HomeMy WebLinkAbout1999-04-20; City Council; Resolution 99-1341
2
3
4
5
6
~
I i
0 0
RESOLUTION NO. 99-134
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT
AGREEMENT WITH HUNSAKER & ASSOCIATES SAN DIEGO
INCORPORATED FOR ENGINEERING SERVICES FOR 30
PERCENT SUBMllTAL (PHASE I AND 11) FOR POINSETTIA
LANE FROM THE EAST END OF THE ZONE 19 BOUNDARY TO
THE WEST BOUNDARY OF THE LOHF PROPERTY, PROJECT
NO. 36741.
7 WHEREAS, the level of activity contained in the scope of this project regarding CEQ
8 defined as Class 6, Information Collection, and is categorically exempt from CEQA; and
9 WHEREAS, the City Council of the City of Carlsbad has previously appropriated fL
10 required for this project in the Capital Improvement Program; and
WHEREAS, the Purchasing Officer has waived the requirement for multiple prop05 11
and
l2 11 WHEREAS, a proposal has been solicited for the design of this project from a quali
13 engineering firm; and
14 WHEREAS, a mutually satisfactory fee for the services has been negotiated; and
15 WHEREAS, Hunsaker & Associates San Diego Incorporated was selected as uniql
16
and that sufficient funds are currently available in the project account; and 17
qualified to perform 30 percent submittal engineering services for this project for a fee of $36,
18 WHEREAS, the consultant agreement with Hunsaker & Associates San Di
I9 Incorporated has been prepared and submitted herewith.
20 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsk 11 California, as follows: 21
1. That the above recitations are true and correct.
2. That the consultant agreement with Hunsaker & Associates San Dil
Incorporated for 30 percent submittal of engineering services for this project as described in
24
said agreement. 25
attached contract is hereby approved and the Mayor is hereby authorized and directed to exec
22
23
26 Ill
27
111 28
//I
0 0
1 3. Following the Mayor’s signature of the agreement, the City Clerk is ful
2
3
authorized and directed to forward copies of said agreement to Hunsaker & Associates
Diego Incorporated, and to the Engineering Division, Planning and Design group for their files
4
PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Cot
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
held on the 20 thday Of ADril , 1999 by the following vote, to wit:
AYES: Council Members Lewis, Nyg Finnila and Hall
ATTEST:
ALETHA L. RAUTENKRANZ, City clerk (SEAL)
0 0
AGREEMENT
THIS AGREEMENT is made and entered into as of the -20 th day of
Apr i 1 , 1999, by and between the CITY OF CARLSBAD, a municipal
corporation, hereinafter referred to as “City”, and Hunsaker & Associates San Diego
Incorporated, a corporation, hereinafter referred to as “Contractor.”
RECITALS
City requires the services of a professional engineering Contractor to provide the
necessary professional engineering services for the 30 percent submittal to include
conceptual design to obtain information for the preparation of environmental documents
(Phase I) and environmental analysis (Phase 11) for Poinsettia Lane from the existing
terminus on the east boundary of the Aviara development in Zone 19 to the western
boundary of the Lohf Property; and Contractor possesses the necessary skills and
qualifications to provide the services required by the City;
NOW, THEREFOREI in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
I. CONTRACTOR‘S OBLIGATIONS
The scope of services to be provided is described in Exhibit “A” and “B” as
follows:
Exhibit “A” - Consisting of Tables 1, 2 and 3 shown on 2 pages.
Exhibit “B” - Proposal from Hunsaker & Associates consisting of 7 pages.
rev. 8/25/98
-1 -
0 e
2. CITY OBLIGATIONS
The City shall provide:
A. Copies of all existing City reference data as researched and requested by
Contractor.
B. Review of the plans, specifications, cost estimate and right-of-way
documents for the purpose of determining the general conformity to City
Standards and Project Scope.
