HomeMy WebLinkAbout1999-04-20; City Council; Resolution 99-1385
’ ll 0 0 1 RESOLUTION NO. 99-138
2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
3
STUDIES FOR THE CARLSBAD BOULEVARD BRIDGE 5
GEOTECHNICAL INVESTIGATIONSl AND ENVIRONMENTAL
ENGINEERING SERVICES FOR PRELIMINARY ENGINEERING, 4
SIMON WONG ENGINEERING FOR PROFESSIONAL
CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH
REPLACEMENT, PROJECT NO. 3557.
6
WHEREAS, the City Council of the City of Carlsbad, California, has determine
necessary and in the public interest to approve and accept an agreement with Simon W
8 Engineering to provide professional services for preliminary engineering, geotechr
9
Project, Project No. 3557; and lo
investigations, and environmental studies for the Carlsbad Boulevard Bridge Replacen
7
11 WHEREAS, the Engineering Department requested Statements of Qualifications
12 provide professional engineering services from seventeen private firms interested in provic
13 engineering services for the Carlsbad Boulevard Bridge Replacement Project, Project No. 35
and received responses from eight firms (McDaniel Engineering, M K Centennial, J. Mt
International, Simon Wong Engineering, Martin & Kane, DMJM, Kercheval Engineering,
Dokken Engineering) and after review of the proposals and interviewing three of the respondel
staff is recommending Simon Wong Engineering as the best qualified firm based on tl
experience and expertise on similar types of project; and
14
15
16
17
18 WHEREAS, funds in the amount of $500,000 for design have been appropriated in
I’
funds available for this portion of the project; and 21
project cost estimated for the engineering services is $362,906, therefore, there are suffici 20
1998-99 budget for the Carlsbad Boulevard Bridge Replacement Project, Project No. 3557. -
22 WHEREAS, Subsection 3.28.172(c)(l) of the Carlsbad Municipal Code authorizes ’
23 City Manager to approve change orders in an amount equal to the contingency set at the time
24 the contract award; and
25 WHEREAS, the Mayor is hereby authorized to execute the proposed agreement
engineering services with Simon Wong Engineering for preliminary engineering services.
26 Ill
Ill
Ill
27
28
1
e 0
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsk
2
3
California, as follows:
1. That the above recitations are true and correct.
2. That the agreement with Simon Wong Engineering to provide professic
services for preliminary engineering, geotechnical investigations and environmental studies
the Carlsbad Boulevard Bridge Replacement Project, Project No. 3557, a copy of whict
attached as Exhibit 3, is hereby approved.
4
5
6
7 3. That a design contingency in the amount of $50,000 is hereby approved.
4. That the City Manager is hereby authorized to approve design change orders 8
9 to $50,000.
10 5. That the City Clerk is directed to send an executed copy of the agreemenl
11
12
Simon Wong Engineering, at the address shown on page 16 of the agreement, and an execu
copy to the Public Works Director.
13
PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City COUI 14
held on the 20 thday of ADrl , 1999 by the following vote, to wit:
15
16
17
18
19
20
21
22
23
24
25
26
27
28
ATTEST:
ALETHA L. RAUTENKRANZ, City CIert (SEAL)
0 0
AGREEMENT FOR
PRELIMINARY ENGINEERING, GEOTECHNICAL STUDIES
AND ENVIRONMENTAL SERVICES FOR
CARLSBAD BOULEVARD BRIDGE WIDENING
PROJECT NO. 3557
THIS AGREEMENT is made and entered into as of the 20 th day of
Aoril , 192, by and between the CITY OF CARLSBAD, a municipal
corporation, hereinafter referred to as "City1', and SIMON WONG ENGINEERING, a
California corporation, hereinafter referred to as "Contractor."
RECITALS
City requires the services of an outside Engineering Contractor to provide the
necessary design and environmental services for preparation of preliminary design,
geotechnical studies and environmental studies; and Contractor possesses the
necessary skills and qualifications to provide the services required by the City;
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. CONTRACTOR'S OBLIGATIONS
A. Proiect Files. The Contractor shall be required to retain all project files,
including financial files, for at least three (3) years after completion of construction of
the project.
B. Riqht to Audit. The Contractor acknowledges that the project is subject to
audit any time during the life of the project and up to three (3) years after completion of
construction of the project.
rev. 2/26/99 -1 -
@
C. Code of Federal Reclulations. The Contractor agrees to abide by the cost
principles set forth in Code of Federal Regulations (CFR) 48, Chapter I, Part 31 for
allowability of individual items of cost and CFR 49, Part 18 for administrative
procedures.
D. ScoDe of Work. See attached Exhibit "A".
2. CITY OBLIGATIONS
The City shall:
A. Provide Contractor with one (1) digital copy, on 3-1/2" diskette, of City
Standard Special Provisions for Specifications in Microsoft Word, Version 7.0 format.
B. Provide Contractor with one (1) copy of Caltrans Field Review Report
prepared by Moffatt & Nichol Engineers, dated January 24, 1997.
C. Provide Contractor with one (1) copy of Caltrans As-Built Assessment and
Strategy Report prepared by Moffatt & Nichol Engineers, dated March 11, 1997.
D. Provide one (1) copy, on 3-1/2" diskette, of City title sheet in AutoCad
Release 14 format.
E. Provide one (1) reduced set of as-builts plans for the existing bridge
(reduced as-built plans are of poor quality and may not be complete).
F. Expeditious review of plans in conformance with the design schedule.
3. PROGRESS AND COMPLETION
The work under this contract will begin within ten (IO) days after receipt of
notification to proceed by the City and be completed within three hundred sixty (360)
calendar days of that date. .Extensions of time may be granted if requested by the
Contractor and agreed to in writing by the Public Works Director. The Public Works
rev. 2/26/99 -2 -
0 0
Director 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 shall be $362,906. 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 (1 0%) retention until the project has been accepted by
the City.
Incremental payments, if applicable, should be made as outlined in attached
Exhibit "B."
5. DURATION OF CONTRACT
This agreement shall extend for a period of one (1) year from date thereof. The
contract may be extended by the City Manager for three (3) 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.
rev. 2/26/99 -3 -
0 0
7. FINAL SUBMISSIONS
Within ten (IO) working days of completion and approval of the environmental
studies and reports and the preliminary plans, the Contractor shalll deliver to the City the
following items:
A. One (1) clean hard copy, not bound, of the final environmental documents
for CEQA and NEPA clearance.
6. Reproducible copies of all exhibits that support the final environmental
documents.
C. One (1) digital copy of the approved preliminary plans in AutoCAD
Release 14 format on a 3-112" diskette or other digital storage device as approved by
the City.
