Loading...
HomeMy WebLinkAbout2008-02-12; City Council; Resolution 2008-0411 RESOLUTION NO. 2008-041 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH RRM DESIGN GROUP AND 4 APPROPRIATING FUNDS FOR THE JOINT FIRST RESPONDERS TRAINING FACILITY. PROJECT NO. 3686. 5 WHEREAS, the Joint First Responders Training Facility is necessary to meet the training 6 needs of the City's First Responders personnel; and 7 WHEREAS, the Basis of Design Report for the Joint First Responders Training Facility is 8 completed and details the proposed space requirements, features, floor plan arrangement, and 9 site arrangement; and 10 WHEREAS, the estimated probable construction cost has been prepared which is $18,000,000; and12 WHEREAS, the City Council of the City of Carlsbad, California, has determined it13 necessary, desirable, and in the public interest to proceed with the design and environmental14 review of the Joint First Responders Training Facility, Project No. 3686; and15 WHEREAS, funding for the design and environmental review, preparation of plans and16 specifications, construction cost, and other related costs has been estimated at $24,500,000; and WHEREAS, staff recommends that the appropriation be increased from $950,000 to1 o $24,500,000; andi y 2Q WHEREAS, an additional appropriation of $23,550,000 is necessary to complete final 21 design, environmental review, obtain construction permits, and construct the facility; and 22 WHEREAS, $12,700,000 of the additional appropriation will come from Proposition C 23 funds and the remaining $10,850,000 will come from Unreserved Undesignated General Fund 24 Balance. 25 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 2Q California, as follows: 27 1. That the above recitations are true and correct. 28 '5 1 2. That the conceptual plans and Basis of Design Report for the JFRTF are hereby 2 approved. 3 3. That staff is directed to proceed with preliminary design, perform environmental 4 review and permitting, complete final construction documents, and obtain construction permits for 5 the JFRTF. 6 4. That the project appropriation is increased by $23,550,000 from $950,000 to 7 $24,500,000. 8 5. That the Finance Director is authorized to appropriate an additional $12,700,000 9 from Proposition C funds and $10,850,000 from Unreserved Undesignated General Fund Balance 10 to Project 3686. 11 6. That the attached agreement for architectural services with RRM Design Group 12 is approved for the JFRTF. 13 7. That the Mayor of the City of Carlsbad is authorized and directed to execute the 14 professional services agreement with RRM Design Group for $1,566,591 to provide the 15 architectural services on Project No. 3686, Joint First Responders Training Facility. 16 /// 17 /// 18 /// 19 /// 20 /// 21 /// 22 /// 23 /// 24 /// 25 /// 26 /// 27 /// 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 12th day of February, 2008, by the following vote to wit: AYES: Council Members Lewis, Kulchin, Hall and Nygaard. NOES: Council Member Packard. ABSENT: None. ATTEST: £L,< /M. W<$OTJ, City Cferk AGREEMENT FOR ARCHITECTURAL DESIGN SERVICES (RRM DESIGN GROUP) THIS AGREEMENT is made and entered into as of the / \3fr- day of h^jLLfjLjtJLj'~ 2QC&, by and between the CITY OF CARLSBAD, a municipal corporation^ ("City"), and RRM DESIGN GROUP, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an architect that is experienced in designing a Police Shooting Range and Fire Training Center combined into a First Responders Joint Use Facility. B. Contractor has the necessary experience in providing professional services and advice related to preparing preliminary and final designs, environmental documentation, plans and specifications, project cost estimates, and bid services. 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 three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not-to-exceed three hundred thousand dollars ($300,000) per Agreement year. 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. City Attorney Approved Version #11.28.06 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be one million five hundred sixty six thousand five hundred ninety one dollars ($1,566,591). 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 Exhibits "A" and "B". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. City Attorney Approved Version #11.28.06 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-:V". 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. 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. City Attorney Approved Version #11.28.06 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance 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. 