HomeMy WebLinkAboutHeritage Architecture and Planning Inc; 2009-11-02;AGREEMENT FOR ARCHITECTURAL SERVICES
FOR LEO CARRILLO RANCH BARN/THEATER RESTORATION
Heritage Architecture and Planning
THIS AGREEMENT is made and entered into as of the <- day of
20Q<j . by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and Heritage Architecture and Planning Inc., a corporation
("Contractor").
RECITALS
A. City requires the professional services of an architectural consulting firm
that is experienced in contract preparation and construction methods for restoration of
historical buildings in accordance with The Secretary of the Interior's Standards for the
Treatment of Historic Properties.
B. Contractor has the necessary skills, qualifications and experience in
providing professional services and in preparing plans and specifications related to the
project and has demonstrated their expertise, knowledge of and positive past
performance in regards to similar work at the project site.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one year from the date first
above written. The City Manager may amend the Agreement to extend it for (1)
additional one year periods or parts thereof in an amount not to exceed Two -
thousand, nine hundred and eighty sixty dollars. ($2.986) per Agreement year.
Extensions will be based upon a satisfactory review of Contractor's performance, City
City Attorney Approved Version #05.06.08
needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement. The work under
this contract will begin within ten (10) days after receipt of notification to proceed by the
City and be completed within 75 calendar days of that date. Extension of time may be
granted if requested by the Contractor and agreed to in writing by the City. The City 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.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be Twenty-nine thousand, eight hundred and sixty dollars. ($29.860). No other
compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. The City reserves the right to withhold a ten percent
(10%) retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
City Attorney Approved Version #05.06.08
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by
the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials,
employees and volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will survive the expiration or early
termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:VM". OR with a surplus line insurer on the State of California's List of
Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide
of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and
employees make no representation that the limits of the insurance specified to be
carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If
Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
City Attorney Approved Version #05.06.08
10.1.1 Commercial General Liability Insurance. $1.000.000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits will apply
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation
will not be required if Contractor has no employees and provides, to City's satisfaction, a
declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor
under this Agreement.
City Attorney Approved Version #05.06.08
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of
the Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement:
For City:
Name Liz Ketabian
For Contractor:
Title Park Planner
Department Parks & Recreation
City of Carlsbad
Address 799 Pine Ave.. Suite 200
Carlsbad. CA 92008
Name_
Title
Stuart Sawasaki
Project Architect
Address 625 Broadway. Suite 800
San Dieao. CA92101
Phone No. 619-239-7888
Phone No.760-434-2978
City Attorney Approved Version #05.06.08
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way
affect the performance of the Services by Contractor. Contractor will at all times observe
and comply with these laws, ordinances, and regulations and will be responsible for the
compliance of Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act
of 1986 and will comply with those requirements, including, but not limited to, verifying
the eligibility for employment of all agents, employees, subcontractors and consultants
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not otherwise
settled by agreement between the parties. Representatives of Contractor or City will
reduce such questions, and their respective views, to writing. A copy of such
documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative
receiving the letter will reply to the letter along with a recommended method of
resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City
Manager. The City Manager will consider the facts and solutions recommended by each
City Attorney Approved Version #05.06.08
party and may then opt to direct a solution to the problem. In such cases, the action of
the City Manager will be binding upon the parties involved, although nothing in this
procedure will prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will not exceed the lump sum fee payable under this Agreement. City will make the
final determination as to the portions of tasks completed and the compensation to be
made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to
City must be asserted as part of the Agreement process as set forth in this Agreement
and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that
California Government Code sections 12650 et seq.. the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is
City Attorney Approved Version #05.06.08
entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor
on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #05.06.08
8
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
*By: /-
CITY OF CARLSBAD, a municipal
corporation of the State of California
(sign here)City Manager or May
(print name/title)ATTEST:
(print name/title)
(JOY®
(e-mail address)
If required by City, proper notarial acknowledgment of execution by
attached. If a Corporation. Agreement must be signed by one corporate/'ttffJ«JeV>from
each of the following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
L, City Attorney
City Attorney Approved Version #05.06.08
HERITAGE
ARCHITECTURE & PLANNING
EXHIBIT "A"
SCOPE OF SERVICES
TASK I: Initial Organization /Site and As-Built Verification
1. Heritage Architecture & Planning (Heritage) shall provide one site visit to verify
the site and as-built conditions. Any additional site visits and meetings shall be
considered Additional Services.
2. Investigate the site with necessary consultants.
3. Photograph the building and portions of the site for reference.
4. Verify field measurements.
5. Analyze, evaluate, correlate and organize information.
6. Confirm information with the City.
TASK II: Construction Documents Update
Based upon the completion of Task I, Heritage will update the Construction
Drawings and Specifications for the build-out for the Barn Theater Restoration
Project. The Construction Drawings will contain all information necessary to
construct the project.
1. Heritage will prepare detailed drawings, specifications, engineering calculations
and required architectural systems for approval by the City of Carlsbad.
Construction documents shall be completed on AutoCAD and shall be reviewed
by the City at the final 100% document stage.
2. RBF Consulting will update the site utility plan, will provide coordination, and
meet with Heritage.
