Loading...
HomeMy WebLinkAboutArcadis U S Inc; 2012-08-28; UTIL886UTIL886 AGREEMENT FOR DESIGN REVIEW SERVICES FOR THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION, PROJECT NO. 3949 (ARCADIS U.S., INC.) THIS AGREEMENT is made and entered into as of the day of Acygc»SC , 2012, by and between the CITY OF CARLSBAD, a munidpal corporation, (Tity"), and ARCADIS U.S. INC., a Delaware corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant engineer that is experienced in the design, inspection and construction management of pipelines and pumping stations. B. Contractor has the necessary experience in providing professional services and advice related to the design review of plans and specifications for pipelines, pump stations and appurtenant facilities. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is ofthe essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be ninety nine thousand nine hundred fifty eight dollars ($99,958). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attomey Approved Version 2/17/12 1 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directiy or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City 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 negligence, recklessness, or willful misconduct 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will 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-:VH". OR City Attorney Approved Version 2/17/12 with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additiona! insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv 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 will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. I I If box is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to City Attorney Approved Version 2/17/12 obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Terry Smith Name Liberate Tortorici Titie Senior Engineer Titie Senior Associate Department Utilities Address 1525 Faraday Ave, Suite 290 City of Carisbad Carisbad, CA 92008 Address 1635 Faraday Ave Phone No. 760-602-3840 Carisbad, CA 92008 Email Libbv.tortorici@arcadis-us.com Phone No. 760-602-2765 Each party wil! notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 2/17/12 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19- DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settied by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outiining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action ofthe City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. City Attorney Approved Version 2/17/12 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, City will 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 ofthe fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, 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 ofthe false information or in reckless disregard ofthe truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 2/17/12 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR ARCADIS U.S. INC., a Delaware corporation By: (sign here) (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a munidpal corporation of the State of California Z)^. City Ma * as authoriged ager-epftfeyor or"Divioion Dircitto^ai^^^//^ jthorigod by tho City MQnQa^feYj^Vyy.^^<^<^ Ik 'aIf* iraii^i''' ATTEST: LORRAINE M. WOOD City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorney City Attorney Approved Version 2/17/12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of cSo^i^ T)\iP^6 On ^ '3> I ' il before me, Pr^iAd^g^j^e^ L Date Here Insert Name and Titie o personally appeared \ Name(s) of Signer(s) / of tfie Officer FRANCESCA L CHERRMSTON COMM. # 1821079 NOTARY PUBUC-CAUFORMA SAN OIEGO Co«Mn My COMM. EXP. NOV. 01,2012 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certity under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature: OPTIONAL — Though the information below is not required by law, it may prove \ktluable to persons relying i and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: r^fiy/^&J^ -C^^ '^es^^Y\ RWi^cJ St^f^'CiPS' Document Date: T ^ 5 ^ ' ( Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ^Vo^W/o/ A H- l^pwA/^^v^ Signer's Name • Corporate Officer — Title(s): <^ Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here 12010 National Notary Association • NatlonalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Secretary Certificate I, Gerard P. Cavaluzzi, Assistant Secretary of ARCADIS U.S., Inc. (the "Corporation"), do HEREBY CERTIFY and attest that the Corporation, in accordance with the bylaws of the Corporation, Resolution of the Board of Directors, and delegation of the Chief Executive Officer, has duly authorized and directed Richard H. Kennedy, in his capacity as Principal-in-Charge of ARCADIS U.S., Inc., to execute and sign, on behalf of ARCADIS U.S., Inc., the City of Carlsbad Agreement for Design Review Services for the Vista/Carlsbad Interceptor Sewer, Reaches llB-15, and the Aqua Hedionda Sewer Lift Station, Project No. 3949 and to affix the corporate seal on such documents, and his signature shall be legal and binding upon the corporation. ATTEST STATE OF New York County of Westchester Assistant Secretary July 31, 2012 ss. ) Personally appeared Gerard P. Cavaluzzi , Assistant Secretary of ARCADIS U.S., Inc. , signer and sealer of the foregoing instmment, who, being duly authorized, acknowledged the same to be his free act and deed and the free act and deed of said Corporation, before me. My Commission expires iTVYx^ Zr>,^ 2XH3> .Notary Public ll4ETtE B. CUFFEL Notary Put)i«c. State of New York BaBtttralion #0tCU612724a QiiMmA in watlchestar County Cowwlatlonfi(piwslla^. 2013 MALC:OLM PIRNIE EXHIBITA ^ ARCADIS July 27, 2012 Mr. Terry Smith, Senior Engineer City of Carlsbad Utilities Department - Engineering Division 1635 Faraday Avenue Carlsbad, CA 92008 Re: Proposal for Vista/Carlsbad Interceptor Sewer and Agua Hedionda Lift Station Replacement Project Constructability Review (CIP Nos. 3866, 3492 and 3049) Dear Mr. Smith Malcolm Pirnie, the Water Division of ARCADIS (Pirnie/ARCADIS) is pleased to submit this proposal to conduct a Constructability Review in accordance with the requirements specified in your Request for Proposal and the subsequent Pirnie/ARCADIS proposal dated June 14, 2012 for the Construction Management and Inspection Services for the subject project. Our proposed Scope of Work and Cost Proposal, including task-by-task labor efforts and costs are defined below for your consideration and approval. SCOPE OF WORK The following tasks which include our project management and design/constructability review efforts constitute our overall approach to complete the Constructability Review as we previously discussed on July 10, 2012 and on July 25, 2012. Task 1.1 - Project Management Under this task Pirnie/ARCADIS will provided overall project management under the direction of our Contract Manager (Liberate Tortorici), including budget and schedule control, sub-consultant management, project documentation, progress meetings and quality assurance/quality control as defined by the following sub-tasks. Task 1.1.1 - Track Project Progress and Schedule Under this sub-task Pirnie/ARCADIS will tailor our internal "project management" (PM) computer based budget and labor effort tracking system, and will submit monthly invoices to the City in accordance with the City's requirements. The monthly invoices will identify the following "task-by-task" information. • Budget Amount • Amount Previously Billed MALCOLM PIRNIE ARCADIS Current Invoice Amount Amount Billed to Date Amount Remaining % Budget Expended to Date % Work Completed to Date Task 1.1.2 - Sub Consultant Management Under this task Pirnie/ARCADIS will develop and execute agreements with our sub-consultants, will process sub-consultant invoices, and will coordinate and be responsible for all sub- consultant efforts associated with the Constructability Review. Task 1.1.3 - Project Documentation Under this task Pirnie/ARCADIS will establish our electronic and "hard copy" document filing system, will maintain all project documents and will distribute project documents to internal and external project team members as deemed appropriate by our Contract Manager, our Construction Manager (Franz Schauer), and the City's Project Manager (Terry Smith). Task 1.1.4 - Progress Meetings Under this task Pirnie/ARCADIS will coordinate with the City and will actively participate in a "kick-off' meeting following a Notice-to-Proceed. Given the relatively short duration of this Constructability Review project and the close