HomeMy WebLinkAbout2022-07-12; City Council; Resolution 2022-165RESOLUTION NO. 2022-165
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH
DOMUSSTUDIO ARCHITECTURE LLP TO PROVIDE DESIGN SERVICES FOR THE
SCHULMAN AUDITORIUM AND CANNON ART GALLERY AUDIO-VISUAL
UPDATE PROJECT
WHEREAS, staff evaluated the current condition of the existing audio-visual systems at the
Schulman Auditorium and Cannon Art Gallery and found them to be deficient in quality or functionality
for the services needed in these rooms; and
WHEREAS, the city requires new audio-visual systems for these venues and has developed the
Schulman Auditorium and Cannon Art Gallery Audio-Visual Update Project, Capital Improvement
Program Project No. 4753, or Project; and
WHEREAS, staff advertised a Request for Proposal, or RFP, on the city website and received
proposals from three firms; and
WHEREAS, Domusstudio Architecture, LLP tendered a proposal in response to the RFP and was
found to be the highest ranked firm based on the city's best-value selection criteria published in the
RFP, and as provided in Carlsbad Municipal Code Sections 3.28.050 (D)(2) and 3.28.060(D), with their
proposal to design the project in an amount not to exceed $216,640; and
WHEREAS, sufficient funding is available in the Project budget, and no additional appropriation
is required at this time; and
WHEREAS, the City Planner has determined that the Project is exempt from the California
Environmental Quality Act, or CEQA, under State Guidelines Section 15301(d) which applies to the
restoration or rehabilitation of deteriorated or damaged structures, facilities or mechanical equipment
to meet current standards of public health and safety and no exception to the exemption as set forth
in CEQA Guidelines section 15300.2 applies to this Project.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as
follows:
1.That the above recitations are true and correct.
2.That the design services proposal submitted by Domusstudio Architecture, LLP in an
amount not to exceed $216,640 is approved.
EXHIBIT 1
July 12, 2022 Item #6 Page 4 of 28
3.That the Mayor is authorized and directed to execute the design services agreement
attached hereto as Attachment A.
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of
Carlsbad on the 12th day of :!.!:!.!Y, 2022, by the following vote, to wit:
AYES:
NAYS:
ABSENT:
Hall, Blackburn, Bhat-Patel, Acosta.
None.
Norby.
ft FAVIOLA MEDINA, City Clerk Services Manager
(SEAL)
July 12, 2022 Item #6 Page 5 of 28
MATT H1tdf!U1
~
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2O751
Attachment A
PSA22-1861FAC
AGREEMENT FOR DOVE LIBRARY SCHULMAN AUDITORIUM & CANNON ART
GALLERY DESIGN SERVICES, PROJECT NO. 4753
DOMUSSTUDIO ARCHITECTURE, LLP
\A.+-11v
THIS AGREEMENT is made and entered into as of the _ __._.....-___;_I ___ day of
lA , 2022, by and between the City of Carlsbad, a municipal
corporation, ("City'), and Domusstudio Architecture, LLP, a limited liability partnership,
("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in design
services for auditoriums and art galleries.
B. Contractor has the necessary experience in providing professional services and
advice related to design services.
C. Contractor has submitted a proposal under RFP22-1765FAC to City and has
affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of two (2) years from the date first above
written. The City Manager may amend the Agreement to extend it for two (2) additional one (1)
year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will not
exceed two hundred sixteen thousand six hundred forty dollars ($216,640). No other
compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not
exceed fifty thousand dollars ($50,000) per Agreement year. 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".
City Attorney Approved Version 6/12/18
July 12, 2022 Item #6 Page 6 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
PSA22-1861 FAG
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 th is
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys'
fees arising out of the performance of the work described herein ca used 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-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
July 12, 2022
City Attorney Approved Version 6/12/18
2
Item #6 Page 7 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
PSA22-1861 FAG
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an
"occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per
occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $2,000,000 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 Commercial General Liability
which shall provide primary coverage to the City.
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
City Attorney Approved Version 6/12/18
3
July 12, 2022 Item #6 Page 8 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2O751
PSA22-1861 FAG
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For City
Name Steven Stewart
Title Municipal Projects Manager
Department Public Works
City of Carlsbad
Address 1635 Faraday Ave.