D. One (1) set of reproducible drawings, ink on mylar or vellum as agreeable
to the City; on 24" x 36" sheets. Plans shall be at a scale of 1" = 40' horizontal or other
scale as approved by the City.
E. Two (2) sets of preliminary design reports.
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
rev. 2/26/99 -4-
a 0
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,
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 Public Works Director.
The Public Works Director shall make a determination of fact based upon the
rev. 2/26/99 -5 -
0 a
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
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 entitled to recover its
rev. 2/26/99 -6 .-
0 0
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 on any public work or
improvement for a period of up to five years. The Contractor acknowledges debarment
by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor
from the selection process. 8L (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 herein by reference.
AL (Initial)
13. JURISDICTION
The Contractor agrees and hereby stipulates that the proper venue and
jurisdiction for resolution of any disputes between the parties arising out of this
agreement is San Diego County, California.
14. 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.
-7 - rev. 2/26/99
0 e
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
limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and Consultants that are included in this agreement.
15. CONFORMITY 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.
rev. 2/26/99 -8 -
e 0
16. 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 forthwith to the City.
Contractor shall have the right to make one (I) copy of the plans for its records.
17. 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.
18. 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
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.
19. 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.
rev. 2/26/99 -9 -
e 0
20. 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.
21. 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, making, 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
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.
-10 - rev. 2/26/99
0 a
22. 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.
23. 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.
24. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first written
above.
25. CONFLICT OF INTEREST
The City has determined, using the guidelines of the Political Reform Act and the
City's conflict of interest code, that the Contractor will not be required to file a conflict of
interest statement as a requirement of this agreement. However, Contractor hereby
acknowledges that Contractor has the legal responsibility for complying with the
Political Reform Act and nothing in this agreement releases Contractor from this
responsibility.
-11 - rev. 2/26/99
0 0
26. 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. Coveraaes 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.
-1 2. - rev. 2/26/99
0 0
3. Workers' Compensation and Employer's Liability. 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 existing
policies in order that the required coverages may be maintained. The Contractor is
rev. 2/26/99 -13 -
1
0 0
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.
27. 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:
For Contractor:
Title Public Works Director
Name Lloyd B. Hubbs
Address 2075 Las Palmas Drive
Carlsbad, CA 92009
Title Vice-president
Name Mark Creveling
Address 9968 Hibert Street, Suite 202
San Diego, CA 92131
License Number: C 39483
28. BUSINESS LICENSE
Contractor shall obtain and maintain a City of Carlsbad Business License for the
duration of the contract.
29. ENTIRE AGREEMENT
This agreement, together with any other written document referred to or
contemplated herein, embody the entire agreement and understanding between the
parties relating to the subject matter hereof. Neither this agreement nor any provision
rev. 2/26/99 -14 -
0 .0
hereof may be amended, modified, waived or discharged except by an instrument in
writing executed by the party against which enforcement of such amendment, waiver or
discharge is sought.
Executed by Contractor this
CONTRACTOR:
SIMON WONG ENGINEERING, INC. a California corporation m
By:
day
%
of
wf&Mahag2r or'Wy?Y w~"w ~-
(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 a resolution certified
by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL City Attorney
BY - D? /2 L< -t Cit Attorney
+l,q 7 7,
rev. 2/26/99 -15 -
0 0
WRIITEN CONSENT ACTION OF THE DIRECTORS
OF SIMON WONG ENGINEERING, INC.
The undersigned, being the directors of Simon Wong Engineering, Inc., hereby take the
following action and adopt the following resolution:
RESOLVED that Mark Creveling and Simon Wong are hereby appointed to act in
the name of and on behalf of the Corporation and, by their signature alone, to execute
and deliver on behalf of the Corporation all agreements, contracts, notes, conveyances,
deeds and other documents requiring the signature of an officer of the Corporation.
DATED: 312 s-/ 94 , 1999
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
0 proved to me on the basis of satisfactory
evidence
e entity upon behalf of which the person(s)
Place Notary Seal Above
law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Capacity(ies) Claimed by Signer
0 Corporate Officer - Title(s):
[3 Partner - 0 Limited 0 General
C Attorney in Fact
a Guardian or Conservator
Signer Is Representing:
0 1997 National Notary 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 EXHIBIT “A” 0
SIMON WONG ENGINEERING
SCOPE OF WORK
~~~~ ~ ~
PROJECT: CARLSBAD BOULEVARD BRIDGE OVER SDNR
CLIENT: CITY OF CARLSBAD
DATE: March 17,1999
L DESCRIPTION OF PROJECT
The existing Carlsbad Boulevard Bridge carries traEc on Carlsbad Boulevard over the
SDNR railway. The bridge was constructed in 1925 and widened in 1934. Currently, the
structure carries one lane of traffic in each direction and has a sidewalk on the eastern side of
the structure.
This project will provide for the evaluation of the existing structure condition, review of the
proposed seismic retrofit and cost estimate, environmental analysis, planning and fbndmg
studies. Funding studies will include evaluation of obtaining additional funds through the
seismic retrofit program and the Highway Bridge Rehabilitation and Replacement (HBRR)
program.
With the information provided in the preliminary studies phase of the project, the City of
Carlsbad will make the determination whether to proceed with full replacement of the
structure or to proceed with seismic retrofit. The scope of work for the preliminary design
and final design phases of the project is based on the assumption that the bridge will be
replaced.
It is anticipated that the new bridge will be approximately 165’ in length and 92’ wide.
Various construction materials and structure types will be evaluated to determine the most
economical and appropriate bridge. This scope of work is based on a conventional concrete
box girder or precast girder bridge design. A channel section design would be provided as an
additional service if appropriate and authorized by the City Project Manager. Alternative
structure types such as suspension, cable-stayed, arch, or segmental, would not be included in
the base fee shown. Retaining walls are anticipated outside the bridge limits and are included
in this scope of work.
Design of roadway approaches will be provided as required to tie into existing improvements.
This scope of work and fee is based on approximately 1500’ of roadway outside the bridge
limits. In order to avoid unacceptable delays, the project is assumed to be limited to
0 0 Carlsbad Boulevard Bridge
March 17,1999
-
scope of work
approximately the intersection of Mountain View Drive on the south and the intersection
with State Street to the North. Also included are drainage improvements to a portion of
Mountain View Drive extending approximately 500' northwest of the intersection with
Carlsbad Boulevard. The design will be provided to transition back to the existing roadway in
accordance with design standards, speeds and requirements as approved by the City of
Carlsbad. Roadwork shall include the connections to State Street and Mountain View Drive
as required.
It is assumed that the roadway and bridge realignment and widening can be achieved within
is determined that right-of-way is required, these services would be provided by others.
A design approach that does not involve direct impacts to Buena Vista Lagoon and
associated wetland issues and permits will be essential to conform to the proposed schedule.
