HomeMy WebLinkAboutP & D Consultants Inc; 2004-04-09;EXHIBIT 2
AMENDMENT NO. 5 TO AGREEMENT FOR
REDESIGN SERVICES FOR THE
CARLSBAD CITY GOLF COURSE PROJECT
JA-- This Amendment No. 5 is entered into and effective as of the 1 day of , 2005, amending the agreement dated April 9, 2004 (the “Agreement”)
by and between the City of Carlsbad, a municipal corporation, (“City”), and P & D Consultants,
Incorporated, (“Contractor“) (collectively, the “Parties”) for the Carlsbad City Golf Course Project,
hereafter the “Project.”
MW
RECITALS
A. On June 7, 2004, the Patties executed Amendment No.1 to theAgreement; and
B. On July 30, 2004, the Patties executed Amendment No. 2 to theAgreement; and
C. On October 20,2004, the Patties executed Amendment No. 3 to theAgreement; and
D. On December 3,2004, the Parties executed Amendment No. 4 to theAgreement;
E. The Parties desire to alter the Agreement’s scope of work to include continuing
redesign services for the Project; and
F. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit “A”, Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have
been amended from time to time, Contractor will provide those services described in Exhibit “A“.
2. It is the intent of the Parties that Amendment No. 5 shall provide all final
and complete services by Contractor to City required to produce the final, approved, signed, and
complete sets of plans, specifications, and estimates required by City to bid the Project. City will
pay Contractor for all work associated with those services described in Exhibit “A on a time and
materials basis not-to-exceed ninety-nine thousand eight hundred ten dollars ($99,810).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City. No
additional compensation shall be requested by Contractor nor shall be approved by City related
to this scope of work.
3. Contractor will complete all work described in Exhibit “A consistent with
the schedule established for work under the Agreement.
4. All other provisions of the Agreement, as may have been amended from
time to time, All remain in full force and effect.
City Attorney Approved Version #05.22.01
1
7
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
6. The individuals executing this Amendment 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 Amendment.
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California
*By: $9
sign he re)
MATT HALL, Mayor Pro-Tern John L. Kinley, President
(print namehitle)
john.kinley@pdconsultants.com ATTEST:
(e-mail address)
**By:
City Clerk (si& here)
(print name/titl6)
odd kkdWfl/Sf. 1/,te &-srdtdf
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@) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By: &dr
Deputy City Att rney
2
City Attorney Approved Version #05.22.01
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
to be the person@) whose name(*is/ata
subscribed to the within instrument and
acknowledged to me that he/ske#key executed
the same in hislhPllthPir authorized
capacityw, andthat by his/he&bek
signature@ on the instrument the person(& or
the entity upon behalf of which the person(%
acted, executed the instrument.
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reaftachment of this form to another document.
Description of Attached Document
Signer(s) Other Than Named Above:
sorporate Officer - Title(s):
0 Partner - 0 Limited 0 General 0 Attorney-in-Fact
0 Guardian or Conservator
0 1999 National Notary Association . 9350 De Sofo A=.. PO Box 2402. Chatsworth, CA 91313-2402 ' ww.nationalnotary.org Prod. No. 5907 Rewder: Call Toll-Free 1-800-876-&327
Exhibit “A” Carlsbad Golf Course CCC Final Revisions
A cost to prepare final golf course revisions per CCC comments for submittal to the City by
February 18th is indicated below as Exhibit “A” Carlsbad Golf Course Final CCC Revisions.
These fees are not a part of the fees described above in Carlsbad Golf Course CCC Revisions /
P&D & HDR. Fees for P&D and KTUA for service provided during the month of January
2005 are included in Exhibit “A”.
A. Services Provided by P&D
Task 1: Earthwork and Grading Balance Adjustments
Prepark earthwork calculations, cut-fill exhibit, earthwork distribution evaluation resulting from
CCC changes and determine potential quantity adjustments from future CCC amendment
changes. Adjust elevations where needed to achieve a balance andor create the desired
earthwork distribution scenario. Also, make final minor adjustments per Gregg H. Nash Design
golf course grading revisions.
Task 2: Grading / Improvement Plans
Prepare revised final construction plans in response to CCC changes as defined by the revised
plans for grading and improvements. This effort will include the following tasks.
a
0
Finalize cart path re-routing.
0
a
a
a
Complete re-grading of all affected areas to conform to revised grading limits.
Mitigate adverse impacts to SDG&E access roads.
