Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04982 - INTERACTIVE DESIGN CORPORATION ARCHITECTURAL SERVICES JAMES O. JESSIE DESERT HIGHLAND UNIT CENTER EXPANSION CP#04-05
Page 1 of 1 Kathie Hart From: Carrie Rovney Sent: March 24, 2009 11:03 AM To: Kathie Hart Cc: Marcus Fuller Subject: RE: A4982 - Interactive Design Corp Was that for City Project#04-05?? (there are a few project for JC1J DHUC, which us why I am asking) IF yes, then that contract CAN be closed. TIna n Ks i Carrie x816o / w From: Kathie Hart Sent: Tuesday, March 24, 2009 10:46 AM To: Carrie Subject: A4982 4982 - Interactive Design Corp Carrie: �1 This was for Tames 0 Jessie Desert Highland Unity Ctr Expansion, $57,000. Completed - right? Ok to close? e Kathie Hart, CMC Chief Deputy City Clerk City of Pnlm Springs 3200 E. TahquitX Canyon Way Palm Springs,CA 92262 M (760) 323-8206 1 f� (760) 322-8332 E Kathie.Hart@PalrnSpringsCA.gov 03/24/09 AMENDMENT NO. 2 TO CONTRACT SERVICES AGREEMENT NO. 4982 BETWEEN THE CITY OF PALM SPRINGS AND INTERACTIVE DESIGN CORPORATION, FOR ARCHITECTURAL SERVICES JAMES O. JESSIE DESERT HIGHLAND UNITY CENTER EXPANSION, CITY PROJECT 04-05. This is a no cost revision of the Contract Services Agreement No.4982. The following articles of Agreement are hereby amended as follows: 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Revision Sheet No.2, Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Fifty Nine Thousand Five Hundred Dollars ($59,500.00) ("Contract Sum"). SCHEDULE OF COMPENSATION (Exhibit °C") - Changes are reflected in adjustments of the listed tasks and subtasks, increasing Tasks No. 4.1, 4.2 and 4.3 under Construction Administration with a total amount of$2,342,50, and decreasing Tasks No. 1.1, 1.2, 1.3, 32 and 3.3, with a total amount of $2,342.50. Please see attached Revision Sheet No.2, Exhibit "C", Schedule of Compensation. Purchase Order Number(s): 516561 Agreement Number: A 4982 Original Minute Order Number: 7577 City Council Approval: October 20, 2004 Contract Amount' $ 59,500.00 Amount of Increase: $0.00 Amended Total: $ 59,500.00 Account Number(s): 137-4804-63544 SIGNATURES ON NEXT PAGE AND/GRI IkGREEMEN7 Amendment No. 2 CITY OF PALM SPRINGS, a municipal corporation ^- - ATTEST: By. Y City Clerk City Engineer CONTRACTOR: INTERACTIVE DESIGN CORPORATION. Mailing Address: 199 S Civic Drive,Suite 10, Palm Springs,CA 92262 I CONTRACTOR: Check one:—Individual_Partnership_Corporrata2zoq ion By: " "Zjv�_ By:zed) arized) t Name: g uEL Name: Title: G/V/ Title. ME � '�>�I Pr V 1 (This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of 1 , the following:Chairman of the Board,President or any Vicu the following: Secretary,Chief financial Officer or any President) //�� Assietanr 7"rcasurcr) l Stateof_Cn,A L((-oWii }� Starcof G LiEo'<•-rjtA f Countynf tl`���1`-� l�� fss Counryof QIJla-slw� )ss On TO 2-10 2005 before me- On ,})Ly�200S before me, personally appeared Q7 V�(_YL7 r7_N G personally appeared M Ax 1i 500(4 personally known to me(fl�j ^���+�•a,Tfi asi ory personally known to me Lorproved to me on the basis of satisfactory Fagd<wec)to be the persons)whose camels)is/am subscribed to the evidence)to he the person(s)whose nam s)is'/are suGscn c m the within imbumeal and acknowledged to me that he/sheAhey executed 'Wi—thininnstrument and acknowledged in me that Ihe/she/thcy executed the same in hi0icr/rich authorized capacity(im),and that by the same in hic/hcr/their authorized capacity(ies),and that by his/her/their signature(s)oil the instrument the pcl son(s),or the entiry his/her/their signatum(s)on the instrument the persan(s),or the ennty, upon behalf of which the Imson(s)acted,executed the mstrumonl upon behalf of which the person(s)acted,cxcemed the instrument. WITNESS my hand and Gcciiaalll seal WITNESS my hand and official seal, Notary Signature: Notary Signature:_ i& `^rf Notary Seal: Notary Seal. _ RODNEY DREW — RODNEY-DREW— -- co �' 1su7ss COMMJ 1614766 N uM.NOTARY PUPIIC•CNIFURNu N N NOTARY PUILIC-CALNORm N R,T u UE COUPir RMRSIK CxtlrrY MY CM,EXP.NOY 11,2M'a PMV Cone Exp.Nov.11,21)"'a REVISION SHEET No. 2 EXHIBIT"C" SCHEDULE OF COMPENSATION Full compensation for required services included in this contract shall be made on lump sum fixed fee (as identified for specific sub-tasks), and on a "not to exceed" time and materials basis, in accordance with the hourly Fee Schedule shown on Exhibit "C-1", (as identified for specific sub-tasks), for a total contract amount not to exceed $59,500.00. Compensation for the listed sub-task fees includes compensation for all reimbursable expenses. No separate payment for reimbursable expenses shall be approved. Contractor shall submit invoices, no more than once monthly, providing the City with a summary of services provided, personnel associated with the services provided, the associated hourly compensation in accordance with the attached Fee Schedule, and the total invoice amount. Sub-Task Task Total Fee Fee Task 1.0, Project Management --- $3,387.50 Task 1.1, Hold PDT Meetings (Time & Materials) $1,494.00 — Task 1.2, Progress Reports (Time & Materials) $1,593.50 -- Task 1.3, Project Schedule (Fixed Fee) $300.00 --- Task 2.0, Plans, Specifications and Estimate (PS&E) $42,300,00 Task 2.1, Pre-Design Services (Fixed Fee) $1,800.00 --- Task 2.2, Conceptual Design (Time &Materials) $3,500.00 --- Task 2.3.1, MAA