Loading...
HomeMy WebLinkAboutHeritage Architecture & Planning; 2006-01-26;RATIFICATION OF AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR ARCHITECTURAL SERVICES FOR BARN RESTORATION AT LEO CARRILLO RANCH HISTORIC PARK Heritage Architecture and Planning This Ratification of Amendment No. 1 is entered into , but effective January 26 2007, extending the underlying initial agreement between the Parties dated January 26. 2006 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Heritage Architecture and Planning. Inc.. a corporation. ("Contractor") (collectively, the "Parties"). RECITALS A. On January 26, 2006, the Parties executed an Agreement for Architectural Services for the Barn Restoration at Leo Carrillo Ranch Historic Park; and B. Contract stated completion of work to be within 180 days as stated in the scope of services on Exhibit A-1; and C. Unforseen circumstances outlined below in regard to review by the State Historic Office of Preservation and resulting re-design for the project were necessary to meet the requirements of the Save America's Treasure's Grant; and D. State Office of Historic Preservation had issues of concern with the Preliminary Schematic Design; and E. Contractor revised plans to address the State Office of Historic Preservations initial review for the 50% review of plans for the Barn Stabilization project and submitted them in December of 2006; and F. Section 106 Consultation for the Leo Carrillo Ranch Historic Park, Save America's Treasures Grant, Condition #20 requires a review and a finding of "no adverse effect" pursuant to 36 CFR,8005(b) by the State Office of Historic Preservation Office and response to Schematic Design; and G. City received approval from State Office of Historic Preservation of 50% plans in January 2007; and H. Contractor proceeded to complete plans for Task II outlined in the Scope of Services; Attached hereto as Exhibit A-1; and I. Additional time will be required for the final review of plans and specifications that were submitted to the State Office of Historic Preservation on April 5, 2007; and therefore J. The Parties desire to ratify the amendment extending the term of the Agreement, and any amendments thereto, for a period of 1 Year ending on January 26. 2008 City Attorney Approved Version #04.11.01 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. Amendment No. 1 to the Agreement, is hereby retroactively approved and the Agreement is hereby extended for a period of 1 year . ending on January 26. 2008. 2. Contractor will perform their services set forth in Exhibit A-1 ( Attached hereto and incorporated herein) as modified based upon requirements of City or State Office of Historic Preservation. 3.All other provisions of the Agreement, will remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 5. The individuals executing this Amendment 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 Amendment. CONTRACTOR *By: (sign here) f. (print name/title) (e-mail address) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: U City Manager or Mayor ATTEST: ZORRAlKlfe M. WOQ0 ) ' /Citv ClerV ^ (e-mail address) City Attorney Approved Version #04.11.01 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. **Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President 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. BA^Clfr Attorney uty City Attorney REV. 05/08/2007 HERITAGE ARCHITECTURE & PLANNING LEO CARRILLO RANCH BARN THEATER / MULTI-PURPOSE SPACE ARCHITECTURAL SERVICES November 7, 2005 SIGNIFICANCE Leo Carrillo Ranch (Rancho de los Kiotes) is a Spanish-style Rancho constructed between 1937 and 1940. Skillfully combining Spanish-colonial, Mexican, Pueblo, and California Rancho architectural influences, seventeen original historic resources remain intact today as part of the 27-acre Ranch complex and public park. A designated local, and State Historic Landmark (#1020, 1991), Carrillo Ranch was officially listed on the National Register of Historic Places in 1992. In August 2003, after completion of the second phase of a three-phase restoration and infrastructure improvement project, the City of Carlsbad opened the historic rancho and park to the public. With an emphasis on education and passive recreation, Carrillo Ranch provides both guided and self- guided walking tours of the historic buildings and grounds, as well as innovative field trip opportunities for more than 1,000 local area school children on an annual basis. A. SCOPE OF WORK TASK I: Initial Organization / Schematic Design 1. Heritage Architecture and Planning (Heritage) shall attend one meeting with the City of Carlsbad to verify program requirements and project budget. Intended uses include a large multi-purpose space for theater use, meetings, and orientation, an office, unisex toilet, and storage. Project scope is based on the Leo Carrillo Ranch Barn Stabilization/Restoration Report dated March 7, 2005. Any additional meetings shall be considered Additional Services. 