Carlsbad, CA 92008
Phone No. 442-339-2938
For Contractor
Name Wayne Holtan
Title Project Manager
Address 2800 Third Avenue
San Diego, CA 92103
Phone No. 619-692-9393
Email wayne.holtan@domusstudio.com
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
City Attorney Approved Version 6/12/18
4
July 12, 2022 Item #6 Page 9 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
PSA22-1861 FAC
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all categories.
Yes ~ No □
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
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
July 12, 2022
City Attorney Approved Version 6/12/18
5
Item #6 Page 10 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
PSA22-1861FAC
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of C ity, 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 6/12/18
6
July 12, 2022 Item #6 Page 11 of 28
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
PSA22-1861FAC
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
Domusstudio Architecture, LLP, a limited
liability partnership
By:
By:
(sign here)
Wayne Holtan, Principal
(print name/title)
(sign here)
Jonathan Dominy,
Principal Managing Partner
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: v.Uo,
ATTEST:
for Faviola Medina,
City Clerk Services Manager
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: ~
Assistant City Attorney
City Attorney Approved Version 6/12/18
7
July 12, 2022 Item #6 Page 12 of 28
PSA22-1861FAC
City Attorney Approved Version 6/12/18
8
EXHIBIT “A”
SCOPE OF SERVICES AND FEE ALLOTMENT
Summary of Tasks and Scope:
Task Service Description Not-to-exceed
fee amount
1 Review and Programming $30,715
2 Construction document development $99,175
3 Permitting and third-party estimating $16,985
4 Bidding assistance $11,605
5 Construction Administration $41,410
6 Mechanical engineering services $6,750
7 Not-to-exceed allowance for itemized reimbursable expenses $10,000
TOTAL, not-to-exceed proposal price $216,640
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 13 of 28
PSA22-1861FAC
Exhibit "A"
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 14 of 28
domusstudio architecture
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 15 of 28
domusstudio architecture
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 16 of 28
domusstudio architecture
FEE Schedule
PROPOSAL NO. RFP22-1765FACCity of Carlsbad Design Services For: The Schulman Auditoriumand Cannon Art Gallery
Audiovisual Update Project
d o m u s s t u d i o a r c h i t e c t u r e , L L P
2 8 0 0 T h i r d A v e n u e , S a n D i e g o , C A 9 2 1 0 3
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 17 of 28
stufo
2
6.6 Proposed Fees (Submitted as Separate Document) 4Fee Proposal SpreadsheetStaff/Hourly Task SpreadsheetHourly Rate Schedules
Table of Contents
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 18 of 28
3
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 19 of 28
4