3. PROGRESS AND COMPLETION
The work under this contract will consist of the 30 percent submittal for
conceptual design to obtain information for the preparation of environmental documents
(Phase I) and environmental analysis (Phase 11) for the alignment of Poinsettia Lane
from the existing terminus on the east boundary of the Aviara development in Zone 19
to the western boundary of the Lohf Property. The Contractor wiill begin work within
ten (IO) days after receipt of notification to proceed by the City and be completed in
accordance with Exhibit “A’. Extensions of time may be granted if requested by the
Contractor and agreed to in writing by the City Engineer. The City Engineer will give
allowance for documented and substantiated unforeseeable and unavoidable delays
not caused by a lack of foresight on the part of the Contractor, or delays caused by City
inaction or other agencies’ lack of timely action.
4. FEES TO BE PAID TO CONTRACTOR
The total fee payable for the services to be performed for the 30 percent
submittal shall be $36,870. The remaining fee of $46,130 for a total fee of $83,000
rev. 8/25/98
-2 -
e 0
may be authorized at a later date. No other compensation for services will be allowed
except those items covered by supplemental agreements per Paragraph 8, "Changes in
Work." The City reserves the right to withhold a ten percent (10%) retention until the
project has been accepted by the City.
Incremental payments, if applicable, should be made as outlined in attached
Exhibit "A."
5. DURATION OF CONTRACT
This agreement shall extend for a period of one year from date thereof. The
contract may be extended by the City Manager for one (1) additional one (1) year
periods or parts thereof, based upon a review of satisfactory performance and the City's
needs. The parties shall prepare extensions in writing indicating effective date and
length of the extended contract.
6. PAYMENT OF FEES
Payment of approved items on the invoice shall be mailed to the Contractor
within 30 days of receipt of the invoice.
7. FINAL SUBMISSIONS
Within five (5) days of completion and approval of the plans, specifications, cost
estimate and right-of-way documents, via the City Engineer's signature on the plans,
the Contractor shall deliver to the City the following items:
A. All items as described in Table.2 of Exhibit "A
rev. 8/25/98
-3 -
0 0
9. Two (2) copies of all other documents and calculations generated by the
Contractor in the completion and execution of the provisions of this
contract.
8. CHANGES IN WORK
If, in the course of the contract, changes seem merited by the Contractor or the
City, and informal consultations with the other party indicate that a change in the
conditions of the contract is warranted, the Contractor or the City may request a change
in contract. Such changes shall be processed by the City in the following manner: A
letter outlining the required changes shall be forwarded to the City by Contractor to
inform them of the proposed changes along with a statement of estimated changes in
charges or time schedule. A Standard Amendment to Agreement shall be prepared by
the City'and approved by the City according to the procedures described in Carlsbad
Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render
ineffective or invalidate unaffected portions of the agreement.
9. COVENANTS AGAINST CONTINGENT FEES
The Contractor warrants that their firm has not employed or retained any
company or person, other than a bona fide employee working for the Contractor, to
solicit or secure this agreement, and that Contractor has not paid or agreed to pay any
company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting
from, the award or making of this agreement. For breach or violation of this warranty,
the City shall have the right to annul this agreement without liability, or, in its discretion,
rev. 8/25/98
-4-
0 0
to deduct from the agreement price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee.
IO. NONDISCRIMINATION CLAUSE
The Contractor shall comply with the state and federal laws regarding
. nondiscrimination.
1 I. TERMINATION OF CONTRACT
In the event of the Contractor's failure to prosecute, deliver, or perform the work
as provided for in this contract, the City Manager may terminate this contract for
nonperformance by notifying the Contractor by certified mail of the termination of the
Contractor. The Contractor, thereupon, has five (5) working days to deliver said
documents owned by the City and all work in progress to the City Engineer. The .City
Engineer shall make a determination of fact based upon the documents delivered to
City of the percentage of work which the Contractor has performed which is usable and
of worth to the City in having the contract completed. Based upon that finding as
reported to the City Manager, the Manager shall determine the final payment of the
contract.