Furthermore, as part of maintaining the proposed schedule, it will be important to develop
feasible mitigation measures for all environmental impacts identified so Caltrans can approve
environmental clearance with an Environmental Assessment @A) instead of an
Environmental Impact Statement @IS). It is anticipated that an Initial Study would be the
CEQA environmental document; therefore, a joint Initial StudyEnvironmental Assessment
(ISEA) is assumed to be the environmental document that will address the proposed project.
This document will lead to a Mitigated Negative Declaration/Finding of No Significant
Impact (MNDDONSI). The preparation of this document will follow the procedures and
guidelines described in the Caltrans Environmental Handbook and Local Assistance Manual
and the City of Carlsbad's CEQA Guidelines.
It is anticipated that the CEQA required Notice of Completion and Notice of Determination
will be prepared and noticed by the City of Carlsbad, while the Notice of Availability will be
prepared and noticed by Caltrans
the existing street right-ofiway and no additional right-of-way acquisition is anticipated. E it
II. BASIC SERVICES - PROJECT MANAGEMENT AND ADMINISTRATION
Project management and administration tasks shown below shall be pedormed in the
Preliminary Studies, Preliminary Design and Final Design Phases of the work.
A. Attend project kick-off meeting with City Project manager to discuss project scope,
schedule and expectations.
2
-
0 Carkbad Boulevard Bridge e
scope of work March 17,1999
B. Supervise, coordinate, schedule and monitor Contractor services for conformance with
design criteria and standards and quality control program. The project schedule shall
use the critical path method, be presented in Gandt Chart format and shall be provided in
Microsoft Project format. Copies of the current project schedule shall be submitted to
the City Project Manager on a monthly basis at least two days prior to the monthly
project meeting.
C. Prepare monthly progress reports and invoices in a form acceptable to the City Project
Manager.
D. Prepare, circulate and Be correspondence, memos and telephone logs as appropriate.
E. Prepare agendas and minutes for Contractor/City meetings in a format acceptable to the
City Project Manager: Copies of all such documents shall be delivered to the City
Project Manager every two weeks or sooner as necessary.
F. Contractor shall conduct project team meetings as required to discuss work progress,
schedule and related issues in order to exchange information, discuss and resolve issues
and to maintain progress of the project.
G. Contractor shall attend other meetings for design reviews, design coordination,
information exchange or other purposes as may be necessary to accomplish the project.
IIL BASIC SERVICES - PRELIMINARY STUDIES PHASE
A. Research and Evaluations
1. Contractor shall research the appropriate agencies to obtain record drawings of all
existing improvements, along with the underground and overhead utilities, within or
near the project area. These agencies are expected to include the City of Carlsbad,
Caltrans, CMWD, NCTD and franchise utilities.
2. Contractor shall perform site investigations in order to evaluate the structural and
hnctional condition of the existing bridge. The bridge deficiencies will be identified
and quantified in accordance with the FHWA bridge appraisal procedures. An
application will be sent to Caltrans requesting reevaluation of the current bridge
sufficiency rating assuming a reduction is justified.
3. Constraints that could affect the feasibility of the project including construction
impacts and disposition of existing utility facilities will be determined, Men such
constraints are identified, Contractor shall inform the City Project Manager in writing
with a detailed explanation of the impact to the project in terms of cost and feasibility.
3
0 0
Carlsbad Boulevard Bridge
March 17,1999
scope of work
4. The existing seismic retrofit strategy prepared by Moffatt & Nichol Engineers shall be
reviewed by the Contractor. This will include a detailed structural review of the
recommendations for compatibility with current design standards, railroad
coordination issues, constructability and construction costs proposed. Any deficiencies in the report will be submitted to the City of Carlsbad and Cdtrans for
reevaluation and potential new strategy determination and update of retrofitting
funding requirements.
5. The evaluation of the existing structure and retrofit strategy shall be reviewed with
Caltrans Division of Structures staff in Sacramento, if necessary and beneficial to the
project.
6. Contractor shall conduct the necessary research of right-of-way records and
determine the limits of easements and properties involved. The project area to be
researched will cover approximately 2,000 linear feet along Carlsbad Blvd.
(Approximately 1,000 feet each side of the existing bridge) and approximately 500
linear feet along Mountain View Drive.
7. Contractor will perform a field survey of the project area to tie in existing street
centerline monuments and property corners, establish top of rail elevations of the
tracks, flowline elevations of storm drain inlets, cleanouts and sewer manholes and set
aerial pre-marks for topographic survey. Additional shots will be obtained along
Mountain View Drive for the design of improvements to correct the low spots along
the easterly curb line.
Survey cross sections of the roadway for earthwork and pavement widening purposes
will be obtained at 25’ intervals within the limits of the proposed roadway widening.
Additional sections will be obtained along Mountain View Drive as necessary. This
scope provides for cross section for up to 1,500 linear feet of roadway along Carlsbad
Boulevard and approximately 500 linear feet along Mountain View Drive. Additional
cross sections beyond this amount will be considered as additional services.
Photogrammetrically prepared top0 mapping will be prepared for the project area
consisting of a 2,000’ long by 200’ wide strip, centered along Carlsbad Blvd. An
additional strip approximately 100’ wide by 400’ long will be prepared along
Mountain View Drive and extending an additional 200’ north along the existing storm
drain alignment toward the lagoon. Additional top0 will be prepared for the Scandia
Motel site to evaluate realignment of the storm drain to the Railroad right of way.
The top0 will be prepared in digital (AutoCAD.DWG format) at a scale of 1”=2O’
with 1 ’ contour intervals and shall conform to the National Map Accuracy Standards.
8. Contractor shall provide potholing to determine horizontal and vertical locations of
underground utilities.
9. A basemap will be developed of the project area. The basemap will reflect the
4
0 ~ Carlsbad Boulevard Bridge
March 17,1999
-
scope of work
existing conditions of the project area to be studied and will include street centerlines,
stationing and right-of-way lines, property lines along with existing surface
improvements, utilities and topography. The basemaps will be prepared at a scale of
1”=207 in AutoCAD format and will be formatted on City of Carlsbad standard plan
and profile sheets and shall conform to the National Map Accuracy Standards.
B. Bridge Concepts and Alignment Studies
1. Contractor shall prepare up to three (3) bridge concept drawings consisting of
elevation view and typical sections. Structural elements for structures shall be sized
based on established ratios of height, depth and span.
2. Develop up to three (3) alternative alignments of the new bridge and the roadway
transitions on each side of the bridge. The alignment study will consider and
demonstrate:
Horizontal and vertical alignments of new bridge and approaches based on
current City and Caltrans design criteria
ADA compliance
Vertical clearance requirements to the existing rail tracks
Accommodation of the Coastal Rail Trail facilities
Right-of way needs
Impacts to existing utilities
Impacts to adjacent properties (grading, driveways, walls etc.)