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. City Attorney Approved Version #11.28.06 \\ 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 William Plummer For Contractor: Name Don Her Title Deputy City Engineer Department Public Works Engineering City of Carlsbad Address 1635 Faraday Avenue Carlsbad. CA 92008 Phone No. (760) 602-2768 Title Manager of Public Safety Services Address 232 Avenida Fabricante. Suite 112 San Clemente. CA 92672 Phone No. (949)361-7950 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 #11.28.06 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 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. City Attorney Approved Version #11.28.06 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 entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. City Attorney Approved Version #11.28.06 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 #11.28.06 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 RRM DESIGN GROUP, a California corporation *By: (sigTfheffj)' ATTEST: (print name/title)VHuu LORRAINE M. City Clerk (e-mail address) 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: RONALD R. BALL, City Attorney By: JTeputy City Attorney City Attorney Approved Version #11.28.06 Exhibit "A" Scope of Services The following is a scope of services developed by RRM for the First Responders Joint-Use Facility. This Scope will be implemented under the Project Architect and Project Manager and the design ability of the RRM Team, with the direct involvement of the City of Carlsbad. Included with each task are a description of the approach and a listing of the anticipated work product (deliverables) to be provided. All of these Scope of Services Tasks will be managed by RRM Design Croup in San Clemente. Phase I - Preliminary Design thru CUP Permitting Project Element 1.0 - Project Management and Meetings RRM will provide project management services and attend required meetings to ensure a successful completed project. Anticipated Products of Service 1. Monthly status report 2. Meeting minutes 3. Project schedule & updates Anticipated Meetings 1. Kick-off Meeting 2. Design development meetings with the City to a maximum of eight (8) meetings 3. Artist selection meeting(s) Project Element 2.0 - Investigations RRM and its consultants will generate the required topographic survey and mapping services, utilities survey and geotechnical investigations. Anticipated Products of Service 1. ALTA Survey 2. Aerial Topographic Map 3. Digital existing utilities map 4. Geotechnical investigation and report Anticipated Meetings 1. No meetings anticipated Project Element 3.0 - Preliminary Design The primary intent of this phase is to determine the exact si/e, profile, and character of the building design and to take the drawings to a 30% complete design development level. RRM and the Consultant Team will use this very intense phase of the work to pull together all the components and make the crucial engineering and material decisions. Client participation in this process is important because the decisions made during this phase will have to balance the cost of construction with the livability and maintainability of the building. RRM will conduct a meeting with the City to re-visit all previously generated concept site and floor plans. A decision on the proposed or "mirrored" site plan is critical. Based on decisions from the site and floor plan review, one (1) exterior design concept will be presented for review. The exterior building elevations will show material options, roof designs, building style, and colors. RRM will review the existing conceptual design drawings and basis of design report to determine viable strategies to obtain LEED certification for some of the project components as applicable. RRM will prepare the LEED checklist and recommendations along with an estimated construction budget for the associated cost increases. RRM will meet with the City to review the checklist, recommendations, and estimated construction budget. rrmdesigngroup creating environments people enjoy" Exhibit "A" Scope of Services Anticipated Products of Service 1 .Building and site improvement 30% design development documents, including preliminary door and window schedules, interior finish schedules, roof plans, and building sections 2. Outline product specifications with table of contents and Part 2. product listing. 3. Product cut sheet binder of selected plumbing, mechanical, and electrical components 4. Review of draft general requirements (based on City provided front-end documents) 5. Itemized construction cost estimate in CSI format (not required in RFP but recommended by RRM) 6. Design of all engineered systems, including structural design with rough member sizing, rough mechanical layout, rough plumbing layout and fixture schedules, rough electrical design and fixture schedules. 