Loading...
HomeMy WebLinkAboutAnn Baker Landscape Architecture 2010-10-23AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this day of , 2010 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Ann Baker Landscape'Architecture, a sole proprietorship, organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to Construction Support and Adaptive Management for Riverside Park Phase One. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "N'). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work and shall complete such services by December 31, 2015. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $36,840.00. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Design- ProfSvcsAgreement-- September 2010 PAGE 1 OF 7 Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of- Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self-employment taxes that are due the state and federal government and shall furnish and * pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits, due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. Design - ProfSmAgreement-- September 2010 PAGE 2 OF 7 5.2 Conflict of Interest: Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. B. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage - Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance. as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. Design- PmlSvoAgreement- -September 2010 PAGE 3 OF 7 4. Errors and Omissions liability: $1,000,000 per claim. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance; as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from 12/31/15 to 12/31/16. Design- ProtSvoAgreement-- September 2010 PAGE40F7 4.. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub-contractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. Design-ProfSvcsAgmement-- September 2010 PAGE 5 OF 7 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment 'W'. All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. if the City uses documents prepared by Consultant for a different site or project than the one for which they are prepared, it will indemnify Consultant for any claim, expense or liability arising out of such use. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United. States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay, the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. Design - PmfSvcsAgmement- - September 2010 PAGE 6 OF 7 7.9 Dublicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: - CITY OF UKIAH DEPT. OF COMMUNITY SERVICES 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 ANN BAKER LANDSCAPE ARCHITECTURE ATTN: ANN BAKER 1535 SAN ANSELMO AVE., UNIT A SAN ANSELMO, CA 94960 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULT T BY: C O i 2C~ C7 PRINT NAME: 1/77 6-> Date 5_~? 3 ry ?°z IRS IDN Number CITY OF UKIAH BY: CITY MANAGER Date ATTEST ITY CLERK /0-a3-ta Date Design-Prof v"Agreement--September 2010 PAGE 7 OF 7 Ann Baker Landscape Architecture ATTACHMENT A October 8, 2010 Katie Merz Community Services Supervisor City of Ukiah 411 Clay St. Ukiah, CA 95482 Re: Scope of Services for Construction Support and Adaptive Management for Riverside Park Phase Dear Ms Merz, Ann Baker Landscape Architecture ("ABLA") is very pleased to have the opportunity to provide construction support services to The City for the implementation of Riverside Park. I think we are all excited to see this park begin to reach it's potential for recreation experiences for Ukiah. I am anticipating a good collaboration with Warren McClung Landscape Architect, and believe our combination of skills are complimentary and will serve The City well. Warren and I have discussed these proposals and our intent is to not duplicate any services, but take the lead in our respective areas of expertise. My primary focus will be on the technical areas of exotic plant removal, revegetation/plant establishment, construction on the bank areas, and erosion control. In writing this scope of services, I've endeavored to anticipate the City's needs in the construction phase and continuing through the planting maintenance and the adaptive management periods. The City is obligated by the permit to be obtained from the Regional Water Quality Control Board to monitor site plantings for five years and provide an annual report to the Board. In addition to the monitoring and reporting requirement, the City will need to document an 85% survival rate for plantings in order to satisfy the permit. Due to this 1535 San Anselmo Ave. Unit A, San Anselmo, CA 94960 db 510.926.2557 * landarches@comcast.net ab Lic. #5006 October 8.2010 Scope of Services Page 2 of 7 extended period, the proposal is broken out into several tasks so the City can authorize time and materials services as needed during the different phases of work. In Summary, Tasks 1 - Review Final Plans and Specifications,and Task 4 - Prepare Project Permitsand 4,re fixed fee tasks. Tasks 2 and 3 for Construction Support services for the two phases of construction, as well as Task 5 for Adaptive Management and Reporting are written as a Time and Materials estimated budget amount. The estimated budget amount for each Task would not be exceeded without prior approval by The City. Upon reaching 75% of the amount in each Task, ABLA will notify the City and provide the City an opportunity to structure the work to finish in the budgeted