interaction between all stakeholders during the workshop identified under Task 1.2.3, we do not envision that additional progress meetings will be required. Task 1.1.5 - Quality Assurance/Quality Control Under this task Pirnie/ARCADIS will engage and consult with our Quality Consultant (Jon Westervelt) prior to and during our workshop at the direction of our Contract Manager to provide input and direction on critical issues and resolution strategies. Task 1.2 - Design/Constructability Review Under this task Pirnie/ARCADIS will coordinate and orchestrate our internal review efforts; and will develop, coordinate and conduct the Constructability Review Workshop that will focus on avoidance of Contractor delays and claims during construction and minimizing impacts on the communities and other entities in the vicinities of construction. Task 1.2.1 - Develop Project Data Needs Under this task Pirnie/ARCADIS will collect, assemble and distribute relevant project documents as generally defined in Attachment 1 and summarized below. • Design Reports and Technical Memoranda • Geotechnical Reports \\ALCOLVt PIRNIE ARCADIS Plans and Specifications Engineer's Estimate of Probable Construction Costs (as detailed as is available) City's Front End Documents Permit Applications and permits Easement Documents Environmental Documents Task 1.2.2 - General Design Review Under this task our Contract Manager, Construction Manager and Pipelines Resident Engineer (Mark Sullivan) will conduct a general review of the project documents to determine areas of focused review for each Constructability Review team member and will distribute the appropriate documents to each team member relative to their areas of focus. Task 1.2.3 - Constructability Review & Workshop Under this task Pirnie/ARCADIS will conduct a pre-workshop review of the project documents; will finalize the draft workshop agenda presented below; and will coordinate and facilitate the workshop with all stakeholders and review team members. Constructability Review Workshop Draft Agenda Day 1 (Educate) - Designer 8i City Presentation and Identification of Critical Issues • Designer & City Presentation (1/2 day) We envision that the Designer's Project Manager and key design team members as determined by the Designer's PM, and the City's Project Manager will provide a general overview ofthe project(s) and identify critical issues which they are aware of. • Identification of Critical Issues (1/2 day) This workshop element will be for all stakeholders to identify and to prioritize critical issues, establish key areas of focus for our Constructability Review team, and to establish schedules for stakeholder focused involvement during Day 2 and Day 3 ofthe workshop. We envision that the Designer's PM and other key design team members will participate in this element ofthe workshop. Day 2 and Day 3 (Discover and Brainstorm) - Constructability Review Our Constructability Review will explore and develop the identified critical issues, will identify and develop other issues that may surface during the review, and formulate preliminary resolution strategies during this element ofthe workshop. We envision that the Designer will be available during this period to answer questions and to provide clarification requested by the Constructability Review team via the telephone or e-mail communications. iMALCOLM PIRNIE (SI ARCADIS Day 4 (Collaborate and Resolve) - Issue Resolution Our Constructability Review team will summarize and present the critical issues and the preliminary resolution strategies developed during Day 2 and day 3 ofthe workshop, and will facilitate the formulation of final resolution strategies with the stakeholders. We envision that the Designer's Project Manager and key design team members as determined by the Designer's PM, the City's Project Manager and other stakeholder's key personnel will participate in this element ofthe workshop. Task 1.2.4 - Issues and Resolution Log Under this task Pirnie/ARCADIS will convene our Constructability Review team to summarize the critical issues and the final resolution strategies developed during Day 4 ofthe workshop, and will submit this document to the City for approval and distribution. This post-workshop activity is intended for the Pirnie/ARCADIS