Submittal Package (Fixed Fee) $2,500.00 --- Task 2.3.2, MAA Meetings (Fixed Fee) $2,000.00 --- Task 2.4.1, 80% Submittal (Fixed Fee) $20,000.00 --- Task 2.4.2, 100% Submittal (Fixed Fee) $4,500.00 Task 2.4.2 a) Design Changes (Fixed Fee) $2,500.00 — Task 2.4.3, Final Approval Submittal (Fixed Fee) $5,500.00 — Task 3.0, Project Advertisement & Bidding --- $2,370.00 Task 3.1, Pre-Bid Meeting (Fixed Fee) $400.00 --- Task 3.2, Bidding Interpretations (Time &Materials) $1,745.00 --- Task 3.3, Value Engineering (Time &Materials) $225.00 --- Task 4.0, Construction Administration — $11,442.50 Task 4.1, Site Meetings (Time&Materials) $4,100.00 --- Task 4.2, Submittal Review(Time & Materials) $2,342.50 --- Task 4.3, Change Order and Clarifications (Time & Materials) $3,400.00 — Task 4.4, Project Close-Out(Time &Materials) $1,600.00 --- Task 4.5, Liquidated Damages (See Note 1) -- Grand Total of this Contract(Not to Exceed) $59,500.00 Note 1. Any compensation related to Task 4.5, Liquidated Damages, shall be as specified under the description for that scope of work as indicated on Exhibit A. Services provided under Task 4.5 shall be considered separate from compensation for this contract, and shall be covered under the provisions of liquidated damages collected as part of the contract between the City and construction contractor(if any). 7Do � TJ (D AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMENT NO. 4982 WITH ° m = INTERACTIVE DESIGN CORPORATION, FOR JAMES O. JESSIE E:0, m DESERT HIGHLAND UNITY CENTER EXPANSION, CITY PROJECT 04-05. 3 Zv u (D w 0 D co, The following articles of Agreement are hereby amended as follows: -1 N B 2.1 Contract Sum. - For the services rendered pursuant to this Agreement, Contractor shall be --a compensated in accordance with the "Schedule of Compensation" attached hereto as Revision m Sheet, Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum n v 9' contract amount of Fifty Nine Thousand Five Hundred Dollars ($59,500.00) ("Contract Sum")... a 3.4 Term. - The term of this Agreement shall be revised to eighteen (18) months, from the date of the Agreement. EXHIBIT "A" - SCOPE OF SERVICES - Task 2.4.2 a) "Design Changes" has been added to Task 2.0 Plans, Specifications and Estimate (PS&E) for the following changes: • Exterior Lighting: On sheet No. A-1 2 the 16 light fixtures on the palm trees will be deleted and replaced with 12 bollards. The construction documents will be modified to reflect bollards every 25' to 30' on center. The cost of the bollards and lighting poles are the same. In addition, exterior lighting will be added on the underside of the canopies and the exterior building lighting will be increased. • Ceiling Fans: On Sheet No.E-1.1 all ceiling fans in the reading room will be deleted. • Mechanical Units: On Sheets No. A-1.2, A-3 1, M-2 and E-1.1 the location of the heat pumps will be changed. The new location will be under the existing roof and they will be protected by wrought iron fence with access gate. SCHEDULE OF COMPENSATION (Exhibit "C") - Changes are reflected in Task 2.0 Plans, Specifications and Estimate (PS&E). Task 2.4.2 a), Design Changes, in the amount of $2,500.00 has been added to the Schedule of Compensation. Please see attached REVISION SHEET, EXHIBIT "C", SCHEDULE OF COMPENSATION. Purchase Order Number(s): 516561 Agreement Number: A 4982 Original Minute Order Number: 7577 City Council Approval: October 20, 2004 Original Contract Amount: $ 57,000.00 Amount of Increase: $ 2,500.00 Amended Total: $ 59,500.00 Account Number(s): 137-4804-63544 SIGNATURES ON NEXT PAGE r Amendment No. 1 CITY OF PALM SPRINGS, a municipal corporation ATTEST: 1W _ - --- Icy: �+i -�- Cit Clerk City Vona / APPR®' A BY CITY COUNCIL CONTRACTOR: INTERACTIVE DESIGN CORPORATION. APPROVED BY CITY MANAGER Mailing Address: 199 S Civic Drive, Suite 10, Palm Springs, CA 92262 CONTRACTOR: Check one:: Individual ✓_Partnership Corporation By. !'Y,tw//Ck%1 %/l' By: //����/�SjFgn�pde (notary d) p Signature , (noot rized) Name: I-Win- /�tJ/ / Name: ���p�/."(41— 5—`y�&61 Title: a�ozct/ � Title Al �1111'U Y Ir'�rY/N/Y/S�YG� (This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of the following: Chairman of the Board,President or any Vice the following: Secretary,Chief Financial Officer or any President)t / Assistant Treasw er) State of✓7�z—/T�u` 1} Stale or.C#6//--Cg 2/J//I } Countyof /fly/ [] Iss County of /�Ci/��/ .s )Ss On /O `,2 e, —6 before me, On /� —©�� before me, personally appeared '(O personally appeared �i17�Q r8 personally known to it (or proved to me on the basis ofsansfactory personally Imown to rhhe(or proved to me on the basis of sansfactoly evidence)to be the person(s)whose name(s)is/are subscribed to the evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by the same in his/her/their authot Iced oapacity(ies),and that by his/her/Nietr signanae(s)on the instrument the person(s),m the entity his/her/their signature(s)on the instrument the person(s),or the entity upon belhalfof which the person(s)acted,executed the msn'ument. upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official �seal 7J/� Notary Signature; Notary Signature: ���LL'Yr/ 145�3r— Notary Seal: _ Notary Seal: VEDRA POPE YOUNG NEDRA POPE YOUNG COMM.#1462512 'I r .w I NOTARYPUSLIC-CALIFORNIA 0 U T COMM.