Environmental impacts
Construction phasing
Construction costs
Alternative alignments will be developed which improve (as is practical) upon the
vertical site distance deficiencies of the existing bridge while achieving acceptable
clearance to the railroad tracks and minimizing the impacts to the surrounding area
and adjacent properties. Based on our discussions with the City, we understand that
the alignment study will be based on the following general parameters:
Proposed bridge replacement would be on the existing alignment
Roadway would be widened to 4 lanes
Roadway cannot be closed for extended time periods
Alignment would be within existing right of way
Alignment studies will evaluate conventional and channel section designs with 26’-0”
and 22°C vertical clearances. Design speed for each alternative will be maximized,
but may not meet the City’s standard for a prime arterial.
3. The alignment study will evaluate the feasibility of improving the “Y” intersection of
Carlsbad Blvd. with State Street north of the bridge. Items which may be considered
5
0 0 Carlsbad Boulevard Bridge
March 17,1999
scope of work
are:
Providing a connection to southbound State St. from northbound Carlsbad Blvd. at
the existing intersection
Extending the proposed two northbound lanes from the bridge north through the
intersection (as opposed to maintaining the single northbound lane configuration
which currently exists through the intersection).
4. The alignment alternatives exhibits will be prepared at a scale of 17’=20’ and will
include both a plan view and profile of the proposed alignments utilizing the
basemaps previously developed. It is assumed that the deliverables for the alignment
study will be comprised of plan and profile exhibits and cost estimate sheets.
5. Meet with the City staff to review the alternative alignments and establish the
preferred alignment to be used for the final design.
6. TrafEic issues to be analyzed will be lane configurations, lane widths, lane alignments,
transitions and proposed phasing of the construction of the new bridge. With the
widening of Carlsbad Boulevard, the transition will effect the intersection State
Street. The intersection will be looked at to determine if any special design features
can be incorporated to improve the geometrics of the intersection and determine the
need for signalization of the intersection. Preliminary striping plans will be prepared
to show lane configuration and lane widths along Carlsbad Boulevard and State
Street for the most feasible alignments.
7. A preliminary cost estimate for each of the alternatives shall be prepared.
8. Contractor shall prepare exhibits and map displays of bridge and roadway concepts
required for presentations. Visual simulations will be prepared showing the existing
conditions, unmitigated view and mitigated view. The key views for the simulations
will be selected in coordination with Caltrans and City of Carlsbad staff. Contractor
shall be prepared to respond to questions raised at public meetings and hearings that
pertain to the project, including any environmental constraints.
9. If requested by the City Project Manager, Contractor shall attend and render
assistance at up to three hearings or other public meetings as may be necessary in
support of the services performed under this agreement.
10. Contractor shall provide Concepts Report summarizing the various alternatives
evaluated, descriptions of preferred alternatives, prelirmnary cost estimates, benefits
matrix and a summary recommendation of the proposed bridge.
6
0 0 carlsbad Boulevard Bridge
March 17,1999
scope of work
C. Environmental Services
1. Project Initiation Meeting
The Contractor’s environmental subconsultant (BRG, Inc.) Principal-in-Charge and
Contractor’s Project Manager will attend a project initiation meeting with the City
Project Manager to discuss the project, review the schedule and key milestones, and
develop a strategy for key project issues.
2. Determine Area of Potential Effect
Based on preliminary information developed by the Contractor, BRG, Inc. will
determine an area of potential effect (APE) for the NEPA document. This will be
developed in consultation with Caltrans and the FHWA. As part of this effort, the
Project Manager will meet with Caltrans staff to discuss the APE and review the
approach for the technical studies.
3. Conduct Early Agency Consultation
As required by NEPA, the BRG, kc. Project Manager, in concert with Caltrans and
the City, will participate in early consultation meetings concerning the project with
potential responsible/cooperating agencies, such as the California Coastal
Commission, California Department of Fish and Game and the U.S. Fish and Wildlife.
All potentially interested agencies will be invited to a project initiation meeting.
4. Preliminary Draft IS/EA
a. Project Description/ Purpose and Need. Contractor will prepare the project
description for each alternative based on the information provided by the project
engineer.
b. A noise study will be conducted by the Contractor. Tasks for this study will
include:
Generalized noise impact areas associated with up to four (4) preliminary
construction scenarios (e.g. night-time pile driving, day-time pile driving, night-
time construction with bridge closure and night-time construction without bridge
closure). The purpose of this task is to avoid construction scenarios early in the
design process that may result in significant and unmitigable noise effects. Such
effects would require preparation of an EWEIS. Preparation of an EIRiEIS has
been assumed to be an unacceptable impact to the schedule and has not been
included.
7
Carlsbad Boulevard Bridge 0
scope of work March 17,1999
0
Limited on-site noise measurements to determine the existing noise environment
in the project vicinity. Applicable City of Carlsbad and Caltrans, FHWA noise
standards and regulations will also be described.
Identfi sensitive human and/or biotic receiver sites (i.e., locations of homes,
hotel, endangered species, etc) potentially afFected by the project. These receiver
locations shall be reviewed by Caltrans and City staff to confirm their
appropriateness before the completion of the study.
Determine vehicular traBic noise levels for on-site circulation roads and off-site
roads affected by project traBic using the FHWA Noise Prediction Model for
traBic. The study includes utilizing parameters for fbture traffic conditions (traffic
volume, traftic mix and distribution, speed limits, and road gradients) prepared by
the Contractor, and completion of the noise modeling process. The results of the
model will be expressed in Community Noise Equivalent Levels (CNEL) and the
Leq metric Caltrans scale.
Create a noise contour map showing existing and fbture trafEic noise contours in
five-decibel increments for the no build and wideninglreplacement options.
Conduct an analysis using standard noise levels for construction equipment and
duration of construction activity to determine the potential noise levels from
construction activities to sensitive receptors.
Determine noise impacts through comparison with applicable standards and
regulations. Provide mitigation measures for any identified simcant impacts.
Prepare a technical report describing the study methods, results and summarize
this report in the ISEA.
c. Contractor shall undertake a water quality study for the proposed project. The
effort will focus on construction effects and runoff. Tasks for the water quality
study will include:
Conduct a literature review of existing water quality information to characterize
the existing water quality of Buena Vista Lagoon in the project area. As part of
this data inventory, information from the Phase 1 Site Assessment (described
below), geology and soils report and floodplain risk assessment will be reviewed.
8
-.
