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