#1462512 I RIVERSIDE COUNTY (] a NOTARY PUBLIC-CALIFORNIA n °MYCOMM.EXPIRES JAN.13,2006 f- RIVERSIDE COUNTY O MYCOMM EXPIRES JAN.13,2008 REVISION SHEET EXHIBIT"C" SCHEDULE OF COMPENSATION Full compensation for required services included in this contract shall be made on lump sum fixed fee (as identified for specific sub-tasks), and on a "not to exceed" time and materials basis, in accordance with the following hourly Fee Schedule as shown on Exhibit "C-1", (as identified for specific sub-tasks), for a total contract amount not to exceed $59,500.00. Compensation for the listed sub-task fees includes compensation for all reimbursable expenses. No separate payment for reimbursable expenses shall be approved. Contractor shall submit invoices, no more than once monthly, providing the City with a summary of services provided, personnel associated with the services provided, the associated hourly compensation in accordance with the attached Fee Schedule, and the total invoice amount. Sub-Task Task Total Fee Fee Task 1.0, Project Management --- $4,300 00 Task 1.1, Hold PDT Meetings (Time & Materials) $1,500.00 --- Task 1.2, Progress Reports (Time & Materials) $2,400.00 --- Task 1.3, Project Schedule (Fixed Fee) $400.00 --- Task 2.0, Plans, Specifications and Estimate (PS&E) --- $42,300.00 Task 2.1, Pre-Design Services (Fixed Fee) $1,800.00 --- Task 2.2, Conceptual Design (Time & Materials) $3,500.00 --- Task 2.3.1, MAA Submittal Package (Fixed Fee) $2,500.00 --- Task 2.3.2, MAA Meetings (Fixed Fee) $2,000.00 --- Task 2.4.1, 80% Submittal (Fixed Fee) $20,000.00 --- Task 2.4 2, 100% Submittal (Fixed Fee) $4,500.00 — Task 2.4.2 a) Design Changes (Fixed Fee) $2,500.00 — Task 2.4.3, Final Approval Submittal (Fixed Fee) $5,500 00 --- Task 3.0, Project Advertisement& Bidding --- $3,800.00 Task 3.1, Pre-Bid Meeting (Fixed Fee) $400 00 --- Task 3.2, Bidding Interpretations (Time & Materials) $1,800.00 --- Task 3.3, Value Engineering (Time & Materials) $1,600 00 --- Task 4 0, Construction Administration --- $9,100 00 Task 4.1, Site Meetings (Time & Materials) $3,000.00 --- Task 4.2, Submittal Review (Time & Materials) $2,000.00 --- Task 4.3, Change Order and Clarifications (Time & Materials) $2,500.00 --- Task 4.4, Project Close-Out(Time & Materials) $1,600.00 --- Task 4.5, Liquidated Damages (See Note 1) --- --- Grand Total of this Contract(Not to Exceed) $59,500.00 Note 1. Any compensation related to Task 4.5, Liquidated Damages, shall be as specified under the description for that scope of work as indicated on Exhibit A. Services provided under Task 4.5 shall be considered separate from compensation for this contract, and shall be covered under the provisions of liquidated damages collected as part of the contract between the City and construction contractor(if any). CONTRACT ABSTRACT Contract Company Name: Interactive Design Corporation Company Contact: Reuel A. Young and Michael McAuliffe Summary of Services: CP404-05, James O. Jessie Desert Highland Unity Center Expansion Contract Price: $59,500 (including this Amemd#1 for$2,500) Funding Source: 137-4804-63544 Contract Term: One Year Contract Administration Lead Department: Public Works &Engineering Contract Administrator: David Barakian/Marcus Fuller Contract Approvals Council/eanm=ifty Redvmlopmet Original Council Approval: 10/20/04 Agency Approval Date: City Manager Approval of Amend#1: 10. -0O Minute Order : n/a Agreement Number: 4982 IL- VV%W'L, Can vra, z wb Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: Interactive Design Corporation Architectural Services —James O. Jessie Center Expansion CITY OF PALM SPRINGS AGREEMENT#4982 Public Works and Engineering Department MO 7577, 10-20-04 CONTRACT SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES JAMES 0. JESSIE DESERT HIGHLAND UNIT CENTER EXPANSION THIS CO T ACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of , 2004, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein"City")and Interactive Design Corporation, (herein"Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the"Scope of Services"attached hereto as Exhibit"A" and incorporated herein bythis reference,which services may be referred to herein as the"services"or"work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience,Contractor covenants that it shall followthe highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase"highest professional standards"shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest,which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed and(c)fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has, or will, investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and -1- diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in(i)the Contract Sum,and/or(ii)the time to perform this Agreement,which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent(5%) of the Contract Sum or$25,000;whichever is less, or in the time to perform of up to one hundred eighty(180) days maybe approved by the Contract Officer. Any greater increases,taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B"and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B" and any other provisions of this Agreement, the provisions in Exhibit"B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C' and incorporated herein by this reference, but not exceeding the contract amount not to exceed Fifty-Seven Thousand Dollars($57,000.00)(herein"Contract