This agreement may be terminated by either party upon tendering thirty (30)
days written notice to the other party. In the event of such suspension or termination,
upon request of the City, the Contractor shall assemble the work product and put same
in order for proper filing and closing and deliver said product to City. In the event of
termination, the Contractor shall be paid for work performed to the termination date;
however, the total shall not exceed the lump sum fee payable under paragraph 4. The
rev. 8/25/98 - -5 -
0 0
City Manager shall make the final determination as to the portions of tasks completed
and the compensation to be made.
12. CLAIMS AND LAWSUITS
The Contractor agrees that any contract claim submitted to the City must be
asserted as part of the contract process as set forth in this agreement and not in
anticipation of litigation or in conjunction with litigation. The Contractor acknowledges
that if a false claim is submitted to the City, it may be considered fraud and the
Contractor may be subject to criminal prosecution. The Contractor acknowledges that
California Government Code sections 12650 et sea, the False Claims Act, provides for
civil penalties where a person knowingly submits a false claim to a public entity. These
provisions include false claims made with deliberate ignorance of the false information
or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks
to recover penalties pursuant to the False Claims Act, it is erntitled to recover its
litigation costs, including attorney's fees. The Contractor acknowledges that the filing of
a false claim may subject the Contractor to an administrative debarment proceeding
wherein the Contractor may be prevented to act as a Contractor 01-1 any public work or
improvement for a period of up to five years. The Contractor ackncbwledges debarment
by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor
from the selection process. &+ (Initial)
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026,
3.32.027 and 3.32.028 pertaining to false claims are incorporated hlerein by reference.
cTi"s- (Initial)
rev. 8/25/98
-6 -
0 m
13. STATUS OF THE CONTRACTOR
The Contractor shall perform the services provided for herein in Contractor's own
way as an independent Contractor and in pursuit of Contractor's independent calling,
and not as an employee of the City.' Contractor shall be under control of the City only
as to the result to be accomplished, but shall consult with the City as provided for in the
request for proposal. The persons used by the Contractor to provide services under this
agreement shall not be considered employees of the City for any purposes whatsoever.
The ,Contractor is an independent Contractor of the City. The payment made to
the Contractor pursuant to the contract shall be the full and complete compensation to.
which the Contractor is entitled. The City shall not make any federal or state tax
withholdings on behalf of the Contractor or its employees or subcontractors. The City
shall not be required to pay any workers' compensation insurance or unemployment
contributions on behalf of the Contractor or its employees or subcontractors. The
Contractor agrees to indemnify the City within 30 days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which the City may be required to make on behalf of the
Contractor or any employee or subcontractor of the Contractor for work done under this
agreement or such indemnification amount may be deducted by the City from any
balance owing to the Contractor.
The Contractor shall be aware of the requirements of the Immigration Reform
and Control Act of 1986 and shall comply with those requirements, including, but not
rev. 8/25/98
-7 -
m m
limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and Consultants that are included in this agreement.
14. CONFORMIN TO LEGAL REQUIREMENTS
The Contractor shall cause all drawings and specifications to conform to- all
applicable requirements of law: federal, state and local.. Contractor shall provide all
necessary supporting documents, to be filed with any agencies' whose approval is
necessary.
The City will provide copies of the approved plans to any other agencies.
15. OWNERSHIP OF DOCUMENTS
All plans, studies, sketches, drawings, reports, and specifications as herein
. required are the property of the City, whether the work for which they are made be
executed or not. In the event this contract is terminated, all documents, plans,
specifications, drawings, reports, and studies shall be delivered fcrrthwith to the City.
Contractor shall have the right to make one (I) copy of the plans for its records.
16. REPRODUCTION RIGHTS
The Contractor agrees that all copyrights which arise from creation of the work
pursuant to this contract shall be vested in City and hereby agrees to relinquish all
claims to such copyrights in favor of City.