6.6 Proposed FeesPSA22-1861FAC Exhibit "A" (continued)DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 20 of 28SCHULMAN AUDITORIUM AND CANNON ART GALLERY AUDIOVISUAL UPDATE PROJECT Fee Proposal Budget:$ TBD 3/3/2022 Project Understanding / Scope of Work domusstudio and our consultants will provide Design Services for the following: Project Description: design services from consultants who specialize in performance and gallery spaces. The city would like to upgrade the theater technology to include comprehensive systems for (1) audio and video recording, editing and streaming, and (2) lighting enhancement and control, in the Ruby G. Schulman (Schulman) Auditorium and Cannon Art Gallery at the Dove Library in Carlsbad, California. stu~io The project will consist of; full service design that will have architectural, structural, plumbing, & electrical engineering consultants for the design, permit, bid and construction administration to upgrade the existing auditorium and gallery. Mechanical Engineering for new HVAC units and control at IT/AV Rooms for new equipment requirements can be provided as an Addttional Service (presented below). Reimbursables; Estimated at 5% of Fee= $10,000.00 Services 1) Architectural Design Services 21 Structural Enaineer Services 31 Plumbinq Enqineer Services 4) Electrical Enqineer Services/ Low Voltaqe 5) Audio Visual, Thetrical Lighting, Acoustics 61 Third Partv Cost Estimator Totals Additional Services· 6) Mechanical Engineering Services (if new required at IT & AV Rooms) Name of Firm domusstudio architecture BWE Merrick & Assoc Michael Wall EnQineerin!l ldibri Bv Citv of Carlsbad Review& Programming Task 1 $ 16,500.00 $ $ 820.00 $ $ 500.00 $ $ 4,375.00 $ $ 8,520.00 $ $ $ $ 30,715.00 $ $ 500.00 I$ Design & Construction Permit & Third Docs Party Estimate Bidding Construct Admin Totals Task2 Task 3 Task4 Task 5 55,000.00 $ 11,000.00 $ 5,400.00 $ 22,000.00 $ 109,900.00 3,820.00 $ 1,960.00 $ 510.00 $ 1,600.00 $ 8,710.00 3,300.00 $ 500.00 $ 250.00 $ 1,200.00 $ 5,750.00 11,375.00 $ 175.00 $ 175.00 $ 1,400.00 $ 17,500.00 25,680.00 $ 3,350.00 $ 5,270.00 $ 15,210.00 $ 58,030.00 $ $ $ -$ -99,175.00 $ 16,985.00 $ 11,605.00 $ 41,410.00 $ 199,890.00 3,aoo.oo I$ 1,000.00 I $ 250.00 I$ 1,200.00 I$ 6,750.00 a.. 0 3 C CII (/) c 0.... o· 0 -, () :::r co () c -, (D
5
6.6 Proposed Fees
Discipline; Architectural
domusstudio architecture Principal @$200/hrProject Mgr @$150/hrProj Arch/Eng @$125/hrDesign,BIM,Staff @$100/hrClerical @ $95/hrTotal Fee/Task(Match FeeSpreadsheet)Total Hours perTask8 hrs 20 hrs 47 hrs 55 hrs 7 hrs $16,500 137 hrs
26 hrs 44 hrs 104 hrs 183 hrs 8 hrs $55,000 365 hrs
5 hrs 12 hrs 26 hrs 35 hrs 5 hrs $11,000 83 hrs
3 hrs 7 hrs 15 hrs 18 hrs 3 hrs $5,400 46 hrs
10 hrs 24 hrs 52 hrs 70 hrs 9 hrs $22,000 165 hrs
Total Hours per Staff 52 hrs 107 hrs244 hrs 361 hrs 32 hrs
TOTAL FEE $109,900
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 21 of 28
I
Staff Hours per Task
3/3/2022
PHASE
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
domusstudio architecture
HOURS AND HOURLY RATES FEE TOTAL
SCHULMAN AUDITORIUM AND CANNON ART GALLERY
Staff Hours per Task
3/3/2022
PHASE
Discipline : Structural
BWE, Inc.
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
Firm :
@J
ro '-a. ..c ·u b'
C: 0 'i: N a.. -<.I').
1 hrs
1 hrs
0 hrs
0 hrs
0 hrs
HOURS AND HOURLY RA TES
@J
I...
tlO 2 u ..c -~ ~ 0 X '-X a.. -<.I').
@J
tlO C:
LU -..c ~ .E
<( -...... 0 e ~ a.. -<.I').
3 hrs 0 hrs
10 hrs 16 hrs
8 hrs 5 hrs
3 hrs 0 hrs
8 hrs 2 hrs
I... ..c
C)
.-I
.-I
-<.I').