Sum"),except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or(iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction casts, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1") working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the"Schedule of Performance"attached hereto as Exhibit'D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(180) days cumulatively. -2- 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10)days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the Cityfor any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit"D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to actin its behalf with respect to the work specified herein and make all decisions in connection therewith: Reuel A. Young Michael McAuliffe It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement,the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontractinq or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%)of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to -3- perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor,the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's em ployees,servants,representatives or agents,or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of anyjoint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liabilitv Insurance. Apolicyof commercial general liability insurance written on a per occurrence basis with a combined single limit of at least$1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form propertydamage,products and completed operations.The Commercial General Liability Policyshall name the City of Palm Springs as additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185)or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c)Business Automobile Insurance.A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of$1,000,000 bodily and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d)Additional Insurance.Additional limits and coverages,which may include professional liability insurance, will be specified in Exhibit"B". All of the above policies of insurance shall be primary insurance and issued by companies whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance,endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this -4- Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them, and each of them, harmless from any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers,agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'fees incurred in connection therewith; (b) Contractorwill promptly payanyjudgment rendered againstthe City,its officers,agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of orfailure to perform such work,operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees are made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of orfailure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred bythe City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees. 5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. (Not applicable). 5.4 Sufficiencv of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten(10)days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the -5- project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three(3)years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings,specifications,reports,records,documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be,instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten(10)days of service of such notice and completes the cure of such default within forty-five (45)days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor(whether or not arising out of this Agreement)(i)any amounts the payment of which may be in dispute hereunder orwhich are necessary to compensate Cityfor any losses,costs,liabilities,or damages suffered by City, and (ii)all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party,the amount or validity of which is disputed by Contractor,or any indebtedness shall exist which shall appear to be the basis for a claim of lien,City may withhold from any payment due,without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. -6- 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement,the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default bythe other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity,to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated Damaqes. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of Zero Dollars($0.00)as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance(Exhibit"D"). The City maywithhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty(30)days written notice to Contractor, except that where termination is due to the fault of the Contractor,the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty(60)days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination,the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non- terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement,City may,aftercompliance with the provisions of Section 7.2,take over the work and prosecute the same to completion by contract or otherwise,and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attornevs' Fees. If either party to this Agreement is required to initiate or defend or made a partyto any action or proceeding in anyway connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on anyappeal,and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. -7- 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of Citv Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of the City shall have anyfinancial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that,by and for itself,its heirs, executors,assigns,and all persons claiming under or through them,that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Anynotice,demand,request,document,consent,approval,orcommunication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the Case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration;Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authoritv. