164 s Canoga Park, CA 91309.7184 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 AGREEMENT FOR LIBRARY DESIGN SERVICES FOR THE CARLSBAD CITY LIBRARY PROJECT THIS AGREEMENT, made and entered into as of the %I day of .Amw)( , 1997, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and CARDWELUMcGRAW, ARCHITECTS, hereinafter referred to as “Contractor.” RECITALS City requires the services of a library design architecture Contractor to provide the necessary library design architecture services for preparation of final plans, specifications, and construction documents for the Carlsbad City Library project; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS Contractor shall provide library design architecture services to City to complete the final plans, specifications, and construction documents for the Carlsbad City Library project, hereinafter referred to as the “Project.” Contractor shall utilize the Project’s previously approved 1991 document package and incorporate the following changes, thereby creating a new set of final project plans, specifications, and contract documents suitable and appropriate for public bidding by City: rev. 6126196 a. b. C. d. e. f. 9. h. Changes in Building Regulatory Requirements Resubmittal of Project Documents for Necessary Approvals Changes in Construction Products and Technology Changes in Library Services and Technology Changes in Project Documentation and the Construction Process Changes in Site Conditions and Site Planning Codes Revisions to 1991 Completed Construction Documents Restart Project Team Including All Required Professional Disciplines and Sub-Consultants Contractor’s detailed scope of work is identified as Exhibit “A” entitled “Project Scope Document” attached hereto and incorporated by reference herein. Contractor shall attend all meetings with City staff and sub-consultants related to the design as may be necessary to accomplish the Project. Contractor shall attend up to a total of five (5) public hearings as a basic service, including but not limited to, City Council hearings, Planning Commission hearings, Library Board meetings, and other public meetings as required for the design of the project. Contractor shall produce and provide all copies of necessary submittal materials, reports, exhibits, drawings, plans, specifications, elevations, design data, and other information to all public agencies whose approval is required for the Project. 2. CITY OBLIGATIONS The City shall provide to Contractor copies of all existing and available 2 rev. 8/26/96 drawings, exhibits, data, reports, plans, and other documents currently in its possession that will assist Contractor with the Project. City shall provide suitable and available meeting space in existing and available City facilities for Contractor to undertake necessary meetings with City personnel required for the Project. City shall designate an authorized representative with which Contractor shall coordinate the Project. City shall pay Contractor in accordance with the terms and conditions as stated herein. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within 180 days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Manager or his authorized representative . The City Manager or his authorized representative will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $378,079. in accordance with attached Exhibit “A”. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” Incremental payments shall be made upon receipt of monthly 3 rev. 8126196 - invoices from the Contractor reflecting percentage of completed work. Said monthly invoices shall require prior review and approval of the City, the approval of which shall not be unreasonably withheld. 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the City Manager based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within ten (10) days of completion and approval of the final plans, specifications, and contract documents for the Project by City, the Contractor shall deliver to the City the following items: One (1) set of reproducible mylar project drawings Three (3) sets of blackline paper prints of the project drawings Three (3) sets of CADD disks of the CADD generated project drawings One (1) set of camera ready 8.5” by 1 I” specifications Three (3) sets of bound specifications Three (3) sets of disks containing the complete specification and contract 4 rev. 8126196 a. documents package, compatible with WORD, version 7.0, WINDOWS 95 CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, rev. 8/26/96 the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the City Manager or his authorized representative. The City Manager or his authorized representative shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; 6 rev. 8/26/96 however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City Manager or his authorized representative. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Manager or his authorized representative or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days. In an effort to resolve any conflicts that arise during the design or construction of the project or following completion of the project, the City and the Contractor agree that all disputes between them arising out of or related to this agreement shall be submitted to non-binding mediation unless the parties mutually agree otherwise. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, 7 rev. 8126196 the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act, 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 the City of Carlsbad seeks to rewver penalties pursuant to the False Claims Act, it is entitled to rewver its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. ? (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, rev. 8/26/96 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. e (Initial) 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or his/her employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or his/her employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any rev. 8126196 balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local in effect on the date of acceptance of the contract documents by the City. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for his/her records. The City acknowledges the Contractor’s construction documents as instruments of professional service. Nevertheless, the plans and specifications prepared under this agreement shall become the property of the City upon completion of the work and payment in full of all moneys due to the contractor. The City shall not reuse or make 10 rev. 8126196 any modification to the plans and specifications without prior written authorization of the Contractor. The Contractor shall be deemed the author of such electronic data, documents, and design, and shall retain all rights not specifically conveyed, and shall be given appropriate credit in any public display of such documents. 17. REPRODUCTION RIGHTS The City shall have the right to make copies, at its own expense, of the completed and accepted plans, specifications, and related project documentation, data, exhibits, reports, drawings, renderings, and other project information and materials. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, and employees from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission 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, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at its own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, and employees. Contractors indemnification of City shall not be limited by any prior or subsequent declaration by the Contractor. 11 rev. 8/26/96 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the 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 contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or 12 rev. 8/26/96 similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this 13 rev. 8126196 responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract 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 work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall 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-V and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraoes and Limits. Contractor shall maintain the types of wverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1,000,000 combined single-limit per accident for 14 rev. 8/26/98 bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance wverages 15 rev. 8126196 required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 16 rev. 6/26/96 27. RESPONSIBLE PARTIES The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title Name Address For Contractor: Title Name Address Architect/License Number: Municipal Projects Manager John J. Cahill 2075 Las Palmas Drive Carlsbad, California 92006 Principal Richard Cardwell 1221 Second Avenue, Suite 300 Seattle, Washington 98101 C21027 - State of California For Contractor: Title Principal Name Kennon W. Baldwin Address 701 B Street, Suite 200 San Diego, California 92101 Architect/License Number: Cl0382 - State of California rev. 6126196 17 2%. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision rev. 6/26/96 ia hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. .-- Executed by Contractor this %‘/‘I CONTRACTOR: c4 dwell IMcGrsLJ !b&‘l=te~e (na;e of Contractor) . p \flov\ u l ri?t name/title) b.(dti 1~ , prthc;pc/ ATTEST: day of ,\a,v\ M&k\/ , 1997. 1 By: (sign here) (print name/title) ALETHA L. RADTENKRANZ City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that offir to bind the corporation.) APPROVED AS TO FORM: rev. 6126196 19 - EXHIBIT A CardweWMcGra w A rchuects September 24, 1996 (revised December 12,1996) PROJECT SCOPE DOCUMENT Project: Carlsbad City Library Update Project No.: 96013 I. PROJECT DESCRIPTION Description: Location: Update and revise existing documents for approximately 6f$OOO s.f. two story library building. f , 6925 El Camino Real Carlsbad, CA 92008 Client: City of Carlsbad, California 2075 Las Palmas Drive Carlsbad, CA 92009 Special Features: Implement program revisions by the Owner Special Considerations: Update project to conform to current building codes. Assess and evaluate impacts of technological advancement and changes in industry standards. II. DESCRIPTION OF SERVICES A. Basic Services Included The following Basic Services are included in the scope of this Project. Basic Services are further defined by the attached Architectural Task Summary (updated December 12, 1995). 1. DISCIPLINES INCLUDED a. b. 2 e. f. if: i. Architectural Structural Engineering Mechanical/Plumbing Engineering Electrical Engineering Civil Engineering Landscape Architecture Interior Design Cost Estimating Audio-Visual 2. DESIGN DEVELOPMENT PHASE SERVICES a. b. C. d. e. f. :: Evaluate existing documents for conformity to current building codes and recommend corrective action. Evaluate the existing project design and specified systems with regard to advances in current technology and industry standards. Assist the Owner in evaluating the above and deciding on appropriate revisions to the project. Evaluate impacts of incorporating programmatic revisions (identified in July scoping workshops) into the project design. Prepare Design Development Documents to fix the Project as to final revisions, specific system, materials and other elements. Advise the Owner of adjustments to the previous estimate of Construction Cost. Prepare and submit revised C.U.P. package. Attend Public Hearings - five (5) meetings included in basic services. 3. CONSTRUCTION DOCUMENTS PHASE SERVICES a. b. C. Update existing Construction Documents incorporating items identified in Design Development. Update existing furnishing plans. Assist the Owner in filing documents required for approval by governmental authorities having jurisdiction. B. Additional Services Included In addition to Basic Services delineated above, the following services are included in this proposal as “Additional Services”: 1. Preparation of C.U.P. submittal package (update original), submit and respond to comments, questions, or issues during processing. 2. Interior Design Services for interior finishes, furnishings and furniture. 3. Engineering of mechanical equipment yard structures - revisions to design/redesign roof structure and retaining walls to incorporate revisions to equipment/layouts and possibly relocate or revise equipment. 4. Structural engineering familiarity review, quality assurance review and assumption of Engineer of Record responsibility. This is necessary due to the fact that the original structural engineering firm is no longer in business. 5. Prepare preliminary budget estimate for basement and update 1991 estimate to current pricing. C. Optional Additional Services In addition to the services listed above as Additional Services Included, the following are offered as Optional Services which will be provided upon your direction and agreement for compensation. Hourly services and reimbursable expenses shall be according to the attached Schedule of Hourly Billing Rates. 