amount or provide additional funds as agreed upon at that time. Subtask categories are provided to further explain the work and deliverables, but billings will be made by Task. I. Scope of Services for Construction Support and Adaptive Management for Riverside Park Phase Task 1 Review of Final Constuction Plans and Specifications Subtask 1.A Review Final Plans and Specifications for the Trail and Revegetation Construction Contract ABLA will review the final plan changes and the specifications for this portion of the project. RRM will revise the redlined plans and Warren McClung will revise and finalize the, specifications after review. Deliverables: Redlined plans and specifications for the final submittal review. Task 2 Bidding and Construction Support for the Rough Grading and Debris Removal Project Subtask 2.A Provide Biddina Assistance for Rough Grading and Debris Removal Contract ABLA to provide information to Warren McClung in order to respond to bidders regarding the rough grading and debris removal plans, details, and specifications on a time and materials basis. Deliverables: Email and other written communications conveying project information. Subtask 2.13 Perform Construction Administration for Rough Grading and Debris Removal Contract ABLA will provide information to support Warren McClung Landscape Architect and the City during the rough grading and debris removal phase of the project. The scope of this support may include reviewing Requests for Information (RFI), Change Orders (CO), submittals, and contractor supplied shop drawings for items related to the rough grading and debris removal plans, details and specifications. ABLA will be available to assist in the preparation of supplemental instructions and/or coordinate with consultants, agency, and City staff as necessary. October 8, 2010 Scope of Services Page 3 of 7 Deliverables: Email and other written communications conveying project information. Subtask 2.C Perform Construction Observation for Rough Grading and Debris Removal Contract ABTA to perform (2) onsite construction observation visits including (1) the pre- construction meeting to identify select fill material for establishing rough grade, and (2) a second meeting to review the final rough grading prior to seeding. Deliverables: Memorandum of site visits and Punch List(s) from onsite construction observation visits Task 3 Bidding and Construction Support for the Trails and Revegetation Contract Subtask 3.A Provide Bidding Assistance for the Trails and Revegetation Contract ABLA to provide information to Warren McClung in order to respond to bidders regarding the trails and revegetation plans, details, and specifications on a time and materials basis. ABLA will attend the pre-bid meeting to clarify any contractor questions. Deliverables: Email and other written communications conveying project information. Subtask 3.13 Perform Construction Administration for the Trails and Revegetation Contract ABLA will support Warren McClung Landscape Architect and the City during the construction phase of the project by reviewing and responding to Requests for Information (RFI), Change Orders (CO), submittals, and contractor supplied shop drawings for items related to the trails and revegetation plans, details and specifications. Under this task, we will also prepare information for Supplemental Instructions as necessary to clarify technical details and contribute to preliminary and final punch lists. ABLA will coordinate with other consultants, agency, and City staff as necessary. Deliverables: Email and other written communications conveying project information. Subtask 3.C Perform Construction Observation for the Trails and Revegetation Contract ABLA to perform an estimated eight (8) to twelve (12) onsite construction observation visits to support the City in project implementation. Whenever possible these meetings will be combined for efficiency. ABLA has assumed three of the meetings below will be combined in order to generate an estimated budget for this task. ABLA anticipates the following points in the construction process where an onsite meeting may need to take place as approved by the City's representative: 1) Pre-construction meeting to review the project and flag existing native plants to be protected during the invasive plant eradication and trail construction . process. 2) Eradication meeting to review the Contractor's,approach to the. non native plant eradication process. October 8, 2010 Scope of Services Page 4 of 7 3) Follow up eradication meeting to review the effectiveness of the first round of eradication spray efforts and give direction on the next round. 4) Follow up eradication meeting to review the effectiveness of the second eradication spraying effort and give direction to complete or on the next round. 5) Supplemental eradication meetings #4 and #5 as necessary depending on how effective spray and hand removal efforts are in removing invasive non- native plants. . 6) Final eradication meeting to determine when Contractor can begin project planting and to document where and how additional follow-up removal of invasive plants will be necessary during the planting and planting maintenance periods. 7) Review progress of trail construction on river banks 8) Final review of completed trail construction on river banks 9) Review of placement of willow staking and riprap on lower river banks 10) Approval of plant material and review final grading. 