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party,(III)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv)the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. -8- 08/19/2004 M 15:12 FAX R002/002 IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date first written above. CRY OF PALM SPRINGS, a municipal corporation ATTEST:BY V� Ci Clerk (;y; -� Itlp, ` CkyS q �yoo p ager °APPR D M:AS TO FOR ///'''��� By: �6�'d� �SJ�� • �e�ivf O CONTRAC IS Interactive Design Corporation (Checkone: _Individual,_Padnership�Corporagon) BY: By: Signature(notarized) Signature(notarized) Name: Name: Title; Tide: State of ❑ State of ❑ County of Uss County of ❑ss On _ _ before me, On before Personally appeared personally appeared personally known to me(or proved to me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the basis of ealisfactory evidence) to be the person(s)whose names)Ware subscribed to the persons)whose name(s)fslare subscribed to the within Instrument and acknowledged to me that within instrument and acknowledged to me that he/shelthey executed the same in hWher/their helshelthey executed the same in hisPoerNhelr authorized capacity(ies),and that by hisfher/their authorized mpacity(tes),and that by his/herttheir signatures) on the Instrument the person(s), or signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) the entity upon behalf of which the person(s) acted,executed the instrumenL acted,executed the instrument WITNESS my hand and official seal. WITNESS my hand and officlal seal, -to- 0 Ad IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, a municipal corporation ATTEST: By: By City Clerk City Manager APPROVED AS TO FORM: By: E"'r' it aid r'�N' -�O.,�3� CONTRACTOR: � � Interactive Design Corporation (Check one: _Individual_ Partnership Corporation) By: By: eke , Lf_r l zr e' Sig t re(notari d) Signat io(nop"'ied) �~✓— Name: R uEL /—I • l�U�� Name: Ive ZPA Title: P,0�1,05AIT Title: r°b/ / State of C"A\g'�-U 1.0.�'Elrr'�nm_ I State of rnI(, i County of'y�/ru.%r<,�i A�_ )ss . , County ' c.41r Iss '101-i O '-d before f "ifbefore pT � g -q)I"�.:,...�_,_ �u�6�'�f 4;. �r Li,.,-I'��• personally appeared� personally appeared ,¢ personally known to 6i-(or proved to m'l on the basis of personally known to me or proved td,,me o`ri-the Basis of satisfactory evidence)to be the person(s)whse name(s)is/are satisfactory evidence)to be the person(s)whose name(,;)is/are subscribed to the within instrument and acknowledged to me that subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. person(s)acted, executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signatures %Jff;��FiG-� `r�- p�y�,if4�') Notary Signature:�_ d'r�•a.�inHvi/o��-��.Ir)l�r��p'�a Notary Seal: % Notary Seal: I M FFEkqAWIMA� L— CgM11MM011•i1�1Ob63 COmmbitbn#I Nptpypa7�e-CaNfornla _ 2007 014 Odd 9. Rw« Op* MyComm.EXPO -9- EXHIBIT"A" SCOPE OF SERVICES The intent of this contract is to provide the City with a full range of professional architectural design services in connection with the James O. Jessie Desert Highland Unity Center Expansion, City Project 04-05, (as detailed in the City's Request for Proposals, incorporated herein by reference), as necessary to provide preliminary conceptual architectural drawings of an addition and/or expansion of approximately 1,700 square feet of the existing facility to be located between the existing Gymnasium and Recreation Buildings, consisting of(but not limited to) the following a multi-purpose room and lobby area, new independent mechanical systems, modification of the existing restroom in the Gymnasium Building to meet current ADA regulations, shared entry/common access improvements, new or extended automatic fire sprinkler system and alarm system, and exterior lighting;and architectural services as necessary to provide Plans, Specifications and Estimate(PS&E) with which to facilitate construction of the project. Task 1.0 Project Manaqement Task 1.1 Hold PCT Meetings. A Project Committee Team(PCT)including two representatives from the City of Palm Springs(Marcus Fuller and Dale Cook),two representatives from the J.O.J. Highland Unity Center,two representatives from the cdmmunity/neighborhood, and a City Council member(at Council's discretion) shall be established after Notice to Proceed (NTP). A maximum of two PCT meetings shall be held: one as the kick off meeting and to discuss programming; and a second meeting to review and approve the project concept. Contractor shall prepare minutes of each meeting and distribute to PCT members. Task 1.2 Progress Reports. Progress reports shall be prepared in accordance with City of Palm Springs guidelines.Contractor's progress reports typically include:Schedule