Constructability Review team to generate the workshop issues and resolution log and will not require participation by City staff or other stakeholders. Task 1.2.5 - Constructability Review Follow-up Under this task Pirnie/ARCADIS will provide input and advice to the City and the Designer on the changes to the Contract Documents that may be required to mitigate the issues documented under Day 5 of the workshop. PRELIMINARY SCHEDULE Our anticipated schedule milestones for the Constructability Review scope of work are provided below. • Notice-to-Proceed issued during the week of August 6, 2012 • Kick-off meeting conducted during week of August 6, 2012 • Pre-workshop activities (Tasks 1.2.1 and 1.2.2) conducted from August 8 to August 16, 2012 • Pre-workshop focused team review of project documents conducted from August 17 to August 24, 2012 • Workshop (Task 1.2.3) conducted from August 27 through August 30, 2012 • Generate Issues and Resolution Log (Task 1.2.4) NLT September 4, 2012 • Workshop follow-up activities (Task 1.2.5) conducted from September 4 through September 28, 2012 We recognize that the schedule for Constructability Review highlighted above may need to be modified to accommodate availability of City staff. Designer staff and other stakeholder key PIRNliE ARCADIS he Water Division of ARCADIS personnel. We are prepared to tailor the schedule as needed to meet the City's needs and will be available to accommodate modifications to the schedule. COST PROPOSAL The attached spreadsheet identifies our task-by-task labor efforts for the Pirnie/ARCADIS team Review. A copy of our cost proposal worksheets is included in Attachment 2 for your information. Our total cost for this project is $99,958. We are prepared to undertake and complete this project under a lump sum contract basis or under a "not-to-exceed" time and materials contract basis. Thank you for the opportunity to submit this proposal and we look forward with enthusiasm to initiating our efforts and to work with the City on this project. If you have any questions regarding our proposal, please contact us at 760-602-3840. Sincerely, ARCADIS U.S, Inc. Richard Kennedy, PE Liberate Tortorici, PE Principal-in-Charge Contract Manager City OfCarlsbad Agua Hedionda Sewer Project Construction iVIanagement and Inspection Services Phase 1 Constructlbility Review Task No. Malcolm Pirnie Subconsultants ODC's Total Task No. Tortorici, Libby Schauer, Franz Westervelt, Jon Flynn, Marvin Wilson, Paul Norco, Richard Serata, Arthur Suchor, Glen Makowski, Holly Zomordi, Soren Client Rep MPI Total Hours MPI Labor Cost Camp, Craiq Deering. Steve Matthews, Ed Sullivan, Mark Subconsultant SubTotal MPI MU @ 8% Subconsultant Total ODC's Total Task No. Tortorici, Libby Schauer, Franz Westervelt, Jon Flynn, Marvin Wilson, Paul Norco, Richard Serata, Arthur Suchor, Glen Makowski, Holly Zomordi, Soren Client Rep MPI Total Hours MPI Labor Cost Jacobs Dudek M.f.S Subconsultant SubTotal MPI MU @ 8% Subconsultant Total ODC's Total Task No. Billing Rate $ 198,00 $ 165,00 $ 198,00 $ 158,00 $ 165.00 $ 130,00 S 158,00 S 125,00 S 60,00 S 133,00 $ 80,00 $ 185.00 $ 195.00 $ 185,00 S 145.00 Subconsultant SubTotal MPI MU @ 8% Subconsultant Total ODC's Total II 1 10 . It."', 1 (H)i 1 1 o ert Progtes"; and Schedute 8 10 S 8 34 S 4,354 $ S 4.354 6 8 S -s S • 1 4 S -$ S 4 8 s -s $ 001 12 ii 14 6 53 S 7,854 s -$ $ 7,854 () 8 s -s S 12 6 6 $ -$ 1, 12 $ s S no 11.? "ocuinctitation 18 28 6 52 $ 8,348 % -s S 60 S 8,408 4 6 % -s S ^ tioi 14 28 % -s "S 001 14 7 7 14 S 2,541 7 $ 1.01.1 % 81 $ 1,096 S 3.637 001 1 4 10 14 $ 2,772 $ $ -% S 2,772 00120 00121 10 8 18 S 3,300 8 $ 1.160 S 93 % 1.2.5,3 % 2.000 S 6.553 00122 26 20 46 $ 8,448 20 $ 2.900 S 232 % .5.I.12 $ 11,580 0012.5 52 44 16 8 16 10 146 $ 24,230 12 10 10 40 $ 11.820 S 946 $ 12,766 S 36,996 00124 6 2 8 16 S 1,998 4 S 580 S 46 S 626 S 2,624 0012.S 24 20 44 S 8,052 20 20 "i, 6.600 S 528 S 7.128 s \'^.