0 0 ~ Carkbad Bculevard Bridge
March 17,1999
-
scope of work
Provide a description of the regulatory background for water quality including
federal, state, and local regulations, plans and policies. Policies which could apply
to the project include: Federal Water Pollution Control Act Section 404(b);
Marine Protection, Research, and Sanctuaries Act Section 103; EPA Guidelines;
Federal Clean Water Act Sections 401 and 402; and, State Water Resources
Control Board (SWRCB) Waste Discharge Requirements.
The impact analysis will address construction and operation effects of the project.
Mitigation measures will be described that are based primarily on the
implementation of Best Management Practices (BMPs) incorporated in the
Stormwater Pollution Prevention requirements aimed at reducing impacts to
water quality as a result of construction activities and project operation. Silt
curtains may be used to confine turbidity impacts to localized areas and flow
control structures (e.g., sandbags) may be utilized to route construction area
runoff away fiom sensitive areas. BMPs also involve the proper maintenance of
construction equipment and the proper storage of pollutants such as oil and
gasoline. Storm drain inlet petroleum product capture facilities (e.g., fossil iilter)
will be identified.
A technical report will be prepared that describes the methods and results of the
study, which will be summarized as a section in the ISBA.
d. Contractor shall prepare a summary of the Floodplain Risk Assessment for
inclusion in the ISBA. Preliminary review of the FEMA mapping shows that the
proposed limits of this project will not encroach into the floodplain. No
additional hydrologic analysis is anticipated or included in this scope.
e. The wetland and terrestrial biology shall be addressed. Tasks to accomplish this
include:
Conduct a field survey to determine and map the terrestrial biological resources in
the APE. In addition, as part of this effort, the wetland boundary adjacent to the
existing roadway in the Buena Vista Lagoon area will be mapped for planning
purposes.
A wetland delineation conforming to the federal method will be prepared. The
area delineated would be the edges of the Buena Vista Lagoon between the
railroad tracks and Carlsbad Boulevard (south lagoon shore), both sides of
9
Carlsbad Boulevard Bridge e
scope of work
March 17,1999
0
Carlsbad Boulevard north to the bridgehlvert crossing of the lagoon, and east of
State Street for a distance of 250 feet south of the State StreetICarlsbad
Boulevard Intersection. A report would be prepared documenting the results of
the delineation.
Conduct research of existing literature related to wetland and terrestrial biological
resources. As part of this research a California Department of Fish and Game
Data Base Search will be conducted. The results fiom this inventory will be
illustrated on a map showing the habitat on and near the project site.
Assess direct and indirect impacts to the biological resources or both
construction-related impacts (short-term) and operational impacts (long-term).
Direct impacts are unlikely given the highly disturbed nature of the area; however,
indirect impacts may occur with respect to existing habitat in the vicinity of Buena
Vista Lagoon. The impact analysis will consider impacts to endangered,
threatened or rare species, their habitats or indirect disturbance of wetland habitat.
Mitigation measures will be developed for impacts determined to be sigtllfcant.
These measures will be used to help guide final design and construction
operations.
Prepare a technical report, which describes the methods and results of the study.
This report will be susimarized and presented in the body of the ISEA.
f. Air quality study will be performed and will consist of the following tasks:
Describe existing conditions for the project area (including attainment status for
criteria pollutants) as well as climate conditions. Also, a discussion of the air
quality regulatory framework will be included.
Idente sensitive receptors potentially impacted by bridge construction and
operation. Submit these receptor locations to Caltrans for their approval. Mod*
the receptor locations as requested by Caltrans.
Quant~ construction activity air quality impacts through the use of standard
construction equipment emission rates and construction equipment and duration
information provided by the project engineer.
10
0 e
carlsbad Boulevard Bridge
March 17,1999
scope of work
Determine the potential for air pollution "hot spots" (high concentrations) through
the use of the CALm 4 dispersion model.
Evaluate project consistency with the mobile plans identified in the Regional Air
Quality Strategies (RAQS).
Identifl appropriate mitigation measures.
Prepare a technical report describing the methods and results of the air quality
study and summarize as a section in the ISEA.
g. Hazardous Waste Study (Phase 1 Site Assessment). Prepare a Hazardous Waste
Study in accordance with the Caltrans Initial Site Assessment Guidelines and the
American Society for Testing and Materials Designation E 1527-97 Standard
Practice for Environmental Site Assessments: Phase I Environmental Site
Assessment Process. Include a summary of the Hazardous Waste Study (Phase 1
Site Assessment) for inclusion in the ISEA.
h. A socio-economic study of the proposed bridge replacement will be prepared. It
is assumed that several land uses will be subject to socio-economic impacts.
Other impacts such as segmentation of the community are not expected to be
encountered. Impacts may occur from lack of access and unacceptably high
day/night time noise levels during construction. In the event that Carlsbad
Boulevard is closed to traf€ic, additional uses may be subject to impacts, requiring
additional analysis beyond the scope of this proposal. Based on previous
experience, unacceptable noise levels could be expected to occur up to 1,500 feet
from the project area. The following tasks are anticipated for the socio-economic
study:
Interview the owner operator of the potentially affected Scandia Motel to
determine the historical occupancy rates by time of year, projected room rates by
time of year and the perception of what projected related effects would result in
socio-economic impacts on the hotel.
Meet with owner/operator of other potentially affected businesses in the area
including the Army & Navy Academy, mobile home park on State Street,
Executive Office suites at 2541 State Street, Western Family Building at 2333
State Street, Astra Broadcasting Corporation (KFSD, KSPA, and KCEO) and the
real estate office next to the Scandia Motel.
11
0 0
Carlsbad Boulevard Bridge
March 17,1999
scope of work
Meet with the local apartment managers association to determine impacts to
rental units.
confirm ownerloperator supplied information through other sources such as
comparisons with citywide rates.
Determine the expected duration of project related impacts to the hotel that
would be expected to result in reduced occupancy.
Determine the expected economic loss to the hotel from the proposed project.
Identii mitigation measures to be implemented by the City.
Prepare a report documenting this analysis and revise the report per agency
comments.
i. The tasks for visual quality are as follows:
Conduct a field visit of the project area in order to inventory the character of the
existing visual setting using the FHWA Guidelines. This will include both
vegetative and landform characteristics and land development. As part of the field
visit, photographs will be taken to document viewsheds and visual characteristics
of the project site and surrounding area.
Prepare an impact analysis to reflect the project features using the FHWA
Guidelines. The impact analysis will take into account the visibility of the
proposed project; the change in character of the view to the project site and
proposed project conformance with adopted City policies and F'HWA polices.
Develop mitigation strategies that will minimize the visual effects of the proposed
project. Examples include landscaping, grading schemes and design treatment of
concrete surfaces.
Prepare an aesthetics study to identlfjr the project elements and site specific
features which could be impacted; analyze the views and viewers fiom and of the
proje~t location, and establish the thresholds of sigrzlficance and the potential
mitigation measures. The effects on future users and cumulative impacts will also
be summarized.