@J
ro u 'i:
QJ
u
1 hrs
0 hrs
0 hrs
0 hrs
0 hrs
TOTAL FEE
FEE TOTAL
$820
$3,820
$1,960
$510
$1,600
$8,710
6
Discipline: Plumbing Engineer
Firm: Merrick & Assoc Principal @$150/hrProject Mgr @$125/hrProj Arch/Eng @$100/hrDesign,BIM,Staff @$65/hrClerical @ $35/hrTotal Fee/Task(Match FeeSpreadsheet)2 0 2 0 0 $500
10 0 18 0 0 $3,300
2 0 2 0 0 $500
1 0 1 0 0 $250
4 0 6 0 0 $1,200
TOTAL FEE $5,750
If Add Service Scope Selected
Discipline: Mechanical Engineering
Firm: Merrick & Assoc Principal @$150/hrProject Mgr @$125/hrProj Arch/Eng@ $100/hrDesign,BIM,Staff @ $65/hrClerical @$35/hrTotal Fee/Task(Match FeeSpreadsheet)2 0 2 0 0 $500
12 0 20 0 0 $3,800
4 0 4 0 0 $1,000
1 0 1 0 0 $250
4 0 6 0 0 $1,200
TOTAL FEE $6,750
6.6 Proposed Fees
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 22 of 28
I
I
domusstudio architecture
SCHULMAN AUDITORIUM AND CANNON ART GALLERY
Staff Hours per Task
3/3/2022
PHASE
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
(Plumbing design only)
HOURS AND HOURLY RATES FEE TOTAL
SCHULMAN AUDITORIUM AND CANNON ART GALLERY
Staff Hours per Task
3/3/2022
PHASE
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
(HVAC for IT and AV Rooms)
HOURS AND HOURLY RATES FEE TOTAL
7
Discipline: AV Firm: Idibri Project Director @$240/hrSenior AV @$215/hrSenior Lighting @$215/hrSenior Acoustics @$215/hrClerical @ $120/hrTotal Fee/Task(Match FeeSpreadsheet)240 215 215 215 120
12 10 10 4 4 8,520$
20 48 36 12 2 25,680$
4 4 4 2 2 3,350$
12 4 4 2 2 5,270$
12 24 24 6 6 15,210$
TOTAL FEE $58,030
Discipline: Electrical Engineering
Firm: Michael Wall Engineering Principal @$200/hrProject Mgr @$150/hrProj Arch/Eng @$125/hrDesign,BIM,Staff @100/hrClerical @ $65/hrTotal Fee/Task(Match FeeSpreadsheet)8 10 7 4 0 $4,375
20 17 25 17 0 $11,375
0.25 0 0 1.25 0 $175
0.25 0 0 1.25 0 $175
0 0 4 9 0 $1,400
TOTAL FEE $17,500
6.6 Proposed Fees
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 23 of 28
I
I
domusstudio architecture
SCHULMAN AUDITORIUM AND CANNON ART GALLERY
Staff Hours per Task
3/3/2022
PHASE
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
HOURS AND HOURLY RATES FEE TOTAL
SCHULMAN AUDITORIUM AND CANNON ART GALLERY
Staff Hours per Task
2/28/2022
PHASE
Rate
Task 1 Review & Programming
Task 2 Design & Construction Docs
Task 3 Permit & Third Party Estimate
Task 4 Bidding
Task 5 Construction Administration
HOURS AND HOURLY RATES FEE TOTAL
8
6.6 Proposed Fees
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 24 of 28
domusstudio architecture
Hourly Billing Classification Rates Schedule
Effective as of January 2020
CLASSIFICATION PERSONNEL HOURLY RATE
Principal Jonathan Dominy AIA $200
Wayne Holtan AIA
David Keitel AIA
David Pfeifer AIA I LEED AP
John Pyjar AIA I LEED AP
Associate Lisa D'Ambrosia AIA $175
Robert Milewski AIA
Project Manager Tommy Ross $150
Kellie Terrell I LEED AP
Project Architect Scott McColl $125
Michael D. Meizen AIA
Anna Nagasugi AIA I LEED Green Associate
Toni Pyjar
Amanda Rooney NCIDQ I IIDA I NCIDQ
Nicolas Wilson AIA I NCARB
Designer/Job Captain Wing Man Chan Associate AIA Member $100
Kayleigh Cornejo Associate AIA Member
Philip Huotari Associate AIA Member
Jessica Schwartz
Intern Michael Cintron AIAS $80
Business Administrator John Topete $95
EEO Provisions: domusstudio architecture is an equal opportunity employer and makes employment decisions on the basis of
merit. We want to have the best available persons in every job. Company policy prohibits unlawful discrimination based on race, color,
creed, gender, religion, marital status, age, national origin or ancestry, physical or mental disability, medical condition including genetic
characteristics, or any other consideration made unlawful by federal, state, or local laws. All such discrimination is unlawful.
Our Company is committed to compliance with all applicable laws providing equal employment opportunities. This commitment
applies to all persons involved in the operations of the Company and prohibits unlawful discrimination by any staff member of
the Company, including Principals, Associates and outside Consultants.