11) Review of planting efforts one half way through the planting process. 12) Review of final plantings to establish substantial completion and begin planting maintenance period. 13) Planting maintenance review at 6 month. 14) Planting maintenance review at 12 months. 15) Final planting maintenance review and punch list completion at 18 months. Deliverables: Memorandum of site visits and Punch List(s) from onsite construction observation visits. Task 4 Prepare Project Permits Subtask 4.A Project Permiting Permit applications have been submitted to the Department of Fish and Game and the Regional Water Quality Control Board. A request for Jurisdictional Delineation has been submitted to the U.S. Army Corps of Engineers. ABLA is awaiting any requests for additional information from the Agencies in order to for them to finalize the'permits. This task is fixed fee for the remaining 3 hours of the previous contract primed by RRM Design Group. Deliverables: Fish and Game 1602 permit and Regional Water Quality Control Board 401 permit. Task 5 Adaptive Management Reporting and Consulting Subtask 5.A Prepare Adaptive Management Document ABLA will prepare an adaptive management document upon completion of the restoration plan and plant maintenance period. The Adaptive Management Plan will outline for the City how to structure and approach ongoing maintenance and management actions to support the native plant restoration project on the site. The plan will delineate follow up measures for invasive species removal and enhancement of native plants and plant communities in order to meet permit obligations. A budget for the adaptive management period will be prepared. These services will be provided on a time and materials basis. Deliverables: One (1) 8.5"x11"Adaptive Management Document October 8, 2010 Scope of Services Page 5 of 7 Subtask 53 Provide Adaptive Management Consulting Services On a time and materials basis as requested by the City, ABLA will provide consulting services that may include: an assessment of revegetation sites, outlining of maintenance tasks for City staff or outside contractors/ organizations, developing additional erosion control measures and communicating installation methods, ordering and placing new plantings on site to support in the revegetation process, preparation and submittal of the required annual report on the project to permit agencies. For planning purposes, ABLA is assuming one site visit every 6 months and time to provide 4 annual reports to permit agencies. These services will be on a time and materials basis. Deliverables: Memorandum of site visits, installation diagrams, plant and materials purchase lists, annual report to permit agency as requested. II. Client Responsibilities The City agrees to the following: 1. Designate City's project manager through whom all direction to ABLA will be communicated. 2. The City's project manager will copy both ABLA and Warren McClung on all documents and emails pertinent to their work on the project, including any updates or changes to project schedules, through the end of the core construction process to insure good project communications. III Limitations and Exclusions on Scope of Services Construction Phase Limitations: The objective of construction observation is for ABLA to see if the Work is progressing in general conformance with the contract documents and according to the design concept. Site observation allows the design consultant to answer questions or clarify and interpret documents for the Contractor in a timely way. As outlined above, ABLA will visit the site at intervals appropriate to the stage of construction, in order to observe the progress and quality of the work completed by the Contractor. Such visits and observations are not intended to be an exhaustive check or a detailed inspection of the Contractor's work but rather are to allow the ABLA to become generally familiar with the Work in progress and to determine, in general, if the Work is proceeding according to the Contract Documents. Based on this general observation, ABLA shall keep The City informed about the progess of the Work and shall advise the client about observed deficiencies in the Work. ABLA shall not supervise, direct or have control over the Contractor's work nor have any responsibility for the means, methods, techniques, sequences or procedures selected by the Contractor, nor for the Contractor's safety precautions or programs in connection with the Work. These rights and responsibilities are solely those of the Contractor in accordance with the Contract Documents. ABLA shall not be responsible for any acts or omissions of the Contractor, any subcontractor, or any entity performing any portions of the Work or any agents or employees of any of them. ABLA, does not guarantee the performance of the Contractor Ann Baker Landscape Architecture Schedule C - Billing Rates Ann Baker, Principal $120/hr Associate Designer $80/hr Drafting Services $65/hr Reimbursables Expenses are billed at cost NOTE: Ann Baker Landscape Architecture reserves the right to raise these fees in accordance with inflation each year starting in 2012. 1535 San Anselmo Ave. Unit A, San Anselmo, CA 94960 510.926.2557 cab landarches@comcast.net 4b Lic. #5006