17. HOLD HARMLESS AGREEMENT
Contractor agrees to indemnify and hold harmless the City of Carlsbad and its
officers, officials, employees and volunteers from and against all claims, damages,
losses and expenses including attorneys fees arising out of the performance of the
rev. 8/25/98
-8 -
e e
work described herein caused by any willful misconduct, or negligent act, or omission of
the contractor, any subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable.
18. ASSIGNMENT OF CONTRACT
The Contractor shall not assign this contract or any part thereof or any monies
due thereunder without the prior written consent of the City.
19. SUBCONTRACTING
If the Contractor shall subcontract any of the work to be performed under this
contract by the Contractor, Contractor shall be fully responsible to the City for the acts
and omissions of Contractor’s subcontractor and of the persons either directly or
indirectly employed by the subcontractor, as Contractor is for the acts and omissions of
persons directly employed by Contractor. . Nothing contained in this contract shall
create any contractual relationship between any subcontractor of Contractor and the
City. The Contractor shall bind every subcontractor and every subcontractor of a
subcontractor by the terms of this contract applicable to Contractor’s work unless
specifically noted to the contrary in the subcontract in question approved in writing by
the City.
20. PROHIBITED INTEREST
No official of the City who is authorized in such capacity on behalf of the City to
negotiate, make, accept, or approve, or take part in negotiating, mlaking, accepting, or
approving of this agreement, shall become directly or indirectly interested personally in
this contract or in any part thereof. No officer or employee of the City who is authorized
rev. 8/25/98
-9 -
0 e
in such capacity and on behalf of the City to exercise any executive, supervisory, or
similar functions in connection with the performance of this contract shall become
directly or indirectly interested personally in this contract or any part thereof.
21. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or employee of the
City, either before, during or after the execution of this contract, shall affect or modify
any of the terms or obligations herein contained nor entitle the Contractor to any
additional payment whatsoever under the terms of this contract.
22. SUCCESSORS OR ASSIGNS
Subject to the provisions of Paragraph 17, "Hold Harmless Agreement," all
terms, conditions, and provisions hereof shall inure to and shall bind each of the parties
hereto, and each of their respective heirs, executors, administrators, successors, and
assigns.
23. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first written
above.
24. CONFLICT OF INTEREST
The Contractor shall file a conflict of interest statement with the City Clerk in
accordance with the requirements of the City's conflict of interest. code incorporating
Fair Political Practices Commission Regulation 18700 as it defines A consultant. The
disclosure category shall be those categories determined by the City.
rev. 8/25/98
-10 -
0 0
25. INSURANCE
The Contractor shall obtain and maintain for the duration of the contract and any
and all amendments insurance against claims for injuries to persons or damage to
property which may arise out of or in connection with performance of the work
hereunder by the Contractor, his agents, representatives, employees or subcontractors.
Said. insurance shall be obtained from an insurance carrier admitted and authorized to
do business in the State of California. The insurance carrier is required to have a
current Best's Key Rating of not less than "A-:V' and shall meet the City's policy for
insurance as stated in Resolution No. 91-403.
A. CoveraQes and Limits.
Contractor shall maintain the types of coverages and minimum limits
indicated herein, unless a lower amount is approved by the City Attorney or City
Manager:
1. Comprehensive General Liability Insurance. $1,000,000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits shall apply
separately to the work under this contract or the general aggregate shall be twice the
required per occurrence limit.
2. Automobile Liability (if the use of an automobile is involved for
Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
rev. 8/25/98
-11 -
0 0
3. Workers' Compensation and Employer's liiability. Workers'
Compensation limits as required by the Labor Code of the State of California and
Employer's Liability limits of $1,000,000 per accident for bodily injury.
4. Professional Liability. Errors and omissions liability appropriate to
the contractor's profession with limits of not less than $1,000,000 per claim. Coverage
shall be maintained for a period of five years following the date 'of completion of the
work.
B. Additional Provisions.
Contractor shall ensure that the policies of insurance required under this
agreement contain, or are endorsed to contain, the following provisions.