Complete storm drain system re-design and perimeter drainage improvements.
Bridge relocation adjustments and coordination with Moffatt Nichol.
Provide erosion Control/BMps/Water Quality plan and report revisions.
Provide modifications as may be requested by SDG&E to access roads andor grading
adjustments fi-om electrical line sag analysis.
Make final adjustments per Gregg H. Nash Design golf course revisions.
Provide details, notes and title sheet for plan submittal.
Task 3: J Drainage Report & SWPP
Prepare revised hydrology and hydraulic maps and calculations to respond to the changes in
drainage patterns, tributary areas, possible diversion, storm drain re-design, pipe routing and
sizing, design and placement of all drainage facilities as a result of the changes imposed by the
ccc.
Task 4: Pole Line Survey
Provide field services for recently installed SDGE single pole electrical line to determine
location of poles and lowest line insulators to facilitate the plotting and line sag analysis by
SDG&E.
S ://Gerritsen/cahillltr.doc
Task 5: Quantity & Cost Estimate
Prepare a revised quantity take off and estimate of probable cost based on best available
construction industry unit price information. This task will be accomplished at the end of the
plan review process and will reflect all CCC plan revisions and plan review corrections.
Task 6: Specifications
Prepare revised specifications based on the latest revised construction drawings, reports and
support documents.
Task 7: Meetings & Coordination
Attend meetings and provide coordination for the project team for the fee amount shown on the
subsequent fee schedule.
B. Services Provided by KTUA
The following is the scope of work for final revised documents to be prepared by KUTA for this
work effort.
Task 1: Landscape Construction Document Phase
This scope will involve revisinglpreparing the existing drawing package for the landscape and
irrigation plans as required by the redesigned golf course and erosion controVmitigation areas.
The majority of changes and revisions will be for the irrigation drawings for the planted areas
that were changed due to CCC requests. Most of the planting plans have been completed by your
office, however our office will need to plan check them to the satisfaction of our standards. All
work will be coordinated with your firm and consultants, prepared using AutoCAD with most
current plans on disk as received from you. It is understood that your firm will provide the
necessary AutoCAD digital files base that will include the proper formatted site plan / base
sheets for om firm to accomplish the work on.
C. Services Provide by Moffatt & Nichol
The following describes our understanding of the required scope of additional work for revisions
to bridges B,C and E (work beyond that included in our Initial proposal dated September 3,
2003) that will be required to carrjthis project to the final document level.
Task 1: Farm Road Bridge / Bridge “B”
S://Gerritsen/cahillltr.doc
a
e
e
e
Task 2:
e
e
e
e
Task 3:
e
e
e
e
Revise the Farm Road Bridge Design Criteria fiom H10 Loading to H20 Loading.
Revise the bridge structural analyses.
Revise the details for the abutments, bent caps, columns and footings based on the
revised loading.
Revise the specifications and quantities based on the above.
Central Bridge / Bridge “C”
Increase the Central Bridge Length and adjust the location to conform to the revised
HMP limits shown on plan Sheet 23 stamped 1-17-05.
Revise the bridge structural analyses.
Revise the plan and detail sheets based on the revised location.
Revise the quantities base on the above.
Gorge Bridge / Bridge “E”
Increase the Gorge Bridge Length and adjust the location to conform to the revised
HMP limits shown on plan Sheet 25 stamped 1-17-05.
Revise the bridge structural analyses.
Revise the plan and detail sheets based on the revised location.
Revise the quantities base on the above.
D. Services Provide by HDR
The following is the scope of work to be provided by HDR.
Task 1: Prepare Application (This work was completed in January and is not included)
Prepare application package and provide related documents, data tabulations and exhibits as
needed pursuant to obtaining a CCC permit. Also, provide field reconnaissance to respond to
CCC comments and revise plant palette and restoration plan.
Task 2: ,< Attend meetings and provide coordination as requested by the City.
E. Services Provided by B&A
Task 1: Driving Range Lights
Provide revisions to golf course driving range lights due to revisions to grading plan.
S ://Gerritsen/cahillltr.doc
F. Services Provided by Greg H. Nash, Inc.
Greg H. Nash, Inc. is hereby submitting the following tasks and fees to modify the golf course
design of the Carlsbad Municipal Golf Course.
Task 1: Grading Plan Revisions
Redesign and modify the general grading plans of the golf holes that have been impacted by the
final HMP delineation.