7. USCBC Checklist 8. RRM LEED Recommendation Letter 9. Estimated Construction Budget for LEED Item Increases Anticipated Meetings 1. Three (3) meetings with the City Team to review all design development progress, products, and cost estimate Project Element 4.0 - Environmental Studies and CEQA Documentation RRM and its subconsultants will generate the required CEQA initial Study documentation and assist the City in its processing thru the Planning Commission for approval. In addition, noise, air quality, and traffic studies will be produced and their findings will be incorporated into the CEQA documentation. Anticipated Products of Service 1. Initial study CEQA documentation 2. Noise Study 3. Traffic Study 4. Air Quality Study Anticipated Meetings 1. Two (2) meetings with the City planning staff to kick-off the project element and review rough draft documentation and studies. Project Element 5.0 - Permitting RRM is aware from our work on the JFRTF Study that a modification to an existing conditional use permit is required for this project. In preparing this proposal RRM confirmed with City Planning staff which CUP application elements and exhibits would be applicable. Generation of those elements/exhibits by RRM, and our consultants, are included in our Scope of Services. The Building Department plan check process beginning at the 90% Construction Drawings stage leading up to the building permit issuance is also included in our Scope of Services. Anticipated Products of Service 1. CUP application 2. CUP required exhibits 3. Rendering 4. Building Department plan check application and required drawings at the 90% Construction Drawings stage Anticipated Meetings 1. One (1) project meeting with City Planning Staff 2. One (1) Planning Commission meeting rrmdesigngroupl creating environments people enjoy* Exhibit "A" Scope of Services Phase II - Construction Documents and Plan Check/ Building Permit Project Element 6.0 Preparation of Plans, Specifications, and Costs The RRM architectural staff and the project Consultants will use their technical talent and professional experience in fire training center and police shooting range facilities to produce the complete construction plans for-the First Responders Joint- Use Facility. It is assumed that the work will be developed under the 2007 CBC, current CED, CMC, and CPC Editions as adopted by the City of Carlsbad and to all other applicable codes, using standard production procedures. The final PS&E will include all plans, material specifications, and engineering reports having responded to all plan check comments and be ready for bidding. If required, pot-holing of existing utilities will be undertaken by the RRM Team as an additional service as fees for pot-holing is not included in our fee. It is anticipated that the Design Team will respond to plan check comments generated out of the first plan check. Anticipated Products of Service 1. 60% complete building and site improvement construction drawings for review by the City 2. 90% final building & site improvement construction drawings for review by the City 3. 90% final product specifications 4. 90% final equipment and material cut-sheets 5. Engineering calculations and Title 24 energy documentation 6. 90% & 100% opinions of construction cost 7.100% final building and site improvement construction drawings after plan check and recheck complete 8. A final set of drawing mylars & original specifications and an electronic set on CD for the City's use in bidding. Anticipated Meetings 1. One (1) project team meeting at 60% of Con Docs 2. One (1) project team meeting at 90% of Con Docs Project Element 7.0 - Furnishings, Fixtures, & Equipment RRM will generate a listing of all moveable furniture required for the project for the City's use in specifying and purchasing from their existing vendors. The construction documents plans and specifications will include all built-in cabinetry, appliances, and specialized burn prop and shooting range equipment. The City will specify and purchase all computer, data, and telecommunication equipment as required from their existing vendors. Anticipated Products of Service 1. Moveable furniture listing 2. Technical specification sections for burn prop and shooting range equipment 3. Technical specification sections for appliances and built-in cabinetry Anticipated Meetings 1. One (1) project team meeting at 60% of Construction Documents Phase III - Bid Services Project Element 8.0 - Bid Services During the bidding process, speed and accuracy are crucial. With most disciplines in-house and local, the RRM approach is to quickly respond to contractors' inquiries as well as client-initiated revisions. Anticipated Products