1. The City shall be named as an additional insured on all policies
excluding Workers' Compensation and Professional Liability.
2. The Contractor shall furnish certificates of insurance to the City
before commencement of work.
3. The Contractor shall obtain occurrence coverage, excluding
Professional Liability which shall be written as claims-made coverage.
4. This insurance shall be in force during the life of the agreement
and any extension thereof and shall not be canceled without 30 days prior written notice
to the City sent by certified mail.
5. If the Contractor fails to maintain any of the insurance coverages
required herein, then the City will have the option to declare the Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existin.g
rev. 8/25/98
-12 -
0 0
policies in order that the required coverages may be maintained. The Contractor is
responsible for any payments made by the City to obtain or maintain such insurance
and the City may collect the same from the Contractor or deduct the amount paid from
any sums due the Contractor under this agreement.
26. RESPONSIBLE PARTIES
The name of the persons who are authorized to give written notices or to receive
written notice on behalf of the City and on behalf of the Contractor in connection with
the foregoing are as follows:
For City: Title; . City Engineer
Name: Lloyd B. Hubbs, P.E
Address: 2075 Las Palmas Drive
Carlsbad, CA 92009-1 57'6
For Contractor: Title ma9 @Et47-
Name p4ul9 A /j&Ywf+R.
Address I 0 1?9 HuEE/NEm!.cs Ip
544 VIEGO. c1) mQ gz'z/
/
Registered Civil Engineer's License Number: 3 47 57
27. BUSINESS LICENSE
Contractor shall obtain and maintain a City of Carlsbad Business License for the
duration of the contract.
rev. 8/25/98
-13 -
0 0
28. ENTIRE AGREEMENT
This agreement, together with any other written document referred to or
contemplated herein, embody the entire agreement and understanding between the
patties relating to the subject matter hereof. Neither this agreement nor any provision
hereof may be amended, modified, waived or discharged except by an instrument in
writing executed by the party against which enforcement of such arnendment, waiver or
discharge is sought.
Executed by Contractor this 6 day of Aglc,’ / 1198 *
CONTRACTOR:
LfvrJs#wu.se 4N9 &SSiOCt 4rz( 5- u/q /NC. (name of Contractor)
By: &-.LJab
BY. .G=3”%
(sign here)
p*W@ A H.4M WAQIQ, /PAsSIdEN 7
(print name/title) ATTEST:
(sign here)
TOW W #I LC / qS>lfTPM SEOCErA R ‘I‘ ALETHA L. RAUTENKRANZ (print name/title) \ City Clerk
(Proper notarial acknowledgment of execution by Contractor must be attached.)
(President or vice-president and secretary or assistant secretary must sign for
corporations. If only one officer signs, the corporation must attach ia resolution certified
by the secretary or assistant secretary under corporate seal empowering that officer to
bind the corporation.)
APPROVED AS TO FORM:
F:yNEBALL
BY - Q. \ 4&&a+City Attorney
+3l9 9.
-14 - rev. 8/25/98
0 0
CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT
State of California 1
County of an j ss.
r
On
personally appeared
m personally known to me
ekknce 0 pFeW.2 !2 “m
to be the person(s) whose name(s) @
subscribed to the within instrument and
acknowledged to me thatexecuted
the same in kt&bef$ha authorized
capacity(ies), and that by . elr
signature(!$ on the instrument the =
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages: -
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
0 Individual
-
Corporate Officer - Tit\e(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
Trustee
0 Guardian or Conservator
0 Other: -
Signer Is Representing: u
0 1997 National Notaty Association * 9350 De Sot0 Ave.. P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
0 0
EXHIBIT "A" FOR CONTRACT
Table 1 through Table 3 define the City Milestones, the time and requirements of each submission, and the fee allocation per su milestone.