Task 2.: Green Details & Drainage
Redesign and modify green details and green drainage plans that have been impacted by the final
HMP delineation and revised earthwork quantities.
Task 3: Turfing Plans
Revise the turfing plans where golf holes have changed that have been impacted by revised
design and grading.
Task 4: Irrigation Plans
Revise the irrigation plans of golf holes where turf limits have been impacted by revised design
and grading.
Task 5: Landscaping plans
Revise the landscaping plans of golf holes that have been impacted by design, grading and the
HMP delineation.
S ://Gerritsedcahillltr.doc
/3
Exhibit “A” Carlsbad Golf Course Final CCC Revisions:
The following are the proposed fees for Exhibit “A” Carlsbad Golf Course Final CCC Revisions.
S ://Gerritsen/cahillltr.doc
*-
AMENDMENT NO. 4 TO AGREEMENT FOR THE
CARLSBAD CITY GOLF COURSE PROJECT
This Amendment No. 4 is entered into and effective as of the 3* day of , 2004, amending the agreement dated April 9, 2004, (the “Agreement”)
by and between the City of Carlsbad, a municipal corporation, (“City”), and P & D Consultants,
Incorporated, (“Contractor“) (collectively, the “Parties”) for the Carlsbad City Golf Course Project.
A. On June 7, 2004, the Patties executed Amendment No. 1 to theAgreement; and
6. On July 30, 2004, the Patties executed Amendment No. 2 to the Agreement; and
C. On October 20,2004, the Patties executed Amendment No. 3 to theAgreement; and
D. The Parties desire to alter the Agreement’s scope of work to additional design work
and field survey and staking; and
E. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit “A’, Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have , been amended from time to time, Contwctor will provide those services described in Exhibit “A‘.
2. City will pay Contractor for all work associated with those services
described in Exhibit “A on a lump sum basis not-to-exceed twenty-six thousand, three hundred
sixty dollars ($26,360). Contractor will provide City, on a monthly basis, copies of invoices
sufficiently detailed to include hours performed, hourly rates, and related activities and costs for
approval by City.
3. Contractor will complete all work described in Exhibit “A” consistent with
the schedule established for work under the Agreement.
4. All other provisions of the Agreement, as may have been amended from
time to time, All remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
6. The individuals executing this Amendment 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 Amendment.
City Attorney Approved Version #05.22.01
1
.'.
CONTRACTOR CITY OF CARLSBAD, a municipal
I of the State of California
John L. Kinley, President/CEQ
-. yty Manager
(print name/title)
ATTEST: john.kinley@pdccnsultants .corn @- (e-mail address)
LORRAINE M. WOM
/ (sign here)
-A m. CCrnBEC~,
(print name/title)
re44ett . uvh bee- -tcd.aecam. CQM
(e-mail address) \
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:
REV. 11/18/2004
* ..
EXHIBIT “A”
SCOPE OF SERVICES AND FEE
Creation of Bid Package for Mass Grading and Related Construction Activities: $7,980
The aforementioned Agreement dated April 9, 2004 includes attached Exhibit “A” entitled “Scope
of Services,” dated February 12, 2004. Said Exhibit “A to the Agreement provides for an
optional design task (Page 7), subject to agreement between the Parties, to create a separate
bid package, including all necessary drawings, specifications, estimates, and related
documentation, for mass grading and accompanying construction activities. The lump sum fee
for this scope of work shall be $7,980. This bid package shall include full and complete plans
and specifications for the construction activities of site mass grading, site clearing, building pad
creation and certification, storm drain systems, utilities to support the mass grading and
necessary for the various building pads, partial site walls, bridge number 2 (“the Farm Road
Bridge”) pile driving, CPD Training Range site clearing and lead recycling, and other
construction activities necessary to support the scope of this construction contract. This separate bid package shall be created and submitted to the City’s Engineering Department for
plan check no later than December 1, 2004. Consultant shall make necessary plan check
corrections, modifications, and updates as are required by City review and in accordance with all
existing City permits, entitlements, and approvals for the project. Consultant shall obtain all
signatures required to approve this separate bid package. Upon completion, Consultant shall
submit to City’s representative 1 completed and signed set of drawing mylars and 1 set of 8.5”
by 11” camera ready specifications with accompanying disc(s), in Word format, for the
specifications.