of Service 1 .Assistance in clarifications and addenda 2. Interpretations of contract documents in answering bidder's questions 3. Conformed set of plans and specifications Anticipated Meetings 1 .One (1) pre-proposal meeting attendance rrmdesigngroup I creating environments people enjoy* Exhibit "A" Scope of Services Expected City of Carlsbad Information/Services RRM Design Group, in this proposal, is expecting the following information and services to be provided by the City of Carlsbad: • Preliminary and Final Title Reports • City approved front end "boilerplate" technical specification sections • Complete list, include model numbers, purchasing and installing of all radio, antennae, CAD alert, and data/ telecommunication equipment to be utilized on this project. • Construction management/inspection services • All available reports and available documentation • All available CIS Department information • All available public utility information • As-Built Construction Plans of the existing park facilities and roadways • Reproduction of bid documents from RRM-supplied originals • Third party LEED Commissioning Authority Exclusions In addition are the following exclusions from our Scope of Services/Fee Schedule. • Off-site drainage. • Telecommunication and security systems—RRM will coordinate these efforts with City hired vendors and provide for 'skeletal' systems to be in place at time of construction. • Fire sprinkler drawings/calculations other than riser location and performance specification section. • Permit/Plan Check/Agency fees. • Specialized foundation system (i.e. pier/pile/mat/post- tensioned) other than assumed conventional spread footing/ slab on grade system. • Specialized framing system (i.e. moment and space frames). • Independent verification of accuracy of City-provided information. • Reproduction of plans for bidding and construction other than regular progress submittals and those noted in Work Scope for bidding. • USGBC LEED design and certification process (beyond initial LEED evaluation/strategies). • Utility rebate/ 'Savings by Design' program services. • Specification and bidding of moveable furnishings. • CUP radius map, property owners list and labels. • Cost of utilities pot-holing, if required. rrmdesigngroup creating environments people enjoy* Exhibit "B" Fee Schedule Exhibit "B" Fee Schedule - Carlsbad First Responders Joint-Use Facility PHASE 1: Preliminary Design Thru CUP Permitting 1.0 2.0 3.0 4.0 5.0 Project Element 1 : Project Management and Meetings Project Element 2 : Investigations Project Element 3 : Preliminary Design Project Element 4 : Environmental Studies and CEQA Documentation Project Element 5.1 : Conditional Use Permit Process Subtotal Reimbursable Expenses (as incurred - estimated budget) Phase 1 Value $ $ $ $ $ $ $ $ 95,785 54,590 313,450 87,783 41,170 592,778 40,000 632,778 PHASE II: Construction Documents and Plan Check/Building Permit 6.0 7.0 5.0 Project Element 6 : Preparation of Plans, Specs, and Costs Project Element 7 : Furnishings, Fixtures and Equipment (FF&E) Project Element 5.2 : Plan Check and Building Permit Process Subtotal Reimbursable Expenses (as incurred - estimated budget) Phase II Value $ $ $ $ $ $ 775,192 15,776 43,299 834,267 50,000 884,267 PHASE III: Bid Services [Bid Services 39,546 Subtotal Reimbursable Expenses (as incurred - estimated budget) Phase III Value _$_ _$_ $ 39,546 10,000 49,546 TOTAL PROJECT COSTS (Phases I, II & III plus reimbursable expenses)*1,566,591 ** Note: If LEED Silver Certification was decided upon by the City of Carlsbad to be pursued for the Public Safety Building, an additional A/E fee of approximately $80-100,000.00 would be added to this fee schedule including RRM construction administrative LEED services taking the project up to final commissioning by a City hired Commissioning Authority. rrmdessgngroupl creating environments people enjoy* Exhibit "B" Fee Schedule Listed below are RRM Design Group's description of expenses and hourly rates that will be effective until March 2009. At that point in time, RRM's hourly rates will increase anywhere between 4%-7%. Our rates will increase annually in March of each year. Our direct and indirect costs are also listed below; any additional requested services shall be provided on a time and material basis per the contracted labor rate and fee schedule. Our subconsultants' hourly rates may also change annually. Subconsultant Expenses The fee for subconsultants of RRM Design Group shall be actual cost plus 10% to cover RRM Design Group's overhead and administrative expenses. Reimbursable Expenses Clients shall reimburse RRM Design Group for incidental expenses incurred by RRM Design Group, or any subconsultant it may hire to perform