12
a ~ carlsbad Boulevard Bridge 0
scope of work
March 17,1999
j. A Section 106Mstoric Preservation Study will be conducted for removal of the
existing bridge. Because the existing bridge is over 50 years old, it is a potential
historic resource. Tasks for this study will include:
Review the Caltrans Historic Bridge Inventory conducted in 1987, and the City of
Carlsbad Cultural Resources Inventory conducted in 1990, and compile the
information related to the existing Carlsbad Boulevard Bridge over the SDNR
railroad tracks, which is contained in these reports. These reports note that the
bridge is not National Register Eligible.
Prepare a Negative Historic Property Survey Report of the bridge in anticipation
of a preliminary finding of no sigmficant effect by the State Historic Preservation
Office.
Prepare CEQA Appendix K analysis of impacts to the bridge and identlfl
mitigation measures (e.g. Hare documentation).
If it is determined that a Memorandum of Agreement (MOA) is required, it would
be prepared in consultation with the State Historic Preservation Officer (SHPO)
and the Advisory Council on Historic Preservation. This task will be completed
only at the authorization of the City Project Manager.
k Once the City of Carlsbad and CALTRANS have determined the preferred
alignment, Contractor shall prepare a trafEic analysis study on the alignment for
inclusion in environmental documents to meet NEPA and CEPA guidelines. The
analysis will discuss the existing conditions, the short-term condition, year 2005,
both with and without the bridge replacement and the long-term condition, year
2020, both with and without the bridge replacement. The traflic flow for the
project area will be analyzed both with and without the project, impacts will be
identified and mitigation measures presented. If modification to existing
TRANPLAN computer modeling is required to complete the analysis, the fee
assessed by SANDAG or Source Point is to be paid by the City. These results
will be summarized as a section in the ISEA and the technical report shall be
included in the appendices.
1. Summarize the technical report prepared by the engineering geologist as a section
in the ISEA.
m. As required by CEQA, the cumulative impact section will provide a discussion of
past, present and reasonably foreseeable projects in the proposed project vicinity
13 '
0 Carlsbad Boulevard Bridge scope of work
March 17,1999
0
that would produce related impacts. The section will include a list and map of
these projects along with a brief project description to illustrate their location in
relation to the proposed project. The primary source of cumulative projects will
be the City of Carlsbad Planning Department. The discussion of cumulative
effects will focus on air quality, water quality and biology.
n. As required by NEPh up to four projects alternatives will be addressed in the EA
at the same level of detail. Likely alternatives are the No Build; Seismic Retrofit
Only; Alternative Roadway Approach Alignment and a Preferred Project. The
scope of work described above for the various environmental topics includes the
effort to address each of these alternatives.
0. Prepare the MND/FONSI based on the information in the ISEA.
p. Prepare ten copies of the ISEA and submit to the City and Caltrans for their
review.
Tv. BASIC SERVICES - PRELIMINmY DESIGN PHASE
A. Foundation Investigations
A subsurfice investigation and report conforming with Caltrans standards and
requirements shall be made by a geologist or civil engineer licensed in California
specializing in foundations.
Existing borings will be utilized for abutment foundations and three additional borings,
one at each bent location, will be provided. The subsurface investigation shall be
performed to characterize the subsurface conditions and obtain relatively undisturbed
material samples for testing and development of design recommendations. For this
project, the subsurface investigation is anticipated to require the following tasks:
1. Advance three rotary wash test borings. Borings will be taken to a depth not-to-
exceed 45 feet or refusal. Both undisturbed split-barrel samples and disturbed bulk
samples will be obtained fi-om the borings. Standard Penetration Test (SPT) will be
conducted in all borings. Static groundwater elevations will be determined at each
boring. Sufficient time will be allowed on the open holes to assure full recovery of
water levels.
2. Laboratory tests will be performed on samples obtained from the exploratory borings
to determine physical properties.
3. Soil cuttings will be field checked for possible evidence of contaminated soils. If
evidence is encountered in the field, the City of Carlsbad wiU be notified. Changes in
14
T
0 carlsbad Boulevard Bridge
March 17,1999
scope OfWork
0
scope of work due to contaminated soils are not included in the fee for this project.
4. The draft log of borings shall be submitted to the City Project Manager.
B. Foundation & Materials Report
The Foundation and Materials Report shall be in accordance with Caltrans procedures as
listed in Sections 15-2 through 15-6 of Bridge Design Aids, dated December 1988 and
shall include the following:
1, Evaluation of types, locations, and engineering characteristics of foundation materials.
2. Assessment of engineering seismology and liquefaction potential.
3. Evaluation of factors affecting the design of the proposed structures, including totals
settlement and ground water.
4. Provide recommendations for shrinkage of f3l materials and preliminary estimates of
required pavement sections.
5. Recommendation of the most feasible methods of foundation support with allowable
and ultimate bearing capacities, uplift capacities and resistance to lateral loads
including pile stiflhess analysis.
6. Specified and probable pile tip elevations.
7. Evaluation of the corrosion potential.
8. Recommended amendments to Caltrans Standard Specifications regarding site
grading.
9. Identification of unsuitable materials requiring removal and recompaction or
replacement.
10. The estimated seismic acceleration and depth to rock-like materials in accordance
with Caltrans Bridge Design Specifications.
11. Preparation of a "Log of Test Borings" sheet measuring 24 inches by 36 inches
presented in the standard Caltrans format on City title block drawing sheets.
C. Utility Coordination
1. Not@ utility owners of the project and approximate construction start date.
15
0 0 Carlsbad Boulevard Bridge
March 17,1999
scope of work
2. Obtain as-built utility plans identifying locations, sizes and types of existing facilities
at the site.
3. Coordinate with utility owners to maintain utility service throughout the life of the
project.
4. Contractor shall make provisions in the design to accommodate existing and new
utiity facilities to be maintained in place, removed, adjusted, abandoned or installed.
5. Furnish preliminary construction plans for roadway and bridge improvements to
utility owners for their use during utiity design.
D. Roadway Geometric Approval
1. With the limits of work established with the selection of the preferred alignment,
survey crews will return to the site to tie in points where the new improvements will
join the existing improvements and to supplement the topographic survey where
additional detail is needed for iinal design.
2. Prepare initial roadway plans showing centerline geometry and edge of pavement, and
existing driveways, utility poles, water utilities, vaults and gate valves.