updates,including a comparison of planned completion, actual completion, and % billed; an Executive Summary, a list of outstanding issues, and a description of completed activities. A maximum of six (6) Progress Reports shall be prepared monthly, or as required. Contractor shall prepare monthly reports of expenditures for the project by task and milestone. Expenditures include direct labor costs, other direct costs and sub-consultant costs. These reports shall be included as supporting data for invoices presented to the City of Palm Springs every month. Contractor shall also provide"Action Item" lists to keep all PCT members informed of project progress. Task 1.3 Project Schedule.After receipt of the Notice to Proceed (NTP), Contractor shall provide a detailed project schedule to the City of Palm Springs for review and comment, and shall revise throughout the project duration to reflect project status. Task 2.0 Plans, Specifications and Estimate (PS&E) Task 2.1 Pre-Design Services. Contractor shall tour the existing J.O.J. Desert Highland Unity Center and verify existing conditions with the understanding that existing conditions provide adequate connection for new storm drain and separate air conditioning system. Redesign and/or repair of existing utilities and site drainage are not included in this contract. Contractor shall collect existing drawings, specifications and reports available at the Center and at the City, and shall field review the existing facility and notify the City of any discrepancies. Contractor shall review the existing condition of the Gymnasium Building for the upgrade of one existing bathroom for ADA compliance. Task 2.2 Conceptual Design. Contractor shall develop one"conceptual" architectural plan of the facility for review and approval by the PCT at the second meeting with the PCT. The conceptual architectural plan shall be in accordance with the project budget,and develop plans for the an addition and/or expansion of the existing facility that can be constructed for approximately $350,000 unless otherwise increased as a result of PCT approved design scope changes and/or market factors escalating initial architectural construction estimates. Contractor shall provide a preliminary construction cost estimate based on approximate quantities and historical construction costs for similar projects for PCT review at the second PCT meeting. The approved conceptual design selected by the PCT shall be subject to formal approval through the Major Architectural Approval (MAA) process prior to preparation of construction plans. -10- Task 2.3 Major Architectural Approval Task 2.3.1 Major Architectural Approval Submittal Package: Contractor shall prepare a formal submittal package for purposes of processing the conceptual design through the MAA process. Theformal submittal shall consist of professionally prepared exhibits and presentation materials, including color and material board, site plan,floor plan, architectural elevations, and other information necessary to obtain the required approval of the conceptual design. Task 2.3.2 Major Architectural Approval Meetings. Contractor shall process the selected conceptual design for review and comment by the Design Review Committee, Planning Commission, and City Council. A maximum of three (3) public meetings are included in the scope of this contract. Design Review Committee. Contractor shall revise the conceptual design as may be required to address comments received from the Desert Highland Neighborhood, and submit to City staff for review and approval. Contractor shall present the conceptual design to the Design Review Committee (DRC) for its review, comments, and recommendation. Contractor shall revise the conceptual plan as requested by the DRC, and resubmit and present the revised concept at a subsequent DRC meeting for its final review and recommendation, if required. A maximum of one (1) DRC meeting is included in the scope of this contract. Planning Commission. Contractor may revise the conceptual design to reflect comments by the Design Review Committee if Contractor is in agreementwith the comments. The conceptual design will be presented to the Planning Commission for its review, comments, and recommendation. Design revisions required by the Planning Commission, if substantially different from the conceptual design approval by the PCT,are outside the scope of this agreement.A maximum of one(1) Planning Commission meeting is included in the scope of this contract. City Council. Contractor may revise the conceptual design to reflect comments by the Planning Commission, if Contractor is in agreement with the comments. The conceptual design will be presented to the City Council for its review, comments, and approval. Design revisions required by the City Council, if substantially different from the conceptual design approval by the PCT, are outside the scope of this agreement. A maximum of one (1) City Council meeting is included in the scope of this contract. Task 2.4 Construction Documents. With the intention of completing the design of the project, the Contractor's services during this phase of the project will include preparation of PS&E, as follows: Task 2.4.1 -80%Submittal. Contractor shall prepare and provide to the City PS&E for review, in accordance with the City Council approved conceptual