1. Relocate chillers and pumps from equipment yard. 2. Revise HVAC system from current system. -. CardwelUMcGra wA/cf&xts - 3. 4. 5. 6. 7. Mechanical systems life cycle cost nwdeling. Drainage design calculations and documents if required. Renderings and Models: 2-D or 3-D hand or computer-generated renderings, and scale study or presentation models. Scanning hand-drawn drawings Into AutoCAD Format for archive purpose (does not allow layer controis). Other Additional Services including , but not limited to: a. Site Planning and Evaluation beyond those listed services. b. Planning for Future Expansions. i: Additional Field Verification. Services after Substantial Completion of the Project. e. Providing any other services not other&e included in this proposal or not customarily furnished in accordance with generally accepted Architectural Setvlces. III. DELIVERABLES A. Design Development Phase Deliverables :: Design Development Drawings Project Schedule 3. Design Development Packege q incktdlng basis of design, project dela and outline of proposed revisions to Specifications. These will sotve to confirm the update analysls and accepted recommendations. . 4. Updated preliminary estimate of Constructlon Cost. i* Color Boards for Interior Finishes, Furnishings and Furniture. 7: Estimate of installed cost for library shelvtng and furnishings. Furniture specifications for all items deslgnated to be bid. B. Construction Documents Phase Deliverables 1. 2. 3. 4. 5. 6. Construction Drawlngs - 1 set reprodudble mylar drawings, 3 sets bleckllne prints, 3 sets disks of CAD drawings Specificatfons - 1 set camera ready, 3 sets bound, 3 sets disks compatible with WORD ver. 7.0, Windows 95 Calculations - structural, energy, etc. Forms and permit applications as required Final estimate of Construction Cost Flnal bid package for shelving and fumishlngs items designated to be bid. IV. SCHEDULE The Schedule for this Project will be developed during the Design Development Phase. V. QUALIFICATIONS A. AssumptionslUnderstandings 1. Scope of work is limited to program items identified in July scoping workshops, applicable code updates, and updates/revisions to building equipment and systems due to technological advances. 2. City of Carlsbad will provide updated Geotechnical Report and retain Geotechnicai Engineer to review and sign grading plans Cl-C4. 3. City of Carisbad will contract dlrediy with consultants/vendors outslde this contract for the following related services: Security Telephone/Computer Data/Networking Other services as may be required. We will coordinate with these consultants as necessary to incorporate required conduit, junction boxes, power supply, etc. into the project construction documents. 4. Many drawings will be in electrunic format (AutoCAD rei. 12). However, some drawings were prepared by hand approximately 5 years ago and will nol be converted. B. Exclusions from the Project Scope I. The following services: Security Telephone/Computer Data/Networking VI. SlJPPORTtNG DOCUMENTS/INFORMATION The items listed Leiow are considered as if included herein and as part of the scope of this Pro]ect: l CanlweiVMcGraw drawings - First and Second Floor Plan 07/10/98 9 CardweiVMcGraw drawings - First and Second F ioor Plan showing proposed revisions 08108198 l CardweWMcGraw drawing - Basement Plan 07122196 - deleted from scope per Carisbad letter of 1 l/06/96. l CardweWMcGraw moeting minutes from scoping sessions - Sept. 10, 11 & 24, 1990 l Architectural Task Summary - September 24,1996 (revised December 12,1996) l Schedule of Hourly Billing Rates (March 1, 1995) . CardweWMcGraw Architects ARCHITECTURAL TASK SUMMARY: REVISIONS TO CARLSBAD LIBRARY DOCUMENTS lUl2196 FILE C/T M/B SCOPE OF REVISONS DESIGN DEVELOPMENT PROJECT START-UP AND DOCUMENT RETRIEVAL 24 16 CAD SOURCE FILE FORMAT UPDATE 24 16 DRAWINGS: 1994 TITLE 24 REDMARKS 0 40 DRAWINGS: DEPARTMENTAL REVISIONS 80 16 REVIEW SPECIFICATIONS 0 12 USER GROUP REVIEW MEETINGS AND PREPARATION 40 12 CITY COUNCIL PRESENTATION AND PREPARATION 16 6 PROJECT MGM’T, COORDINATION, CONTRACTS 20 68 FURNISHINGS LAYOUT COORDINATION 16 0 AV LAYOUT COORDINATION 16 0 SUBTOTAL DESIGN DEVELOPMENT 236 186 