Principals: Jonothon Dominy AIA I Woyne Holton AIA I Dovid Keitel AIA I Dovid Pleiler AIA I John Pyior AIA
2800 Third Avenue, San Diego, California 92103 619.692.9393 domusstudio.com
SIU~ i 0
9
6.6 Proposed Fees
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 25 of 28
domusstudio architecture
B\V E
Rate Schedule
Effective October 1, 2021
Principal
Principal Associate
Project Manager
Senior Project Engineer/Senior Project Surveyor
Project Engineer/Project Surveyor
Senior Engineering Tech/BIM Manager
Engineering Technician
Surveyor -Professional Land Surveyor
Survey Technician
One-Person Field Crew
One-Person Field Crew (Prevailing Wage)
Two-Person Field Crew
Two-Person Field Crew (Prevailing Wage)
Travel Time
30 Laser Scanning
Administrative Assistant
Structural/Civil Design & Survey ......................... 200
Structural/Civil Design ......................................... 170
Structural/Civil Design ......................................... 165
Civil & Survey ...................................................... 150
Structural/Civil Design & Survey ......................... 135
Structural/Civil Design
Structural/Civil Design
Survey
Survey .................. .
Survey .................. .
....... 135
....... 120
...... 185
....................... 135
.. ..................... 185
Survey ................................................................. 255
Survey ................................................................. 225
Survey .................. .
Survey .................. .
Survey
Admin
....................... 295
.. ..................... 120
...... 295
...... 110
9449 Balboa Avenue, Suite 270, San Diego, CA 92123 • P 619.299.5550 • F 619.299.9934 • www.bwesd.com
Structural Engineering Civil Engineering Land Surveying
10
6.6 Proposed Fees
ADDITIONAL SERVICES
a. Additional services may be performed by Michael Wall Engineering according to the following
hourly rates for such work as agreed to by the Client and Michael Wall Engineering.
Sr. Principal $250.00/hour
Principal $200.00/hour
Sr. Engineer $150.00/hour
Sr. Technology Designer $150.00/hour
Sr. Lighting Designer $150.00/hour
Technology Designer $125.00/hour
Lighting Designer $125.00/hour
Electrical Engineer $125.00/hour
Electrical Designer $100.00/hour
CAD $85.00/hour
Clerical $65.00/hour
b. Fees for additional services shall be negotiated prior to commencement of work.
c. Hourly rates quoted above are subject to revision or increase six months from the date of this
proposal.Change in the scope or nature of services requested may cause revision to the
hourly rates stated above.
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 26 of 28
domusstudio architecture
n~
MERRICK+ASSOCIATES
MECHANICAL CONSUL TING AND ENGINEERING
16766 Bernardo Center Drive, Suite 200
San Diego, California 92128
david@merrickassoicates.com
Direct: (858) 775-9606
HOURLY FEE SCHEDULE
1 . Principal $150.00/HR
2. Associate $125.00/HR
3. Engineer $100.00/HR
4. Designer $85.00/HR
5. Drafting $65.00/HR
6. Clerical $35.00/HR
MICHAEL WALL ENGINEERING
11
6.6 Proposed Fees
PSA22-1861FAC
Exhibit "A" (continued)
DocuSign Envelope ID: 80F7FF16-EAB7-4374-B3E9-5AE0BAA2D751
July 12, 2022 Item #6 Page 27 of 28
domusstudio architecture
FEES
See the attached fee worksheet for our fee breakdown.
Notes
Fees are based on all scope being performed on the same timeline and a project completion date in 2024. We
only bill for work performed and professional fees are invoiced monthly based on percentage of completion d
within 30 days of invoice date.
Reimbursable expenses (i.e. mileage, airfare, hotel, per diem, rental cars, expedited delivery service, plotting co
etc.) that are incurred in connection with providing the services described above will be invoiced separate to
consulting fees as they occur, at cost. We anticipate electronic deliverables.
Schedule & Site Visits
PHASE
Concepts & Schematic
Design
Construction Documents -I
Permit
Bidding I
Construction Administration
2022 Hourly Rates
Position
Principal
Senior Vice President/ Vice President
Associate Vice President
Senior Consultant
Consultant
Designer
SCHEDULE SITE VISITS # PEOPLE
June -July, 2022 1 1
July -Oct, 2022 2 I 1-3
-
TBD 0 0
TBD 1 I 1
TBD 3 1-3
Rate
$275 / Hour
$240 / Hour ___________ _,__
$225 / Hour
$180/Hour
$150/Hour