Field Survey and Staking During Phase 1 Construction Operation: $18,380
P & D shall provide all manpower, survey equipment, data, stakes and other field equipment,
transportation, and reasonable related resources to survey and stake the Phase 1 project limits
as defined in the contract plans and specifications, as may be modified by the California Coastal
Commission review, approved by the Carlsbad City Council on July 20, 2004, hereafter referred
to as “Phase 1.” This work shall begin approximately December 1, 2004 and be completed
within ten (IO) working days thereafter. The exact date to commence work shall be coordinated
with the City’s representative and contractor for the City’s Phase 1 project. The lump sum fee for
this scope of work shall be $18,380. P & D shall make two (2) additional site visits during the
City contractors’ installation of Phase 1 to field verify its staking and the fencing location
accuracy by the contractor. Following the completion of this scope of work, P & D shall forward
a letter to City verifying the survey and stake installation has been performed in accordance with
the Phase 1 plans and specifications.
City Attorney Approved Version # 05.22.01
3
AMENDMENT NO. 3 TO AGREEMENT FOR
REDESIGN SERVICES FOR THE CARLSBAD
CITY GOLF COURSE PROJECT
This Amendment No. 3 is entered into and effective as of the 4d day of
, 2004, amending the agreement dated April 9, 2004, (the “Agreement”) by and
between the City of Carlsbad, a municipal corporation, (“Cityl), and P & D Consultants,
Incorporated, (“Contractor“) (collectively, the “Parties”) for the Carlsbad City Golf Course Project,
hereafter the “Project.”
A. On June 7,2004, the Parties executed Amendment No.1 to the Agreement; and
B. On July 30,2004, the Parties executed Amendment No, 2 to the Agreement; and
C. The Parties desire to alter the Agreement‘s scope of work to include additional
redesign services; and
D. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit “A“ described as
Change Order No. 4 and Exhibit “B” as described Change Order No. 5.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have
been amended from time to time, Contractor will provide those services described in Exhibit “A“
and Exhibit “B.”
2. City will pay Contractor for all work associated with those services
described in Exhibit “A on a time and materials basis not-to-exceed $6,942.50 for Change Order
No. 4 and Exhibit “B” on a time and materials basis not-to-exceed $24,898.00 for Change Order
No. 5 for a total of $31,840.50. Contractor will provide City, on a monthly basis, copies of
invoices sufficiently detailed to include hours performed, hourly rates, and related activities and
costs for approval by City.
3. Contractor will complete all work described in Exhibits “A” and “B” within
the time period established under the Agreement.
4. All other provisions of the Agreement, as may have been amended from
time to time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
1
6. The individuals executing this Amendment 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 Amendment.
CONTRACTOR
/k *By:
(print nameltitle)
CITY OF CARLSBAD, a municipal corporation of the State of California
By:
4- City Manager
(e-mail addressj
City Clerk
**By:
(print name/titIe) -
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, 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
City Attorney Approved Version #05.22.01
2
EXHIBIT A
CHANGE ORDER No. 4 It I
Address: 1200 Carlsbad Village Drive
Attn: John Cahill
Telephone: 760-602-2726
Carlsbad, CA 92008-1989
Fax: 760-602-8560
Client Name: City of Carlsbad I Date: September 28,2004
P&D Project Number: 175766
Project Name: Carlsbad Golf Course
Client Project Number:
REOUESTED SCOPE OF WORK LABOR COST
1.0 Golf Course Easement Plats and Legal Descriptions
Prepare separate legal description plats for each of the 5 1 open space areas identified in the overall
exhibit plat dated 7-16-04. These separate plats will also reflect the latest revisions to the golf course
design as identified in the exhibit dated 9-20-04 prepared by P&D Consultants, which was presented
to the California Coastal Commission on 9-27-04. These plats will be 8 ?h” x 11” format at a scale
acceptable to the County of San Diego Recorder’s Office with perimeter courses for each open space
parcel annotated, either on the drawing or in tabular format.
$ 440.00
CADD Designer 76.5 hours * @ $85/hr = $6,502.50
$6,942.50
*5 1 sheets @ 1.5 houdsheet
- Land Surveyor 4 hours @ $llO/hr -
Please sign below as indicated and return one copy to P&D Consultants, retaining the other copy for your files.
Should you have any questions, please contact us at (619) 291-1475.
P&D CONSULTANTS, INC.
By:
Daniel Lee, P.E.
Director of Engineering
Date: Date:
P:\ENGR\175766-carlsbadgolf\CO4-Sept 28.doc
EXHIBIT B
Client Name: City of Carlsbad,
Address: 1200 Carlsbad Village Dnve
Recreation Administration
Carlsbad, CA 92008
Attn: John Cahill
P&D Consultants, Inc.