'I a . 0
Milestones 30 Percent 90 Percent I 100 Percenl 70 Percent
Elapsed Time 42 calendar days after approval of contract. 17 calendar days ; 17 calendar days after 28 calendar days after
plancheck from all plancheck from all city plancheck from all city return of 90 perce return of 70 percent return of 30 percent
departments. departments. deoartments.
Milestones 30 Percent 70 Percent 90 Percent 100 Percent
plans. Full bid-readv plans with 1 photo or ink on PLANS Schematic design. Full and complete
corrections and plan-check
showing all proposed showing that the most
Engineer signat set 2.
Improvements plans Improvement plans
mylar ready for,
AutoCAD v. 14. immovements includino imortant elements of
0 12 copies and 3.6" disks ir
Grading and Grading and
design are worked out in some detail.
utiiity relocations. -
12 copies
12 copies
8 copies
SPECIFICATIONS
following: Specific Provisions. set of Specific Provisions. NOTE
Bid-ready text of tt Final draft of entire set of First rouqh draft of entire None
1. Green Book format used
throughout document for each milestone.
2. Use MS Word format throughout.
0 Same as 100 percent MS Word disk.
except MS Word disk. Special Provisic to Standard Specifications fc
Public Works
~
Construction.
Standard Refere Drawings andlor Utility Company Drawings.
12copies
OPINION OF COST SAME AS 90 FINAL OPINION OF COST DETAILED OPINION OF None NOTE:
Use Excel format.
PERCENT
0 One (1) Excel di I r ::racy =-lo percent Drafting Bid Set Format.
Accuracy = IO percent 12 copies
0 12 copies L
RM:kd \\pcserveAcorrespndnc\p999\1999\1
,It n aac
0 0
POINSETTIA LANE, REACH 4
EXISTING AVIAM IMPROVEMENTS TO THE-LOHF PROPERTY
I ** Upon City Engineer's Signature of Plans
RM:kd \\pcserver\conespndnc\p999\1999\p!
,un 40QC
pJ 0 ~-/4/Ar7 *e ‘I
HUNSAKER ,b ’& &AS S OC UTE S RECEIVED
SAN DIEGO, INC.
PLANNING
ENGINEERING
SUR\’EYINC March 29, 1999
IRVINE
LAS VECAS
R’VERSIDE Mr. Galen Peterson SAN DIEGO City of Carlsbad
2075 Las Palmas
Carlsbad, CA 92008
MAR 2 9 5999
ENGINEERING
DEPARTMENT
RE: Proposal for Poinsettia Lane Improvements, Existing Aviara
Improvements to the Westerly Lohf Property Boundary
Dear Galen:
Hunsaker & Associates San Diego, Inc. is pleased to offer the following fee
estimate for furnishing the civil engineering required for the development of
Poinsettia Lane improvements from the existing Aviara improvements to the
westerly Lohf Property boundary. This fee estimate includes the additional
environmental work we discussed earlier this month.
We propose to provide the engineering as detailed in Exhibit “B” for a total fee of
$83,000. Invoicing would be monthly based on the percentage of work
completed for each item shown in Exhibit “B”, not to exceed the percentages for
project milestones in Exhibit “A. We would expect to receive payment within thirty (30) days after your receipt of our invoice.
Per your request, we have included a budget for blueprints, reproducibles and
deliveries. The budget is anticipated to cover the deliverable identified in Exhibit
“A. This proposal is based on our current office rate of $87.00 per hour and our
current field rate of $166.00 per hour for a two-man survey party.
Should this proposal meet with your approval, please sign Uhe standard form of
agreement and return it to our office.
Should you have any questions, please do not hesitate to call.
Very truly yours,
Hunsaker & Associates
San Diego, Inc.
DAVE HAMMAR
JACK HILL
LEX WlLLlMAN
101 79 Huennekens St.
Suite 2oohD wfi id A. Hammar, R.C.E.