design. Duplicate sets of construction drawings and associated structural and technical calculations shall be provided as necessary to submit to the Building Division for plan check permit review. Contractor shall prepare and provide to the City for review and comment technical specifications and special provisions for the project. City standard "boiler plate' special provisions, using Construction Specifications Institute (CSI)Standard Specifications format in Microsoft Word 5.0 shall be used, as provided by the City. Contractor shall provide technical assistance and coordination regarding submitting construction documents required for Building, Planning, Engineering and Fire Prevention (plan check) approval. Contractor shall provide a detailed cost estimate for City review. Contractor shall coordinate the operational aspects of the project as to mechanical,electrical, phone,electronic communications, fire system, and alarm systems. Task 2.4.2 100%Submittal. Contractor shall revise the 80%submittal to reflect all City comments, and shall provide a final cost estimate based on the 100% submittal. Task 2.4.3 Final Approval Submittal. Contractor shall revise the 100% submittal to reflect all previous comments. Contractor shall provide an original set of mylar plans to the City for signature and duplicate print copies to the Building Departmentfor approval;and shall provide a print copy of the technical specifications and -11- special provisions, stamped and signed by the Contractor, to the City for signature. A digital copy of plans in AutoCad format, and a digital copy of the technical specifications and special provisions in Microsoft Word 5.0 shall be provided. An original, stamped cost estimate shall be provided to the City. Task 3.0 Project Advertisement and Biddinq Contractor shall provide the City with assistance as required during the project advertisement and bidding period. Task 3.1 Pre-Bid Meeting. Contractor shall attend a pre-bid meeting to be scheduled in advance of the bid opening date. Contractor shall monitorthe meeting and field all questions asked by potential bidders.Contractor shall prepare minutes of the pre-bid meeting within two (2) days following the pre-bid meeting for distribution to all attendees by the City. Note, this scope of work is only required if the City determines that scheduling of a pre-bid meeting for this project is required. In the event a pre-bid meeting is not scheduled, the Contractor shall not be entitled to compensation for this task item of work as indicated therefore. Task 3.2 Bidding Interpretations. Contractor shall review and respond to all inquiries and questions, "Requests for Information" (RFI's), relating to the plans and specifications during project advertisement and bidding. Contractor shall respond to any and all discrepancies, errors or omissions within the plans through a formal written response to RFI's submitted to the City, for subsequent use in the issuance of an addendum, prepared and issued by the City. Task 3.3 Value Engineering. In the event the low bid for the project is 10%or more than the final cost estimate prepared by the Contractor prior to bidding, the Contractor shall obtain copies of submitted bids for review and analysis. Contractor shall compare the construction bids with the final cost estimate and identify specific construction bid cost overruns. Contractor, in consultation with the City, shall determine and be responsible for "value engineering"if construction bids are acceptable,or recommend re-bidding, as necessary.The City shallQ p have the right to a final determination if re-bidding or value engineering is appropriate. Note, this scope of work tf is only required if the low bid for the project is 10% or more than the final cost estimate prepared by the Contractor. In the event the low bid for the project is within 10% of the final cost estimate, the Contractor shall not be entitled to compensation for this task item of work as indicated therefore. Task 4.0 Construction Administration Contractor shall provide the City with assistance as required during the construction phase of the project. Task 4.1 Site Meeting. Contractor shall arrange for attendance at a maximum of four (4) site meetings with City staff and the construction contractor throughout the construction phase of the project, as necessary to provide the City with adequate supervision of construction of the protect as the Architect of Record. Task 4.2 Submittal Review. Contractor shall be available to review any and all submitted "shop drawings", materials, and other information submitted by the construction contractor for review and approval by the City throughout the construction phase of the project. Task 4.3 Change Order and Clarifications. Contractor shall be available to review and recommend approval or denial of any and all proposed Contract Change Orders or other clarifications submitted by the construction contractor for review and approval by the City throughout the construction phase of the project. Task 4.4 Project Close-Out. Contractor shall review all project information, construction records, and other information as necessary to provide a final approval of the"as-built"condition of the project, and to determine that the project was constructed in accordance with the approved plans and specifications. -12- Task 4.6 