8954 Rio San Diego Drive, Suite 610
San Diego, CA 92108
Date: September 29,2004
P&D Project Number: 175766
Project Name: Carlsbad Golf Course
Telephone: 760-602-2726 II Fax: 760-602-8560
Client Project Number: P114013
~~
Project Description: Golf Course Re-Design to HMP limits for Coastal permit purposes.
This is a change order for professional services for the above P&D project, which has expanded due to:
Services Exceeded Authorized Contract Amount.
REOUESTED SCOPE OF WORK LABOR COST
Revise gradinghmprovement plans as follows:
1. Adjust perimeter grading for all holes for areas of significant difference and
driving range to conform to the HPM limits.
Project Manager 32 hours @ $137/hr $4,384.00
CADD Designer 32 hours @ $85/hr $2.720.00
$7,104.00
2. Revise Hole Nos. 1,s and 9 to shorten the length of play and make significant
SDG&E access road and cart path route changes including the alignment and
approach to the College Blvd. bridge.
Project Manager 32 hours @ $137/hr $4,384.00
CADD Designer 32 hours @ $85/hr $2,720.00
$7,104.00
3. Revise driving range tee area to accommodate the HMP limits and provide a
SDG&E access road link to the north.
Project Manager 6 hours @ $137/hr $ 822.00
CADD Designer 8 hours @ $85/hr $ 680.00
$1,502.00
P\ENGR\I 75766-carlsbadgoltW05-Sept 28.d~
4.
5.
6.
Re-design Hole No. 18; move the green easterly 400 Et. f to avoid the HMP
area.
Project Manager 8 hours @ $137/hr $1,096.00
$2,116.00
CADD Designer 12 hours @ $85/hr $1020.00
Re-grade the "water tank pad" to conform to the HMP delineation.
Project Manager 4 hours @ $137/hr $ 548.00
CADD Designer 4 hours @ $850~ $ 340.00
$ 888.00
Re-design Hole No. 10 to re-route the cart path from the tees through a narrow
usable corridor down to the fairway. Re-grade Hole No. 10 around the tees and
the HMP line and change the grading design for the 3: 1 slope and cart path at
the southeast end to daylight at the HMP limits.
Project Manager 10 hours @ $137/hr $1,370.00
$2,3 90.00
CADD Designer 12 hours @ $85/hr $1.020.00
7. Re-grade pedestrian trail fiom Hole No. 10 tees down to the cart path at the
northwest end of Hole No. 13.
Project Manager 4 hours @ $137/hr $ 548.00
CADD Designer 4 hours @ $85/hr $ 340.00
$ 888.00
8. Re-align the storm drain system as needed to match the grading and cart path
changes. (Complete re-design to follow Coastal permit).
Project Manager 4 hours @ $137/hr $ 548.00
Design Engineer 8 hours @ $95/hr $ 760.00
$1,308.00
9. Meetings and coordination.
Principal 6 hours @ $175/hr $1,050.00
Project Manager 4 hours @ $137/hr $ 548.00
$1,598.00
Note:
Proposed bridges to remain unchanged.
TOTAL ESTIMATED COST $24,898.00
It is understood that payment will be in accordance with the provisions of our basic contract. The fee for this
extra work is estimated to be Twenty Four Thousand, Eight Hundred and Ninty Eight Dollars and zero cents
($24,898.00).
P\ENGR\I 75766-carlsbadgolRCO5-Sept 28.doc 2of3
Please sign below as indicated and return one copy to P&D Consultants, retaining the other copy for your files.
Should you have any questions, please contact us at (619) 291-1475.
P&D CONSULTANTS, INC. CLIENT
By:
Date:
By:
Daniel Lee, P.E.
Director of Engineering
Date:
P\ENGR\I 7S766-carlsbadgol~OS-Sept 28.h 3 of3
AMENDMENT NO. 2 TO AGREEMENT FOR REDESIGN OF THE CARLSBAD CITY GOLF COURSE PROJECT
No. 2 is entered into and effective as of the day of
, 2004, amending the agreement dated April 9, 2004, (the “Agreement”)
of Carlsbad, a municipal corporation, (“City“), and P & D Consultants,
Incorporated, (“Contractor“) (collectively, the “Parties”) for the redesign of the Carlsbad City Golf
Course Project, hereafter the “Project.”