\m 188 101 10 28 10 16 8 16 36 10 14 437 12 10 30 99 Phase 1 Subtotal $ 37,224 $ 16,665 S 1,930 $ 4,424 $ 1,650 $ 2,030 S 1,264 S 2,000 $ 2,160 $ 1,330 $ 1,120 $ 71,897 $ 2,220 $ 1,950 S 5,550 $ 14,355 $ 24,075 1 $ 1,926 | S 26,001 $ 2,060 S 99,958 Attachment 1 Constructability Review Venue Presented at July 10, 2012 Q&A Session with Carlsbad Agua Hedionda Project - Constructability Review Venue Presented at 7/10/12 Q&A Session (Dates need to be modified to match personnel availability and City schedules) PRE-WORKSHOP ACTivmES (AUGUST f - AUGUST 8™) 1. Collect and assemble project documents Design Reports and Technical Memorandums Geotechnical Reports Plans and Specifications Engineer's Estimate of Probable Construction Costs (as detailed as is available) City's Front End Documents Permit applications and permits Environmental Documents 2. General review of documents by Libby, Franz and Mark 3. Identify and expand areas of focused review by Libby, Franz and Mark • Libby - Avoidance of Contractor Delays and Claims Coordination of Front-end Documents with plans and specifications Coordination of plans with specifications i.e., verbiage such as "see specifications" or "see mechanical drawings". Submittal and RFI requirements to avoid potential abuse by Contractor Submittal schedule to be tied into CPM schedule Submittal review turnaround time to be tied into CPM schedule Contactor payment for all 2"^^ time re-submittals and all 1^* time resubmlttals when Contactor exceeds 15% of 1^* time re-submittals based on the approved submittal schedule. No time extensions for submittals beyond the original submittal Clear and reasonable interim milestone schedule requirements Clear and well defined requirements for sewer connections and bypass pumping/diversions with emergency back-up requirements to avoid spills Clear and well defined "maintenance of operations" requirements and constraints Are the details for construction clearly defined or "left up to the Contractor"? The "devil is in the details" and focus will be placed on fiushing out general requirements that lack the details needed by the Contractor to proceed without delay. • Franz - Avoidance of Contractor Delays and Claims Clear and well defined coordination/scheduling requirements between the four construction contracts Clear and well defined groundwater dewatering requirements for pump station and bridge piers. Do the geotechnical investigations clearly define what the Contractor will encounter relative to soil strata and groundwater conditions? Clear and well defined requirements for Contractor coordination with and approvals from SDG&E, NTCD and Southern California Gas Clear and well defined requirements for concrete placement and concrete protective coatings for waterproofing and corrosion protection (surface preparation and acceptance, application and acceptance, and 3'^^ Party testing by the Contractor) Buried pipe installation (corrosion protection) and structure/pipe connections to accommodate potential differential settlement • Mark - Avoidance of Contractor Delays and Claims Clear and well defined coordination/scheduling requirements between the four construction contracts Clear and well defined groundwater dewatering requirements and treatment requirements of hydrocarbon contaminated groundwater and soils for pipeline construction. Do the geotechnical investigations clearly define what the Contractor will encounter relative to soil strata, groundwater conditions and contaminated ground water? Clear and well defined requirements for traffic control and sheeting/shoring for pipeline construction. Clear and well defined requirements for SWPPP Compliance Clear and well defined requirements for environmental monitoring activities 4. Identify and expand areas of "specialty" involvement/review such as Construction scheduling and sequencing Construction milestone completions Construction methods and community impacts Geotechnical issues and hydrocarbon contaminated groundwater and soils Sewer connections and bypass diversions Environmental monitoring Assign "specialist" to review team 5. Assign areas of "specialty" involvement/review PRE-WORKSHOP REVIEWS (AUGUST 8^"~ AUGUST 13™) CONSTRUCTABIUTY REVIEW WORKSHOP (AUGUST 13™ -AUGUST 17™) 1. Educate - 1/2 Day: Designer & City Presentation and Q&A 2. Workshop Focus Areas - 1/2 Day: CM, City & Designer Identification of Critical Issues and Areas of Focus 3. Discover and Brain Storm - 2 Days: City & CM Review, Confirmation and Development of Critical Issues and Formulate Preliminary Resolution Strategies 4. Collaborate and Resolve -1 Day: CM, City & Designer Review Issues and