San Diego, CA 92121 President
(61 9) 558-4500 PH
(619) 558-1414 FX
www.hunsaker.com
lnioQHunsakerSD.com RM:kd msword\\\pcserver\correspndnc\p999\1999\p91 .doc - WO 9999-7259
0 a
E!! City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999 b A Page 2
EXHIBIT “By’
SCOPE OF WORK
POINSElTIA LANE
EXISTING AVIARA IMPROVEMENTS TO THE LOHF PROPERTY
OFFICE ENGINEERING
DISTRICT IMPROVEMENTS
H&A
Line Description No.
3390 1. Prepare a one phase rough grading plan at a scale of ’1”=40’.
Grading plans will be provided for full width right-of-way
improvements. $ 4,000
Amount
6520 2. Prepare erosion control plans and NPDES Permit per City of
Carlsbad requirements. !§ 2,400
6030 3. Prepare one estimate of earthwork quantities based on final 40 scale
grading plans. $ 1,200
3480 4. Prepare street improvement plans at a scale of 1”=40’. (5 sheets). $ 15,500
3490 5. Prepare striping plans for the proposed improvements. $ 2,600
6580 6. Prepare storm drain improvement plans at a scale of 1”=40’. Plans
will be provided for all storm drain crossing the proposed grading and
appropriate street catch basins. !§ 2,100
6540 7. Prepare master hydrology study for the project site in accordance
with the requirements of City of Carlsbad. $ 1,700
62’0 8. Prepare one quantity and cost opinion per City of Carlsbad
requirements at 70% submittal. Estimate to be updated at 90% and
100% submittals. $ 3,200
5730 9. Calculate and plot existing easements from preliminary title reports. $ 1,900
5070 10. Horizontal calculation of right-of-way and easement lines. $ 900
5115 11. Prepare dedication plats for right-of-way slope, temporary
construction and drainage easements. This proposal does not
include negotiating with land owners or condemnation support.
Consultant shall provide title reports for affected properties. $ 9,500
8700 12. Project Coordination and processing. $ 5,000
RM:kd rnsword\\\pcserver\correspndnc\p999\1999\p91 .doc - WO 9999-7259
e 0
.!a
City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999 b h page 3
H&A
Line Description No. Amount
360 13. Prepare project specifications in City Standard Specification format. $ 3,500
3090 14. Equipment Rental budget for potholing of existing utilities at points of
connections. $ 1,500
1180 15. Prepare Landscaping and Irrigation plans for manufactured slopes.
(Gillespie) $ 9,000
8700 16. Provide Soils Engineering services in conjunction with the Road
Design, including providing updates for the existing soils investigation
prepared in conjunction with the proposed Tentative map for the Lohf
property and review and approval of the proposed grading plans.
(GeoCon) $ 5,000
9270 17. Field survey for ties to roadway points of connection and ofice note
reduction. $ 1,500
1110 18. Environmental Services. Provide one noise analysis for determining
impact of the Road on existing land use. Provide one cultural
resources impact analysis. A biological survey has been prepared for
this reach of Poinsettia by Dudek and Associates. Assume 50 hours !$ 10,500
of coordination and team meetings.
8700 19. Reproducible Budget. $ 2.000
TOTAL 5 83,OOQ
,
- RM:kd rnsword\k:\p999\1999\~91 .doc
wo 9999-7259
e e m City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999
Page 4
INSURANCE COVERAGES
The following is a summary of the insurance coverages that Hunsaker & Associates San Diego,
Inc. provides and are included in our offer of this proposal:
General Liability
Personal Liability
Auto Liability
Professional Liability
Valuable Papers
$2,000,000
$1,000,000
$1,000,000
$1,000,000
$1,500,000
Upon request we will provide a certificate of insurance for the insurance coverages.listed above.
If you require additional coverage, the costs that we incur from our insurance carriers will be
invoiced to you at their direct costs and are not included in our fee quoted within this proposal.
RM:kd rnsword\\\pcserver\correspndnc\p999\1999\p91 .doc - WO 9999-7259
e 0
E! City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999
Page 5
GENERAL UNDERSTANDINGS AND ASSUMPTIONS
GENERAL
1. The fee estimate is based upon bridge and thoroughfare fee district surface
improvements (full width grading, two 18-foot travel lanes, median curb and drainage
facilities).