2. Investigate the site with necessary consultants. 3. Photograph portions of the site for reference. 4. Verify field measurements. 5. Analyze, evaluate, correlate and organize information. 6. Confirm information with the City. 7. Produce measured drawings of the existing conditions to be used as base drawings for the documents. 1 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERITAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 w \a IT A -1 HERITAGE ARCHITECTURE & PLANNING TASK II: Construction Documents Based upon approved Schematic Design Plans, Heritage will prepare complete Construction Drawings and Specifications for the build-out for the Theater / Multi- purpose Space Project. The Construction Drawings will contain all information necessary to construct the project. 1. Heritage will provide services necessary to prepare detailed drawings, specifications, engineering calculations and required architectural systems for approval by the City of Carlsbad. Construction documents shall be performed on AutoCAD and shall be reviewed by the City at 75% and final 100% document stages. 2. 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. 3. Heritage will meet with City staff to discuss the project's progress. B. PROJECT SCHEDULE Heritage Architecture and Planning will coordinate with the City of Carlsbad to formulate a project schedule that will meet the needs of the project and will satisfy the Save America's Treasures Grant Stipulations and Timeline. 2 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERITAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 A-\ HERITAGE ARCHITECTURE & PLANNING C. FEE SCHEDULE The total fee for the work described in EviMl3lTjfo-lis Ninety thousand, eight hundred seventy dollars ($90,870) with payments invoiced monthly as the work progresses. The fee is based upon our understanding of the scope of work as shown in 1Ei.>mv(*,\T A- I Estimated compensation is included below: LEO CARRILLO RANCH - BARN THEATER / MULTI-PURPOSE SPACE TASK RATE HOURS COST Task I Initial Organization / Schematic Design • Senior Principal $ 185 4 $ 740 • Project Architect $ 115 40 $ 4,600 • Intermediate Draftsperson $ 75 60 $ 4,500 • Clerical $ 55 8 $ 440 Subtotal for Task I $ 10,280 Task II Construction Documents • Senior Principal $ 185 8 $ 1,480 • Project Architect $ 115 80 $ 9,200 • Specification Writer $ 85 60 $ 5,100 • Intermediate Draftsperson $ 75 160 $ 12,000 • Clerical $ 55 12 $ 660 Subtotal for Task II $ 28,440 SUMMARY OF COSTS • Heritage Architecture & Planning $ 38,720 • Melvyn Green & Associates $ 12,800 • Bechard & Associates $ 14,400 • RBF Consulting $ 19,050 • Leverton & Associates $ 3,400 Total $ 88,370 Reimbursable Expenses $ 2,500 GRAND TOTAL $ 90,870 3 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL HERITAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 y AGREEMENT FOR ARCHITECTURAL SERVICES FOR BARN RESTORATION AT LEO CARRILLO RANCH HISTORIC PARK Heritage Architecture & Planning THIS AGREEMENT is made and entered into as of the <0<- day of v 1/hULt &&-*</ 2QQfa, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Heritage Architecture & Planning, a corporation ("Contractor"). RECITALS 9 A. City requires the professional services of an architectural consulting firm that is experienced in historical preservation to provide the necessary final design and preparation of construction documents. B. Contractor has the necessary skills, qualifications and experience in providing professional services and advice related to historical building restoration 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 period or parts thereof in an amount not to exceed 10% 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 #04.01.02 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 180 calendar days of that date. Extensions 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 Ninety thousand and eight hundred seventy dollars ($ 90.870 ). 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 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. City Attorney Approved Version #04.01.02 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 in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 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. City Attorney Approved Version #04.01.02 10 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 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 #04.01.02 tl 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: For Contractor: ^d/7 Name Liz Ketabian Name /. //*>• Title Park Planner Title Department Recreation Department Address City of Carlsbad <Sfr) «Pfe6Q, Cft- Address 1200 Carlsbad Village Dr. Phone No. (M( *%fl _ _ Carlsbad. CA 92008 Phone No. 760-434-2978 _ 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 #04.01.02 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 #04.01 .02 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 City Attorney Approved Version #04.01 .02 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. 