Liquidated Damages. The project construction schedule from Notice to Proceed(as determined by the Contractor)is expected to be 160 calendar days. If the construction contract time exceeds the total number of days allowed (unless otherwise extended by City approved Contract Change Orders or other approved extensions of time), the City may reimburse Contractor for services based upon an amendment to this agreement, if services exceed the time and materials sub-task allowances for scopes of work provided by Contractor under Task 4, Construction Administration, through liquidated damages collected from the construction contractor. Liquidated damages will be calculated to include hourly compensation of architectural oversight and will be included in the special provisions and construction contract agreement between the City and the construction contractor. -13- EXHIBIT "B" SPECIAL REQUIREMENTS Section 5.1(d),a policy of Professional Errors and Omissions insurance in the amount of$1,000,000 is required. Section 5.3, Performance Bond, is waived. -14- EXHIBIT"C SCHEDULE OF COMPENSATION Full compensation for required services included in this contract shall be made on lump sum fixed fee (as identified for specific sub-tasks), and on a "not to exceed" time and materials basis, in accordance with the following hourly Fee Schedule as shown on Exhibit "C-1", (as identified for specific sub-tasks), for a total contract amount not to exceed$57,000.00. Compensation for the listed sub-task fees includes compensation for all reimburseable expenses. No separate payment for reimburseable expenses shall be approved. Contractor shall submit invoices, no more than once monthly, providing the City with a summary of services provided, personnel associated with the services provided,the associated hourly compensation in accordance with the attached Fee Schedule, and the total invoice amount. Sub-Task Task Total Fee Fee Task 1.0, Project Management --- $4,300.00 Task 1.1, Hold PDT Meetings (Time & Materials) $1,500.00 --- Task 1.2, Progress Reports (Time & Materials) $2,400.00 --- Task 1.3, Project Schedule (Fixed Fee) $400.00 --- Task 2.0, Plans, Specifications and Estimate(PS&E) --- $39,800.00 Task 2.1, Pre-Design Services (Fixed Fee) $1,800.00 --- Task 2.2, Conceptual Design (Time & Materials) $3,500.00 --- Task 2.3.1, MAA Submittal Package (Fixed Fee) $2,500.00 --- Task 2.3.2, MAA Meetings (Fixed Fee) $2,000.00 --- Task 2.4.1, 80% Submittal (Fixed Fee) $20,000.00 --- Task 2.4.2, 100% Submittal (Fixed Fee) $4,500.00 --- Task 2.4.3, Final Approval Submittal (Fixed Fee) $5,500.00 --- Task 3.0, Project Advertisement & Bidding --- $3,800.00 Task 3.1, Pre-Bid Meeting (Fixed Fee) $400.00 --- Task 3.2, Bidding Interpretations (Time & Materials) $1,800.00 --- Task 3.3, Value Engineering (Time & Materials) $1,600.00 --- Task 4.0, Construction Administration --- $9,100.00 Task 4.1, Site Meetings (Time & Materials) $3,000,00 --- Task 4.2, Submittal Review(Time & Materials) $2,000.00 --- Task 4.3, Change Order and Clarifications (Time & Materials) $2,500.00 --- Task 4.4, Project Close-Out(Time & Materials) $1,600.00 --- Task 4.5, Liquidated Damages (See Note 1) --- --- Grand Total of this Contract (Not to Exceed) $57,000.00 Note 1:Any compensation related to Task 4.5, Liquidated Damages, shall be as specified under the description for that scope of work as indicated on Exhibit A. Services provided under Task 4.5 shall be considered separate from compensation for this contract, and shall be covered under the provisions of liquidated damages collected as part of the contract between the City and construction contractor(if any). -15- EXHIBIT"C-1" SCHEDULE OF COMPENSATION HOURLY FEE SCHEDULE Sub-tasks identified as compensation based on a "time and materials" basis, shall be compensated based on the hourly fee schedule for Interactive Design Corporation, as submitted on their cost proposal dated July 30, 2004, as follows: Principal Architect: $140 per hour Architect: $125 per hour Project Manager: $90 per hour CADD/Designer: $75 per hour Staff: $45 per hour Invoices for compensation of sub-tasks based on a time and material fee shall include an hourly breakdown of the personnel for which the services were provided. -16- EXHIBIT "D" SCHEDULE OF PERFORMANCE Tasks 1.1 and 1.2 shall be commenced upon receipt of a Notice to Proceed (NTP)from City and be completed within 6 months of NTP. Tasks 1.3 shall be completed within 3 weeks of NTP. Task 2.1 shall be completed within 5 weeks of NTP. Task 2.2 shall be completed within 10 weeks of NTP. Task 2.3 shall be completed within 13 weeks of NTP, or as may be extended upon approval by City if additional meetings are required beyond the scope of this contract. Task 2.4.1 shall be completed within 4 weeks of approval of the conceptual design by the City Council. Task 2.4.2 shall be completed within 2 weeks of receipt of comments on the 80% submittal from City staff. Task 2.4.3 shall be completed within 5 weeks of receipt of comments on the 100% submittal from City staff. Task 3.1 shall be completed when scheduled by City staff. Task 3.2 shall be completed as necessary during the bidding period of the project. Task 3.3 shall be completed as necessary upon completion of bidding of the project. Task 4 shall be completed as necessary during the construction phase of the project. -17-