2. This fee estimate includes normal processing of all plans and documents which
consultant prepares. Additional processing which may be required due to changes in
design criteria, agency standards or regulations or for any cause which is not under the
direct control or directly resulting from consultant’s actions will be performed on a time
and material basis or under a separate contract.
3. Construction or design changes resulting from field conditions differing from available
plans and documents of public record used as reference drawings will be prepared on a
time and material basis.
4. This fee estimate does not include construction management, field construction
inspection or staking other than document clarification.
5. This fee estimate does not include landscaping and irrigation design for the median.
6. This fee estimate does not include work of a general or promotional nature (e.g. sales
maps, colored renderings, etc.) This type of work will be prepared on a time and
materials basis or under a separate contract.
7. This fee estimate includes only that work detailed in Exhibit “A. All additional work will
be performed on a time and material basis or under a separate contract.
8. This fee estimate does not include aerial topographic surveys. Existing aerial
topography shall be used.
9. This Fee Estimate does not include professional services during construction. These
services, including field staking, soils engineer supervision of grading, Paleontological
review of grading operations, if required will be provided by separate contract.
10. This fee estimate includes only those environmental services included in Exhibit “A.
Additional work necessary for Client to make the required CEQA findings will be
performed on a time and material basis, if required.
- RM:kd mswordk:\p999\1999\p91.doc
WO 9999-7259
0 -a
M City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999 b A Page 6
GRADlNG
1. This fee estimate does not include design for an offsite borrow site. If a borrow site is
required, work to design this grading will be covered under a separate agreement for an
additional fee.
2. Consultant will coordinate with the soils engineer and geologist during grading plan
design to provide economical solutions for buttressing and stabilization.
3. This fee estimate does not include the preparation or negotiation of offsite letters of
permission to grade, except for providing exhibits to client for use in obtaining a joint use
agreement and letter of permission to grade from SDG&E.
STREETS AND UTILITIES
1. This proposal includes drainage for the facilities required for the road. Downstream
drainage studies and offsite sewer and water analysis are not included in this fee
estimate unless specifically included in Exhibit “A.
2. This fee estimate does not include as-builts because the scope of work required to as-
built this project can not be determined at this time.
3. Utilities within the limits of work required to serve adjacent properties (sewer, storm
drain) are included as “subdivision improvements.”
4. Consultant will coordinate work with water design consultant retained by Carlsbad
Municipal Water District and provide one set of reproducible base maps for their use.
Design of potable or reclaimed water is not included.
EASEMENT DEDICATIONS
1. This fee estimate includes the preparation of twelve easement dedications. These
plats will be prepared and submitted to the City of Carlsbad concurrently. Additional
plats, phases or change of phasing will be provided on a time and material basis.
2. This fee estimate does not include negotiation of Joint Use Agreements, if any, between
the City of Carlsbad and utility companies. Exhibits for the agreements are included as
noted.
3. This fee estimate does not include an overall exhibit map for appraisal purposes.
4. City shall prepare and obtain necessary subordination agreements.
RM:kd msword\\\pcserver\correspndnc\p999\1999\p91 .doc - WO 9999-7259
e m City of Carlsbad
Poinsettia Lane Improvements (W.O. 9999-7259)
March 29, 1999 b A Page 7
PROJECT SPECIFIC UNDERSTANDINGS AND ASSUMPTIONS
A. This proposal assumes easements are acquired by client without use of eminent domain.
Additional work to support condemnation actions will be provided for an additional fee.
2. City shall provide Standard City Specification Boiler Plate in MSWord ,format concurrent with return of 30% plan check.
3. This proposal does not include design of a bridge crossing for environmental purposes (if
required).
RM:kd rnsword\\\pcserver\correspndnc\p999\1999\p91 .doc - wo 9999-7259