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 (e-mail address) Bv: f- (sign here) (print name/title) -mail address W") ^ By:^ (print name/title) City Attorney Approved Version #04.01.02 CITY corpon iyor LORRAINE M. WOOD City Clerk ATTEST: If required by City, proper notarial acknowledgment of execution by w,,«^Mk—. , ^ must be attached. If a Corporation. Agreement must be signed by one corpof&tenm^sV 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: Deputy City Attorney City Attorney Approved Version #04.01.02 EXHIBIT SCORE OR SERVICES HERITAGE ARCHITECTURE & PLANNING FEE SCHEDULE The total fee for the work described in the Proposal is Ninety thousand, eight hundred seventy dollars ($90,870) with payments invoiced monthly as the work progresses. The fee is based upon our understanding of the scope of work as shown in this Proposal. Estimated compensation is included below: LEO CARRILLO RANCH - BARN THEATER / MULTI-PURPOSE SPACE HOURS COST Task I Initial Organization / Schematic Design • Senior Principal $ 185 4 $ 740 • Project Architect $ 115 40 $ 4,600 • Intermediate Draftsperson $ 75 60 $ 4,500 • Clerical $ 55 8 $ 440 Subtotal for Task I $ 10,280 Task II Construction Documents • Senior Principal $ 185 8 $ 1,480 • Project Architect $ 115 80 ft 9,200 • Specification Writer $ 85 60 $ 5,100 • Intermediate Draftsperson $ 75 160 $ 12,000 • Clerical $ 55 12 $ 660 Subtotal for Task II $ 28,440 SUMMARY OF COSTS • Heritage Architecture & Planning $ 38,720 • Melvyn Green & Associates $ 12,800 • Bechard & Associates ft 14,400 • RBF Consulting ft 19,050 • Leverton & Associates $ 3,400 Total ft 88,370 Reimbursable Expenses ft 2,500 GRAND TOTAL $ 90,870 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMrvIL: HERJTAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 77 HERITAGE ARCHITECTURE & PLANNING Schedule of Fees Hourly Rates Basic Costs Senior Principal $185.00/Hour Principal $145.00/Hour Project Manager $115.00/Hour Project Architect $115.00/Hour Project Historian $ 95.00/Hour Preservation Planner $ 95.00/Hour Specification Writer $ 85.00/Hour Senior Designer $ 85.00/Hour Senior Draftsperson $ 85.00/Hour Report Writer $ 85.00/Hour Intermediate Designer $ 75.00/Hour Intermediate Draftsperson $ 75.00/Hour Graphic Artist $ 75.00/Hour Financial Controller $ 75.00/Hour Research Assistant $ 65.00/Hour Beginning Draftsperson $ 65.00/Hour Clerical $ 55.00/Hour Architectural Trainee $ 45.00/Hour Miscellaneous This category includes materials, services, and equipment, which are not covered in the hourly rate schedule. Miscellaneous items include: B/W Plots $15.00/Each Color Plots $10.00/SF Automobile mileage (over 30 mile radius from office) $ 0.485/Mile1 Travel and subsistence, per day At cost + 15% Printing and photographic work At cost + 15% Long Distance telephone and faxes At cost + 15% Equipment rental At cost + 15% Other Consultants Employed by the Client Coordination of services from consultant employed by the Client will, in most cases, generate additional work from Heritage Architecture & Planning and are not included in the fee. Heritage Architecture & Planning can provide a separate fee proposal to the Client if additional coordination is necessary. 1 2005 IRS Standard Mileage Rate (SMR) 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HEMTAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 HERITAGE ARCHITECTURE & PLANNING 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. This proposal is valid for 60 days. Thereafter, it shall expire unless extended in writing. 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. • Public presentations. • Video documentation. • Professional photo work of archival quality. • Study models. • Professional renderings. • Presentation model construction. • Graphics design, signage, photo simulations. • Independent field testing. • Acoustical design. • Environmental documentation and research. • Archaeology. • Landscape architecture. • Drainage Study • Erosion Control Plans • Storm Water Pollution Prevention Plans C:\HAP-PROJECTS\05041 - Leo Camllo Ranch - Barn CD's\Docs\proposal_buildout\pioposal_thcater buildout 09-27-05.doc 625 BROADWAY, SUITE 800, SAN DIEGO, CA 92101 TEL: 619.239.7888 EMAIL: HERITAGE@HERITAGEARCHITECTURE.COM FAX: 619.234.6286 TT