CONSTRUCTION DOCUMENTS Tl TITLE SHEET T2 ABBREVIATIONS,LEGEND, GENERAL NOTES Al ARCHITECTURAL SITE PLAN A2 ENLARGED SITE PLAN A3 ENLARGED SITE PLAN A4 ENLARGED SITE PIAN A5 NOT USED A6 OVERALL FIRST FLOOR PLAN A7 OVERALL SECOND FLOOR PLAN A8 FIRST FLOOR PLAN - SECTOR A A9 FIRST FLOOR PLAN - SECTOR B Al 0 FIRST FLOOR PIAN - SECTOR C Al 1 FIRST FLOOR PIAN - SECTOR D Al2 SECOND FLOOR PLAN - SECTOR A Al3 SECOND FLOOR PLAN - SECTOR B Al4 ROOF PIAN Al5 ENLARGED PLANS Al6 ENLARGED PLANS - AUDITORIUM A 17 SCHEDULES A17.1 SCHEDULES A 17.2 FIRST FLOOR FINISH PLAN Al 8 EXTERIOR ELEVATIONS Al 9 ENLARGED ELEVATIONS A20 ENLARGED ELEVATIONS A21 OVERALL BUILDING SECTIONS A22 OVERALL BUILDING SECTIONS A23 WALL SECTIONS A24 WALL SECTIONS mylar 0 j39512 0 PSI 4 psienla2 2 psienla3 4 psienla4 4 pfll 8 pf12 8 pflla 24 pfllb 24 pfllc 24 pflld 24 pfl2a 24 pfl2b 24 Pfl 4 pen11 4 pen12 32 sched 16 sched2 16 mylar 12 eel 16 eenll 16 een12 16 xbl 16 xb2 16 xwa 4 xwb 4 24 NEW CAD BASE AND REVISE 12 COORD. REVISIONS 16 ADA PARKING REVISIONS 2 BASEMENT/UTILITY SITE REVISIONS 4 CHILDREN’S GARDEN REVISIONS 4 REVIEW/COORD. 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 0 CODE/PROGRAM REVISIONS 12 REVIEW/COORD. 16 ADA TOILET ROOM REVISIONS 0 CODElPROGRAMlAV REVISIONS 0 COORD. REVISIONS 0 COORD. REVISIONS 0 HAND DRAFT REVISIONS ON MYLAR 16 REVIEW/COORD. 12 REVIEW/COORD. 12 REVIEW/COORD. 4 REVIEW/COORD. 4 REVIEWICOORD. 4 REVIEWZOORD. 4 REVIEW/COORD. A25 WALL SECTIONS A25.1 WALL SECTIONS A26 WALL SECTIONS A27 WALL SECTIONS A28 WALL SECTIONS A29 INTERIOR ELEVATIONS - TOILET ROOMS A30 INTERIOR ELEVATIONS - TOILET ROOMS A31 INTERIOR ELEVATIONS A32 INTERIOR ELEVATIONS A33 INTERIOR ELEVATIONS A34 INTERIOR ELEVATIONS A35 INTERIOR ELEVATIONS A36 INTERIOR ELEVATIONS A37 INTERIOR ELEVATIONS A38 INTERIOR ELEVATIONS A39 INTERIOR ELEVATIONS A40 INTERIOR ELEVATIONS A41 INTERIOR ELEVATIONS A42 INTERIOR ELEVATIONS A43 INTERIOR ELEVATIONS A44 INTERIOR ELEVATIONS A45 INTERIOR ELEVATIONS A46 INTERIOR ELEVATIONS A47 INTERIOR ELEVATIONS A48 NOT USED A49 FIRST FLOOR REFL CEILING PIAN - SECTOR A A50 FIRST FLOOR REFL CEILING PLAN - SECTOR B A51 FIRST FLOOR REFL CEILING PLAN - SECTOR C A52 FIRST FLOOR REFL CEILING PLAN - SECTOR D A53 SECOND FLOOR REFL CEILING PLAN - SECTOR A A54 SECOND FLOOR REFL CEILING PLAN - SECTOR B A55 VERTICAL CIRCULATION A56 VERTICAL CIRCULATION A57 DETAILS - SITE A57.1 DETAILS - SITE A58 DETAILS - EXTERIOR A59 DETAILS - EXTERIOR A60 DETAILS - DOOR AND WINDOW A61 DETAILS - DOOR A62 DETAILS - INTERIOR A63 DETAILS - INTERIOR A63.1 DETAILS - INTERIOR A64 DETAILS - INTERIOR A65 CASEWORK 8 MILLWORK A66 CASEWORK & MILLWORK A67 CASEWORK & MILLWORK A68 CASEWORK 8 MILLWORK A69 CASEWORK S MILLWORK A69.1 CASEWORK & MILLWORK A70 FIRST FLOOR FURNITURE PLAN - SECTOR A A71 FIRST FLOOR FURNITURE PIAN - SECTOR B A72 FIRST FLOOR FURNITURE PLAN - SECTOR C xwc 4 4 xw9 4 4 xwd 4 4 xwe 4 4 xwf 4 4 iea 0 16 ieb 0 16 5W50 24 0 5W50 24 0 5W50 24 0 -5W50 24 0 50150 24 0 5W50 24 0 5W50 24 0 5W50 24 0 5W50 24 0 5W50 24 0 5W50 24 0 5W50 24 0 50150 24 0 5W50 24 0 50/50 24 0 50150 24 0 50/50 24 0 prcla 16 4 prclb 16 4 prclc 16 4 prcld 16 4 prda 16 4 prc2b 16 4 vcircl 4 8 vcirc2 4 8 deta57 4 16 deta571 4 16 deta58 4 4 deta59 4 4 deta60 4 0 deta61 4 0 deta62 4 0 deta63 4 0 mylar 16 0 deta64 16 0 mylar 32 0 mylar 32 0 mylar 24 0 mylar 24 0 myjar 24 0 mylar 24 0 pfumla 12 0 pfumlb 12 0 pfumlc 12 0 REVIEW/COORD. REVIEWICOORD. REVIEW/COORD. REVIEW/COORD. REVIEW/COORD. ADA TOILET ROOM REVISIONS ADA TOILET ROOM REVISONS COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COMPILE AND REVISE COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS COORD. REVISIONS REVIEW/COORD. ADD SITE DETAILS AT CHILDREN’S REVIEW/COORD. REVIEW/COORD. REVIEW/COORD. REVIEW/COORD. REVIEW/COORD. REVIEW/COORD. HAND DRAFT REVISIONS ON MYLAR REVISIONS TO ADA STAIRS/SIGNS NEW CAD BASE AND REVISE NEW CAD BASE AND REVISE HAND DRAFT REVISIONS ON MYLAR HAND DRAFT REVISIONS ON MYLAR HAND DRAFT REVISIONS ON MYLAR HAND DRAFT REVISIONS ON MYLAR NEW CAD LAYER AND REVISE NEW CAD LAYER AND REVISE NEW CAD LAYER AND REVISE A73 FIRST FLOOR FURNITURE PLAN - SECTOR D A74 SECOND FLOOR FURNITURE PLAN - SECTOR A A75 SECOND FLOOR FURNITURE PIAN - SECTOR B A76 FIRST FLOOR SIGNAGE PLAN A77 SECOND FLOOR SIGNAGE PLAN A78 SIGNAGE DETAILS A79 SIGNAGE DETAILS