3. Prepare roadway centerline profile grade.
4. Prepare roadway typical section(s).
5. Prepare preliminary grading plans.
6. Submit to City Project Manager for approval of basic geornetrics and concepts.
E. Bridge Type Selection & General Plan
1. Based on input received fiom the City Project Manager, and a review of
environmental and hydraulic constraints, a bridge type selection report shall be
prepared finahkg the selected structure type with recommendations on the
following:
a) Span layout and span lengths
b) Superstructure type
c) Substructure, foundation and wingwall types
d) Railing type(s)
e) ArchitecturaVAesthetic treatments
16
0 0 Carkbad Boulevard Bridge
March 17,1999
scope OfWork
2. Prepare the Bridge General Plan drawing showing the following:
a) Bridge Elevation view
b) Bridge Plan view
c) Bridge Typical Section and Structure Type
d) Minimum Vertical Clearance
3. Submit to the City Project Manager for approval of type selection, features and
concepts.
F. Preliminary Estimate
1. A preliminary construction cost estimate shall be prepared for selected project
alternative and submitted to the City Project Manager.
G. Environmental
1. Revise the ISEA based on comments received from the City, Caltrans and Federal
Highway Administration (FHWA) District Office and Regional Office. It is
anticipated that four revisions will be necessary under this task.
2. Prepare 50 copies of the ISEA and MND and submit to the City and Caltrans for
public review distribution.
3. Prepare response to comments received during the pubic review period and submit
to the City and Caltrans for their review and prepare three sets of revisions based on
comments received fi-om the City, Caltrans and FHWA District and Regional office.
V. BASIC SERVICES - F'INAL DESIGN PHASE (FUTURE)
A. Thirty Percent Design
1. Prepare preliminary bridge and roadway design based on finalized concept approved
by the City and Caltrans. Plans shall be prepared to approximately 30 percent
completion. Final span lengths, structure depths and member sizes will be
determined. Plans shall show plan and proiile views on the same sheet.
2. Determine foundation size, locations and impact on existing facilities.
3. Determine locations of utilities within the bridge structure.
4. Develop details for incorporation of aesthetic treatments in conjunction with project
17
0 Carlsbad Boulevard Bridge
March 17,1999
scope of work
0
landscape architect.
5. Contractor will prepare acquisition plats and legal descriptions for parcels should the
acquisition of additional right of way along Carlsbad Boulevard become necessary.
6. Contractor will prepare the necessary easement plats and legal descriptions for
parcels should the acquisition of storm drain easements become necessary.
B. Unchecked PS&E (70%)
This task involves preparation of unchecked, completed plans to be submitted to the City
Project Manager to demonstrate design progress. Contractor shall prepare complete
designs and plans for construction of all project components.
1. Based on the selected roadway and bridge alignment, hal construction documents
(plans, specifications and estimates) shall be prepared. The scope of work for this
task will include the following:
Preparation of plan and projile drawings at l”=2O’ for the wideninghealignment of
Carlsbad Blvd, including surface improvements, storm drain modifkations, sewer and
water line modifications, street lighting, grading, driveway and cross street
modfications, approaches to and from the new bridge and transitions to the existing
roadway width.
Plans will include improvements to Mountain View Drive between Carlsbad
Boulevard and the “knuckle” to eliminate the low point (water ponding) conditions
that exist along this section. A new storm drain will be provided for where surface
improvements cannot correct the problems.
Modificationheconstruction for the existing storm drain running north fiom the
“knuckle” toward the lagoon (200 linear feet maximum) will be provided.
Realignment of the storm drain through the Scandia Motel site will also be provided
from the adjacent curb inlet to the Railroad right of way (300’ maximum).
Improvements shall be contained within the existing right of ways and storm drain
easements. Any improvements/grading on private property will be only that required
to make smooth transitions to the public improvements.
Coordination with utility companies for the relocation or modification of their
facilities. Prehmnary improvement plans will be submitted to the utilities for the
conflict check and to initiate their preparation of relocation plans.
Underground utilities which are determined to be in potential conflict with the
18
0 0
Carkbad Boulevard Bridge
March 17,1999
scope of work
proposed improvements will be potholed. Potholing will only be required where
direct access for measurement through manholes or access openings is not possible or
accurate record information is not available from the utility owners. This scope of
work is based on providing up to 5 potholes. Potholes beyond 5 would be provided
as an additional service and fee.
Preparation of technical specilkations for the roadway improvements (provided at
each submittal). Specifications will b6 prepared in the format as requested by the City
of Carlsbad.
Preparation of construction cost estimates for the roadway improvements, provided
at each submittal.
Preparation of hydrologic and hydraulic calculations supporting the proposed storm
drain modifications, including those on Mountain View Drive and the S'candia Motel
site.
Preparation of earthwork calculations.
2. Bridge plans shall include the General Plan, Deck Contours, Foundation Plan,
Abutment Layout and Details, Bent Details, Typical Section, Girder Layout Girder
Reinforcement, Deck Reinforcing, Post-Tensioning, Girder Details, Miscellaneous
Details and Log of Test Borings.
3. Prepare signing and striping plans for Carlsbad Boulevard and State Street to cover
the limits of the construction and transitions to match existing striping. The plans will
show the lane configuration, lane widths, quantity and type of traffic stripes, location
of pavement markings and the location and type of roadside signs to be removed,
relocated or installed. Traffic control plans will be prepared for all the phases of
construction showing the type and location of tr&c control devices, lane
configurations, lane widths and will delineate the limits of the work areas. In addition
to the traflic control phases, a detour plan will also be prepared in the event that
Carlsbad Boulevard and/or State Street need to be closed to traflic for certain periods
during the construction either for a one-day closure or multi-day closure. The detour
plan will show the delineated detour route and the location of detour signing and
advance warning signs.
4. LandscapingRrosion Control plans for the entire construction impact areas shall
include irrigation plans and details and planting plans and details. It is anticipated that
the site would be manually watered through the plant establishment phase.
Revegetation of offsite mitigation areas is not included.
5. Furnish construction plans for roadway and bridge improvements to utility owners for
their use during utility design.
19 '
Carkbad Boulevard Bridge 0 0 - scope of work March 17,1999
6. The design and plans shall make provisions to accommodate existing utilities and
design of storm drain mod~cations, sewer and water line modifications, street
lighting, grading, driveway and cross street modifications and transitions to the
existing roadway width. Design of franchise utilities, conduits and -res to be
provided by others.
7. Determine what utilities are to be carried on the bridge and provide details for utility
openings.
8. The disposition of utility facilities shall be shown on the plans including locations of
existing facilities and proposed relocations. Preparation of relocation or modification
plans for franchise utilities is not included in this scope of work.
9. Based on estimates from utility owners, time periods shall be included in the project
specifications to allow for utility owners to make adjustments to facilities or install
new facilities as required.
10. Provide hard copy of outline specifications with a heading for each of the anticipated
bid items.
11. Provide unchecked quantities and probable costs based on the 70% plans.
12. Submittals to Caltrans shall include items defined in the Caltrans Externally Financed
Project Branch Information and Procedures Guide.