Formulate Final Resolution Strategies 5. Document -1 Day: CM Constructability Review Issues and Resolution Log Attachment 2 Cost Proposal Worksheets Agua Hedionda Sewer Project Construction Management and Inspection Services (REV 0) PHASE 1 - CONSTRUCTABILITY REVIEW SCOPE OF WORK TASKS AND COST ESTIMATES (REV 0) Schedule Conflicts • Franz is on vacation August 9^*^ through August 19^^ • Libby is on vacation August 16^^ through August 19^*^. • Labor Day weekend September 1^* through September B^'^. • Mark is not available on Thursday mornings. Schedule Assumptions NTP anticipated week of August S**^ • Pre- Workshop Activities per attached Constructability Review Venue - August 8*^ to August 16^^ Need to obtain all relevant project documents NLT August 3"^^. Franz needs to get review/input before August 9^^. • Pre - Workshop Team Reviews per attached Constructability Review Venue - August l/^ to August 24^^ • Workshop per attached Constructability Review Venue - August 27^^ thru August • Workshop follow-up with City and Designer - September 4*^ through September 28^^. • Phase 1 duration August 8**^ through September 28^^ - 7 weeks Task 1 - Preconstruction Services Task 00110 - Project Management • Task 00111 - Track Project Progress and Schedule PM Set-up: Libby Tortorici - 3 hours Paul Wilson - 6 hours PM Updates: 1 update during 7 week duration Libby Tortorici - 1 hour Paul Wilson -4 hours Monthly Invoices: 2 invoices during 7 week duration Libby Tortorici - 2 x 2hours = 4 hours Client Rep -2x4 hours = 8 hours Task 00112 - Sub Consultant Management Sub Consultant Agreements (MJS, Dudek, Jacobs): Libby Tortorici -3x3 hours = 9 hours Holly Makowski -3x3 hours = 9 hours Sub Consultant Invoices (MJS, Dudek, Jacobs): 2 invoices during 7 week duration Libby Tortorici -2x3x2 hours = 12 hours Holly Makowski - 2 x 3 x 0.833 hour = 5 hours Client Rep -2x3x1 hour = 6 hours Sub Consultont Coordination (MJS, Dudek, Jacobs): Libby Tortorici -3x4 hours = 12 hours Task 00113 - Project Documentation File Set-up: Libby Tortorici - 4 hours Holly Makowski - 6 hours ODC's - 6 note books @ $10 each = $60 Document Filing ond Control: Libby Tortorici - 7 weeks x 2 hours/week = 14 hours Marvin Flynn - 7 weeks x 4 hours/week = 28 hours Task 00114 - Progress Meetings Kick-off Meeting: Libby Tortorici - 2 hours prep + 3 hours participation + 2 hours follow-up = 7 hours Franz Schauer - 2 hours prep + 3 hours participation + 2 hours follow-up = 7 hours Mark Sullivan - 2 hours prep + 3 hours participation + 2 hours follow-up = 7 hours Task 00115 - QA/QC Libby Tortorici - 4 hours coordination with Quality Consultant Jon Westervelt (Quality Consultant) -10 hours Task 00120 - Design/Constructability Review • Task 00121 - Develop Project Data Needs Libby Tortorici - 10 hours Franz Schauer - 8 hours Mark Sullivan - 8 hours ODC's - Document copies for distribution $2,000 estimate Task 00122 - General Design Review Libby Tortorici - 20 hours + 6 hours to coordinate = 26 hours Franz Schauer - 20 hours Mark Sullivan - 20 hours Task 00123 - Constructability Review & Workshop (Lunches not provided) Libby Tortorici - 52 hours Franz Schauer - 44 hours Mark Sullivan - 40 hours Glenn Suchor -16 hours Richard Norco -16 hours Craig Camp -12 hours Steve Deering -10 hours Ed Matthews -10 hours Soren Zomorodi -10 hours Arthur Serata - 8 hours Task 00124 - Constructability Review Issues and Resolutions Log Libby Tortorici - 6 hours Franz Schauer - 2 hours Mark Sullivan - 4 hours Holly Makowski - 8 hours Task 00125 - Constructability Review Follow-up Libby Tortorici - 24 hours Franz Schauer - 20 hours Mark Sullivan - 20 hours Ed Matthews - 20 hours Summary Team Member Hours (Rate $/hour) Total Amount Libby Tortorici 188 ($198) $37,224 Franz Schauer 101 ($165) $16,665 Holly Makowski 29 ($60) $2,160 Paul Wilson 10 ($165) $1,650 Glen Suchor 16 ($125) $2,000 Richard Norco 16 ($130) $2,080 Marvin Flynn 28 ($158) $4,424 Soren Zomorodi 10 ($133) $1,330 Arthur Serata 8 ($158) $1,264 Jon Westervelt 10 ($198) $1,980 Client Rep 14 ($80) $1,120 Pirnie Labor Totals $71,897 Sub Consultants Mark Sullivan 99 ($145) $14,355 Craig Camp 12 ($185) $2,220 Steve Deering 10 ($195) $1,950 Ed Matthews 30 ($185) $5,550 Sub Labor Totals $24,075 Pirnie Mark-up @ 8% $1,926 ODCs $2,060 Total $99,958