30fi,
RECITALS
A. On June 7, 2004, the Parties executed Amendment No. 1 to the Agreement to provide
for design services for a small pocket park and public trail and related facilities associated with
the Project; and
B. The Parties desire to alter the Agreement’s scope of work to provide an updated
preliminary title report required for the processing of the Project; and
C. The Parties have negotiated and agreed to a supplemental scope of work and fee
schedule, which is attached to and incorporated by this reference as Exhibit “A“, Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have
been amended from time to time, Contractor will provide those services described in Exhibit “A“.
2. City will pay Contractor for all work associated with those services
described in Exhibit “A on a time and materials basis not-to-exceed one thousand six hundred
dollars ($1,600). Contractor will provide City, on a monthly basis, copies of invoices sufficiently
detailed to include hours performed, hourly rates, and related activities and costs for approval by
City.
3. Contractor will complete all work described in Exhibit “A in accordance
with the schedule established for the Project as outlined in the Agreement .
4. All other provisions of the Agreement, as may have been amendedhom
time to time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
6. The individuals executing this Amendment 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 Amendment.
IIJ
1
City Attorney Approved Version #05.22.01
CONTRACTOR CITY OF CARLSBAD, a municipal
corporation of the State of California
(print namekitle)
Cyd 6@
(print name/titIe) /
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@) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney -
1 Deputy City Attorney
City Attorney Approved Version #05.22.01
2
*
EXHIBIT A
Client Name: City of Carlsbad
Address: 1200 Carlsbad Village Drive
Attn: Mr. JohnCahill
Telephone: 760-434-2826
Fax: 760-720-69 17
P&D Consultants, Inc.
8954 Rio San Diego Drive, Suite 610
San Diego, CA 92108
1619) 291-1475/(619) 291-1476 - FAX
CHANGE ORDER No. 2
Date: June 22,2004
Prepared by: Chuck Moore
Client Project Number:
X
This is a change order for professional services for the above P&D project, which has expanded due to:
Project Revisions or Expanded Scope of Work which were not included in original contract.
Services Exceeded Authorized Contract Amount.
REQUESTED SCOPE OF WORK LABOR COST
As discussed with the City, First American Title Company will provide a title report for the City of Carlsbad
Golf Course for an estimated amount of $1,600.00. This work will be contracted through P&D.
It is understood that payment will be in accordance with the provisions of our basic contract. The fee for this
extra work is estimated to be One Thousand Six Hundred Dollars ($1,600.00).
Pending execution of this work, please forward Amendment No. 2 for P&D’s signature.
Should you have any questions, please contact us at (619) 291-1475.
P&D CONSULTANTS, INC.
By: Chuck Moore
Vice President
Date: April 30, 2004
\Carlsbad Golf Courses CO No. 2.d~ 1of1
AMENDMENT NO. I TO AGREEMENT FOR REDESIGN
OF THE CARLSBAD CITY GOLF COURSE PROJECT
This Amendment No. 1 is entered into and effective as of the 7M day of
, 2004, amending the agreement dated April 9, 2004, (the “Agreement”) by and * en the City of Carlsbad, a municipal corporation, (“Citf), and P & D Consultants,
Incorporated, (“Contractor”) (collectively, the “Parties”) for redesign of the Carlsbad City Golf
Course Project, hereafter the “Project.”
RECITALS
A. The Parties desire to alter the Agreement’s scope of work to include redesign of the
pocket park and accompanying trail adjacent Golf Hole 10 within the Project; and
B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit “A, Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained
herein, City and Contractor agree as hllows:
1. In addition to those services contained in the Agreement, as may have
been amended from time to time, Contractor will provide those services described in Exhibit “A.
2. City will pay Contractor for all work associated with those services
described in Exhibit “A on a time and materials basis not-to-exceed three thousand, seven
hundred and twenty-five dollars ($3,725). Contractor will provide City, on a monthly basis, copies
of invoices sufficiently detailed to include hours performed, hourly rates, and related activities
and costs for approval by City.
3. Contractor will complete all work described in Exhibit “A within the same
schedule established for the Project.
4. All other provisions of the Agreement, as may have been amended from
time to time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by Contractor pursuant to
the Agreement, as may have been amended from time to time, will include coverage for this Amendment.