C. Initial Plans, Specifications, and Estimates, PS&E (90%)
This task involves completion of the initial PS&E package for submittal to the City
Project Manager for review and comment. Calculations shall be prepared in a neat and
orderly manner, shall be bound and indexed, each sheet shall be signed or initialed by the
preparer, and each set of calculations shall bear the responsible professional engineer's
seal and signature.
1. Design and Plan Checking
a) Calculations and plans shall be checked in accordance with the Contractor's
quality control program and in accordance with Caltrans Externally Financed
Projects Branch Information and Procedures Guide.
b) Plans shall be corrected and backchecked to insure accuracy, completeness, and
constructability.
20
-
0 Carlsbad Boulevard Bridge
March 17,1999
scope of work
e
2. Engineer's Estimate
a) The engineer's estimate shall be the Contractor's professional opinion of probable
construction costs.
b) Quantities shall be computed for the various items of work based on details,
dimensions and limits shown on the plans.
c) Quantities shall be separated into HBRR participating and, non-participating items.
d) Quantities shall be independently checked and backchecked within customary
tolerances.
e) The Engineer's Estimate shall be prepared based on application of historical unit
prices or by more detailed analysis if necessary. Justification of estimates for
lump sum items shall be fhrnished upon request of the City Project Manager.
Contingencies of ten percent shall be added to the estimate subtotal.
9 A summary of the Engineer's Estimate shall be provided outlining costs
attributable to each fbndmg source including HE3RR and Seismic.
g) Caltrans code numbers shall be provided for each item for use of the Local
Agency Automated Payment System.
h) Item numbers on the estimate to match the item numbers in the contract bid
documents.
3. Specifications (Special Provisions)
The basic specifications for the project shall be the Standard Speciflcations for Public
Works Construction (Green Book).
a) Technical special provisions shall be prepared based on, and conforming to the
form and format of the Standard Specifications for Public Works Construction
(Green Book). Inclusion of Caltrans Standard Specifications by reference shall
not be done.
b) Measurement and payment provisions shall be included for all items of work.
e) Special provisions shall be made available on IBM compatible format computer
diskette in MSWord format Version 7.0 or as approved by the City.
21
e
CarlsbacI Boulevard Bridge
March 17,1999
scope of work
e
4. Working Day Schedule
a) Contractor shall prepare an estimate of the number of working days, which should
be allowed for construction of the project. The schedule shall be presented in bar
chart format in sacient detail to determine the required construction time.
5. Environmental
a) Contractor will prepare a Local Coastal Permit Application for this project. It is
assumed that this project would fall under the local jurisdiction of the City of
Carlsbad. Coastal Commission involvement would only be expected to occur if
the project involves construction within the Buena Vista Lagoon. Such
construction would also trigger the need for several other regulatory approvals
including Sections 401 and 404 of the Clean Water Act, Section 40 of the
Department of Transportation Act, Section 1601 of the Fish and Game Code. It
has been assumed that impacts to the lagoon would cause a signiscant delay to
the project and would be unacceptable to the required time fi-ame for funding
availability; therefore, it is assumed that the lagoon will be avoided.
D. Final PS&E (100%)
Once the City Project Manager is satisfied that no additional revisions to the PS&E
package are required, he/she will request that the Contractor submit the final PS&E
package including the original tracings of the plans and disk copy of the plans in
AutoCAD Re1 14 format on 3 l/2" disks, 2 bound copies of the bridge structural
calculations, hydraulics and hydrology €or the storm drains and earthwork calculations.
Two hard copies and disk copies of the specifications shall also be submitted. Other
final PS&E tasks include:
1. Roadway Cross Section - Prepare roadway cross section plots at 50' intervals along
centerline of the roadway at a scale of 1 "=lo' both vertically and horizontally.
2. Contract Proposal - Prepare the Contract Proposal using standard City format for use
in the City Contract Documents. This form will show the bid items, units, quantities,
blanks for unit price, amounts and total bids. This form shall be made available on
computer diskette in the same format as the special provisions.
3. Resident Engineer's Pending File - The Contractor shall prepare a Resident Engineer's
Pending File containing pertinent information for the construction team and shall
include the following:
a) Deck contour plot of the finished bridge deck at a scale of l"4' extending 20'
beyond approach slabs.
22
e Carkbad Boulevard Bridge
March 17,1999
scope OfWork
0
b) Bridge deck joint movement calculation sheet.
C) One copy of the FoundatiodMaterial Report and one copy of the roadway cross
section plots.
VI. ADDITIONAL SERVICES
Contractor shall provide additional consulting services as requested by the City Project
Manager. No work will be performed that is not included in the basic services scope until a
signed authorization is received. The following items, if necessary, would be considered
Additional Services:
A. Socio Economic Study for more than 7 parcels
B. Section 106 Memorandum of Agreement with State Historic Preservation Officer
C. Channel Section Design of Bridge (Final Design Phase)
VII. SERVICES NOT INCLUDED
The following services have not been included in this scope of work. The Final Design Phase
has not been included in the contract at this time. Should it be determined that any of these
services is required, a contract change order would be necessary. No work will be perfiormed
that is not included in scope of until a signed authorization is received.
A. Final Design
B. Consulting services during construction
C. Bidding and advertising services
D. Agency fees and permit application fees
E. Modification to the existing sewer pump station facilities north of the bridge
F. Hazardous waste documentation or remediation
G. Permitting for impacts to Buena Vista Lagoon
H. Traf€ic signal design
I. Design of nonconventional bridge structures, except channel section design
J. Modification of "RANPLAN computer model
K. Revegetation plans for offsite mitigation
L. Design of utilities other than City sewer and water lines
M. Right of way and easement acquisition
23
0 EXHIBIT "B" a
v
6
CONTRACTQR COMPENSATION
Contractor shall proceed with each phase of the work only after the City Project Manager has
authorized the expenditure of fbnds for that phase in writing. If the City requires additional services
not included as a part ofthe Basic Services, Contractor shall proceed with items listed as additional
services only with the written authorization of the City Project Manager for each item.
Compensation for each of the phases and additional services shown below includes costs for project
management and administration.
The Contractor shall be paid a fixed sum for each phase of the Basic Services as shown below:
BASIC SERVICES
Preliminary Studies Phase: $228,693.00
Preliminary Design Phase: $110.613.00
TOTAL BASIC SERVICES $339,306.00
ADDITIONAL, SERVICES
Additional Socio Economic Studies $12,600.00
(7 parcels at $1,800 Each)
Memorandum of Agreement (Section 106) $1 1.000.00
TOTAL ADDITIONAL SERVICES $23,600.00 .
TOTAL BASIC AND ADDTIONAL SERVICES $362,906.00