3. Melvyn Green and Associates will provide wall and upgraded roof framing,
details, and structural calculations to support the Bam Theater Restoration
Project.
4. M-E Engineers will update the mechanical, plumbing, and electrical equipment
schedules and provide necessary documents complying with the current
California Energy Efficiency (Tide 24) Standards.
625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERJTAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286
HERITAGE
ARCHITECTURE a PLANNING
5. Specifications. Heritage will provide specifications for proposed architectural,
structural, and electrical systems. Specifications will use CSI format and shall be
prepared on Microsoft Word software. The City will provide the front-end
specifications.
6. Heritage will attend one meeting with City staff to discuss the project's progress.
BREAKDOWN OF SERVICES & FEES
LEO CARRILLO RANCH BARN / THEATER RESTORATION
TASK
Task I
Task II
RATE HOURS COST
Initial Organization / Site and As-Built Verification
• Senior Principal
• Project Architect
• Intermediate Draftsperson
• Clerical
Subtotal for Task I
Construction Documents Update
• Senior Principal
• Project Architect
• Specification Writer
• Intermediate Draftsperson
• Clerical
Subtotal for Task II
$ 200 2
$ 130 8
$ 85 16
$ 70 4
$ 200 4
$ 130 32
$ 95 10
$ 85 64
$ 70 4
$ 400
$ 1,040
$ 1,360
$ 280
$ 3,080
$ 800
$ 4,160
$ 950
$ 5,440
$ 280
$ 11,630
SUMMARY OF COSTS
• Heritage Architecture & Planning
• Melvyn Green & Associates
• M-E Engineers
• RBF Consulting
Total
Reimbursable Expenses
GRAND TOTAL
$ 14,710
$ 5,000
$ 6,000
$ 3,150
$ 28,860
$ 1,000
$ 29,860
625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HEWTAGE@HERITAGEARCHITECTURE.COM FAX: (519.234.6286
HERITAGE
ARCHITECTURE & PLANNING
SCHEDULE OF FEES
Hourly Rates Basic Costs
Senior Principal $200.00/Hour
Principal $165.00/Hour
Project Manager $130.00/Hour
Project Architect $130.00/Hour
Project Historian $120.00/Hour
Preservation Planner $ 110.00/Hour
Architectural Historian $110.00/Hour
Historian $110.00/Hour
Specification Writer $ 95.00/Hour
Senior Designer $ 95.00/Hour
Senior Draftsperson $ 95.00/Hour
Graphic Artist $ 95.00/Hour
Report Writer $ 90.00/Hour
Intermediate Designer $ 85.00/Hour
Intermediate Draftsperson $ 85.00/Hour
Financial Controller $ 85.00/Hour
Research Assistant $ 70.00/Hour
Clerical $ 70.00/Hour
Architectural Trainee $ 50.00/Hour
Miscellaneous
This category includes materials, services, and equipment, which are not covered in the
hourly rate schedule. Miscellaneous items include:
B/W plots $ 5.00/Each
Color plots $ 5.00/SF
Automobile mileage $ 0.55/Mile1
Travel and subsistence, per day, (no alcohol) At cost
Printing, photography, long distance
telephone & faxes, & equip, rental At cost
Other Consultants Employed by the Client
Coordination of services from consultants employed by the Client usually generates
additional coordination work for Heritage Architecture & Planning, not included in the fee.
Heritage will provide a separate fee proposal to the Client if additional coordination is
necessary.
Terms
Payment for services is due upon presentation of the invoice. Invoices are normally
rendered on a monthly basis as either a partial or final billing.
1 2009 IRS Standard Mileage Rate (SMR)
625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERITAGE@HERITAGEARCHITECTURE.COM FAX:
619.234.6286
HERITAGE
ARCHITECTURE & PLANNING
Reimbursable Expenses
Reimbursable Expenses described below shall occur, as necessary, and be billed by the
Architect on an itemized statement specifying the type of service and/or the material
provided, copies of receipts, if applicable, the position of the person providing the service,
the person's hourly rate, the time spent and the cost incurred to provide the service.
Funding for the reimbursable expenses is provided to pay the Architect for the various
duties described below that do not lend themselves to precise estimation on a lump sum
basis, and for that reason is not included in the Basic Services. Reimbursable Expenses,
however, are essential to aid the Architect in the performance of the Basic Services and
Additional Services, when authorized.
• Printing and reproduction as required by the Consultant
• Film and Film processing as required by the Consultant
• Automobile Mileage/Travel related costs
• Long distance telephone/fax
• Equipment rental
• Report reproduction and expendable supplies (data duplication, historic
maps, historic photographs, field maps and graphics supplies).
Additional Services
The following services are available at an additional fee. This fee can be determined once
the scope of work is further defined.
• Bidding and Construction Observation
• Landscape architecture
• Drainage Study
• Erosion Control Plans
• Storm Water Pollution Prevention Plans
• Meetings beyond those indicated in the Scope of Work
• Public presentations
• Video documentation
• Professional photo work of archival quality
• Model construction
• Renderings
• Graphics design, signage, photo simulations
• Independent field testing
• Acoustical design
• Environmental documentation and research
• Archaeology
FF&E is not included in this Contract.
625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERITAGE@HERITAGEARCHITECTURE.COM FAX:
619.234.6286