6. The individuals executing this Amendment 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 ofthis Amendment.
City Attorney Approved Version #05.22.01
1
CONTRACTOR CITY OF CARLSBAD. a municipal
I
(print namehitle)
corporation of the State of California
ATTEST:
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 6.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowring the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, Ci Attorney A
By:
REV. 05/03/2004
EXHIBIT A
Client Name: City of Carlsbad
P&D Consultants, Inc.
8954 Rio San Diego Drive, Suite 610
San Diego, CA 92108
(619) 291-1475/(619) 291-1476 - FAX
Date: April 30,2004
CHANGE ORDER No. 1
X Project Revisions or Expanded Scope of Work which were not included in original contract.
Services Exceeded Authorized Contract Amount.
t
Address: 1200 Carlsbad Village Drive
Attn: Mr. John Cahill Prepared by: Chuck Moore
Telephone: 760-43 4-2826 I Client Project Number:
Fax: 760-720-691 7
11 Project Description: Revising New Pocket Park for City of'Carisbad Golf Course / KTUA
This is a change order for professional services for the above P&D project, which has expanded due to:
REQUESTED SCOPE OF WORK LABOR COST
The original golf course pocket park per the approved design plans has been eliminated due to the change in
tee locations for Golf Hole No. 10 because of environmental design considerations. Proposed fees for revising
the new pocket park and drawing package reorganization is as follows:
Description of Work ProDosed Fee . Base Sheet Layout and Drawing Package Reorganize $ 815.00
ParkDesign $ 420.00 . Park Staking and Layout $ 815.00 . Park Planting Design and Layout $ 560.00
Park Irrigation Design Layout and Coordination $ 560.00 . Site meeting with Citv $ 555.00
Total Cost: $3,725.00
It is understood that payment will be in accordance with the provisions of our basic contract. The fee for this
extra work is estimated to be Three Thousand Seven Hundred Twenty-Five Hundred Dollars ($3,725.00).
Pending execution of the City of Carlsbad Purchase Order for the above requested work, please sign below to
provide authorization for the requested work to proceed. Please return one copy to P&D Consultants, retaining
the other copy for your files. Should you have any questions, please contact us at (61 9) 291-1475.
P&D CONSULTANTS, INC. CLIENT
By: Chuck Moore By:
Vice President
Date: April 30, 2004 Date:
EXHIBIT 4
AGREEMENT FOR REDESIGN SERVICES FOR
THE CARLSBAD CITY GOLF COURSE PROJECT
P & D CONSULTANTS, INCORPORATED
THIS AGREEMENT is made and entered into as of the 9* day of
, 2004, by and between the CITY OF CARLSBAD, a municipal
corpolation, ("City"), and P & D CONSULTANTS, INCORPORATED, a California
corporation, ("Contractor").
RECITALS
A. City requires the professional services of an experienced multi-discipline
engineering and architecture firm that is knowledgeable of the proposed Carlsbad City
Golf Course Project, hereafter referred to as the "Project."
6. Contractor has the necessary experience in providing professional
services and advice related to the Project.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. 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:
I. 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 two (2) years from the date
first above written. The City Manager may amend the Agreement to extend it for two (2)
additional one (1) year periods or parts thereof in an amount not to exceed twenty-five
thousand dollars ($25,000) per Agreement year. 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.
1 City Attorney Approved Version #04.01.02
4.
Time is of the essence for each and every provision of this Agreement.
TIME IS OF THE ESSENCE
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be five hundred fifty six thousand seven hundred forty five dollars ($556,745)
described by design discipline as follows:
Services Provided
Civil Engineering
Environmental Landscape Architecture Structu rat Engineering Water System Design Geotechnical Engineering General Reimbursables
No other compensation for the
subsequent amendments to this
Firm Providinq Services Fee Value
P & D Consultants $259,525
P & D Consultants $ 105,040
KTU&A $ 48,300 Moffatt & Nichol $ 49,920 Pacific Aquascape $ 52,140 Leighton & Associates $ 26,820
P & D Consultants $ 15,000
Services will be allowed except for items covered by
Agreement .
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 directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
City Attorney Approved Version W4.01.02 2
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 in whole or in part 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.
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.
IO. 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-:V".
IO. 1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney 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 additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial 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 will apply
City Attorney Approved Version #04.01.02 3
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (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 Employer's Liabilitv. Workers'
Compensation limits as required by the California Labor Code and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. 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.
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 General
Liability.