services for the Project, at actually cost plus 10% to cover its overhead and administrative expenses. Reimbursable expenses shall include but are not limited to, reproduction costs, postage, shipping and handling of drawings and documents, long distance communications fees paid to authorities having jurisdiction over the Project, travel expenses (transportation/automobile/lodging/meals), renderings, and models. Reimbursable automobile travel mileage will be billed at the current IRS business standard mileage rate. RRM Design Group Reproductions Photocopies shall be charged at a rate of $.20 per copy. All other types of RRM Design Group reproductions including, but not limited to, blueprinting, process camera, typesetting, printing, and plotting, shall be billed at RRM Design Group's internal price sheet or, in the case of work sent to outside vendors, at the local vendor's current rate plus 10% to cover RRM Design Group overhead and administrative expenses. RRM Design Group - Hourly Rates Principal Manager (Work Group or Market Sector), Project Architect Project Manager, Principal Landscape Architect Senior Architect, Sr. Designer, Sr. Construction Administrator, Sr. Landscape Architect Architect, Landscape Architect Job Captain, Associate Landscape Architect Designer, Landscape Architecture Asst., CAD Designer II Intern, CAD Designer I, Support Staff $150 to $225 $120 to $185 $100 to $150 $90 to $155 $70 to $115 $65 to $105 $55 to $95 $45 to $75 rrmoesigngroupl creating environments people enjoy* Exhibit "B" Fee Schedule BRW Architects - Hourly Rates Principal $198 Project Manager $145 Project Architect $125 Technical $85 Clerical $65 Construction Analysits, Inc. - Hourly Rates Senior Estimator (CPE) $125 Kimley-Horn and Associates, Inc. - Hourly Rates Principal $240 to $245 Senior Professional $195 to $225 Professional $120 to $170 Designer/Technician/CADD Operator $87 to $166 Support Staff $86 to $96 Leighton Consulting, Inc. - Hourly Rates Laborer $85 Soil/Field Technician $99 Staff Engineer/Geologist/Scientist/Field Supervisor $103 Senior Staff Engineer/Geologist/Scientist $117 Operations Manager/Equipment Operator $136 Project Engineer/Geologist/Scientist $136 Senior Project Engineer/Geologist/Scientist $151 Associate $170 Principal $184 Senior Principal $222 Administrative Assistant/Word Processor $64 CAD Operator/Technician Illustrator/CIS Specialist $94 rrmnesigngroup I creating environments people enjoy* Exhibit "B" Fee Schedule ISA Associates, Inc. - Hourly Rates Principal Associate Sr. Environmental Planner - Sr.Transportation Planner/Engineer - Sr. Air Quality/Noise Specialist Environmental Planner - Transportation Planner/Engineer - Air Quality/Noise Specialist Asst. Environmental Planner - Asst. Transportation Planner/Engineer - Asst. Air Quality/Noise Specialist Field Director Senior Field Crew/Field Crew Research Assistant/Technician Graphics Office Assistant Word Processing/Technical Editing Maintenance Facility Consultants, Inc. (MFC) - Hourly Rates Planner Eq. Assc $125 to $250 $75 to $200 $65 to $175 $50 to $125 $50 to $100 $50 to $100 $35 to $80 $25 to $50 $70 to $100 $40 to $75 $60 to $90 $130 $65 RSSE Structural Engineers, Inc. - Hourly Rates Principal Project Manager/Sr. Project Engineer Project Engineer Staff Engineer Cad Technician Technician, Clerical $175 $120 to $130 $90 to $115 $75 to $90 $70 to $95 $45 to $55 TMAD Taylor & Gaines - Hourly Rates Principal Designer Project Manager CADD Operator Project/Senior Engineer Construction Administrator Engineer Word Processor/Clerical $180 $110 $160 $80 $140 $120 $120 $65 rrmdesigngroupl creating environments people enjoy* CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County o On , I i1 \ 11OQ\oat* personally appeared U ?V ir- iWrSi. _ T-lere Insert "Name andTitTe of^he Officer"A .fcbi (_ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is^^)subscribed to the within instrument and acknowledged to me that he/sheX(fi^)executed the same in his/her^hejr)authorized capacity (ies), and that by his/he^their)signaturei(sj on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official se Place Notary Seal Above Signature. OPTIONAL Signature iry 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: (LfyQ T*^ ^ Document Date: \ \ \~\\ ®Y*) L SirvfX A^Jl^ Signer(s) Other Than Named Above: O T Number of Pages:\ ~?' i Capacity(ies) Claimed by Signer(s) Signer's Name: 6nf-gAp^Ol D Individual (j £ [£l*-60rporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: > Signer's Name: tH Individual (Incorporate Officer — Title(s): RIGHTTHUMBPRINT OF SIGNER Top of thumb here , U n Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other:. RIGHTTHUMBPRINT DESIGNER ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827