ARCH. DRAWING COORDINATION 20 20 PERMIT SUBMITTAL/CORRECTIONS 4 16 SPECIFICATIONS PRODUCTlONlCOORDlNATlON 40 100 PROJECT/CLIENT MEETINGS 16 16 CONSULTANT COORDINATION 16 36 PUBLIC ART COORDINATION 40 0 QUALITY ASSURANCE REVIEWS 16 40 SUBTOTAL: CONSTRUCTION DOCUMENTS 1.366 506 TOTAL HOURS: DD AND CD 1,602 692 pfurnld 12 0 NEW CAD LAYER AND REVISE pfurn2a 12 0 NEW CAD LAYER AND REVISE pfurn2b 12 0 NEW CAD LATER AND REVISE mylar 12 0 NEW CAD LAYER AND REVISE mylar 12 0 NEW CAD LAYER AND REVISE mylar 8 0 HAND DRAFT REVISIONS ON MYLAR mylar 8 0 HAND DRAFT REVISIONS ON MYLAR CardwellLMcGra w Architects SCHEDULE OF HOURLY BILLING RATES: (Effective March 1, 1995) Principal Senior Associate Project Architect Architect Job Captain Drafter Clerical $130.00 $105.00 $ 90.00 $ 75.00 $ 75.00 $ 60.00 $ 50.00 Reimh.w&le FxDenses Reimbursable expenses are actual expenses made by the Architect, the Architect’s employees and consultants in the interest of the Project and include, but are not limited to the following expenses: 1. Expenses of transportation in connection with the Project; living expenses in connection with out-of-town travel and long distance communications, as approved by, and negotiated with Owner. 2. Expenses of reproductions including plotting/printing of CAD files and other electronic data, postage, delivery and handling of drawings and other documents. 3. Expenses of data processing and photographic production techniques when used in connection with Additional Services. 4. When authorized by the Owner in writing, expense of overtime work requiring higher than regular rates. Reimbursable expenses shall be billed at cost + 15% administration costs. C:lAhNPRO\WCSWTESUIT 1 i $ -j- 1 -A-- l I 1 - -... - T 1 i I i i 5 I t - L r I r ; - - -- - -* - t ! 5i 1 %I i P “i.- . ja 1 !- t ;gi 0. ‘I-* . iI i 1 ;g ! l I-- 4 ;k ii 1 t :;- If; :% it h’ $ mm I 1 , I / I / I ,. / , + 1 I I i- -!- I._ ! ! I ‘-j-- 1 - - i 8 i I ! .- --- +*-.--- I ) 0 g-- i.. ! I 1 1 ;... I i 1 r- I 1 3 I. , I 'I-- I 1 - I 1 _ + fI- 9 t- r P i ! I t i “! -TJ 1 j ! I I ; “‘1. i! I j !- . L... q .._I .- $’ ; ; : i i ] / I gvip- i ! i /JjT&+ d if 1 : I-: / / L ..A ..J... .i, I,-- ++ ! ! I 31$1 / i I i i : I : : ; : . 1 .-. I 1 I 1 I -4 I - 1 : , -*.-. i : 1. . ! I : *.__; ---.m-&.-. i... y : I $' ,g I ! : ji II ; I,,. 1 m-!?:;: _ {. -. . . ! T .-' ! I / i ., 6 . : . . . ! I T i-- . . f . I I E r ,! % F , : ! I! a D P z % I _-. -- T k CdLlFORNlA ALL-F’URF’L-rE ACKNOWLEDGMENT - State of County of SQ y i&g0 On !-SF9 Dati? personally appeared P Name(s) of Signer(s) ersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: fq f f$\b,f fi Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) &Id l . Wlb 0 Individual &&Llt” - J%Corporate Officer .n . . 1 ’ Title(s): r%MCl pa1 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 3 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here Signer’s Name: G Individual 0 Corporate Officer Title(s): 0 Partner - 3 Limited 0 General q Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 1995 National Notary Association * 6236 Remmet Ave., P.O. Box 7164 * Canoga Park, CA91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 January 28,1997 Attention: Ken Baldwin McGraw-Baldwin Architects 70 1 “B” Street San Diego, CA 92101 Re: Design Work for the Carlsbad City Library Project The Carlsbad City Council, at its meeting of January 21, 1997, adopted Resolution No. 97-27, approving a consultant agreement with Car-dwell/McGraw Architects for design work for the Carlsbad City Library project. Enclosed please find a fully signed original agreement and a copy of Resolution No. 97-27 for your tiles. &z+,,, Assistant City Cler KRK:ijp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 - (619) 434-2808 January 28,1997 Attention: Richard Car-dwell Car-dwell Thomas Architects 1221 Second Avenue, Suite 300 Seattle, WA 98101 Re: Design Work for the Carlsbad City Library Project The Carlsbad City Council, at its meeting of January 21, 1997, adopted Resolution No. 97-27, approving a consultant agreement with Cardwell/McGraw Architects for design work for the Carlsbad City Library project. Enclosed please find a fully signed original agreement and a copy of Resolution No. 97-27 for your files. L KRK:ijp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 - (619) 434-2808