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 Providinq 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 Coveraae. 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 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. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
4
City Attorney Approved Version #04.01.02
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad 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 clearly 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 City: For Contractor:
Name: John J. Cahill Name: Charles Moore
Title: Municipal Projects Manager
Department: Recreation Address: 8954 Rio San Diego Drive,
City of Carlsbad
Address: 1200 Carlsbad Village Drive, Phone No.: 61 9-291 -1475
Carlsbad, California 92008
Phone No.: 760-602-2726
Title: Vice President
Suite 61 0, San Diego, California 921 08
Each party will 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 #04.01.02
5
27
16. CONFLICT OF INTEREST
City will evaluate Contractor‘s duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City’s Conflict of Interest Code is required
of Contractor or any of Contractor‘s employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor’s affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor’s agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor’s agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
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 of the requirements of the 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
that the services 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
settled 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 (IO) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining 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 of
6
City Attorney Approved Version #04.01.02
the 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.
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 othewise recover, the full amount of the 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 sea, 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 of the false information or in reckless disregard of the 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
City Attorney Approved Version #04.01.02
7
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 &ccessors. 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.
Ill
Ill
8
City Attorney Approved Version M4.01.02
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
*By:
ATTEST: (print nameltitle)
City Cl&k A- h. UMW, cfo
(print nameltitle)
9”’“ (e-mail addresx
efl.UmkcL/a-kb. aecrn.ccw
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a CorDoration, 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. EjA_LL, City Attorney
By:
City Attorney Approved Version #04.01.02
9
SCOPE OF SERVICES FOR
CARLSBAD GOLF COURSE REDESIGN
February 12,2004
The following is P&D’s scope of services for civil engineering and environmental services; and
services for StructuraVbridge engineering, landscape architecture, and water feature design to be
provided by subconsultants.
A. CIVIL ENGINEERING SERVICES (P&D)
P&D will provide civil engineering for an updated and new design package per the City of
Carlsbad’s approved Golf Course Grading Plans dated June 12, 2000. As noted, this work effort
is not a construction change, but a new plan package. P&D will use, where appropriate,
information or design from the prior Golf Course Grading Plans.
Due to topographic and environmental considerations and the resulting project changes, the Golf
Course has been divided into three geographic areas to define the civil engineering scope of
services. The Clubhouse Area (Task 1 .O), sometimes identified as the upland area, includes the
clubhouse; driving range; and Golf Holes 1, 8, 9, IO, 11, 17, and 18. The Macario Creek Corridor
(Task 2.0) includes Golf Holes 12, 13, 14, 15, and 16. The East College Boulevard Area . (Task 3.0) includes Golf Holes 2, 3,4, 5, 6, and 7.
As it relates to P&D’s civil engineering, we have reviewed the CCC Notice of Intent, dated August
28, 2003 and incorporated tasks as indicated below to meet these requirements to the best of our
knowledge. Construction and post construction tasks are excluded.
I .O CLUBHOUSE AREA REVISIONS
Task 1.1 - Golf-Related Industrial Pad
Eliminate development of the 5.1 0-acre golf-related industrial pad at the intersection of Hidden
Valley Road and Palomar Airport Road to preserve an existing wetland area. Provide necessary
hydrological analysis to mitigate possible overflow capacity to the existing culvert at Hidden Valley
Road. Previously approved landscaping plans for entry signage and improvements will remain as
indicated on KTUA’s drawings.
Task I .2 - Revisions to Golf Holes 1, 8. and 9 and the Drivinq Ranqe
Based on Golf Course Architect‘s plans for the relocation of Golf Holes 1, 8, and 9 and the driving
range to eliminate development within wetland areas, revise grading plans for tees, fairways,
greens, and golf cart paths. Coordinate revised golf cart paths with SDG&E where a joint use is
anticipated.
2/24/2004
34
Task 1.3 - Revisions to Golf Hole 18
Modify grading between fairway of Golf Hole 18 and golf cart path to include mounding to provide
buffer for new driving range location. Preserve identified sensitive environmental areas within the
limits of the driving range.
Task 1.4 - Horizontal Control Plans
Prepare a I-inch = 20-foot horizontal plan for inclusion into the architect’s building permit plan set.
Include horizontal location of building limits, driveways, parking lot improvements, and utilities to
serve the proposed club house.
Task 1.5 - Revisions to Golf Hole 10
Provide grading revisions to Golf Hole 10 to reflect Golf Course Architect’s modifications to tees,
fairway, and green.
Task 1.6 - Revisions to Golf Hole 1 I
Provide grading revisions to Golf Hole 11 to reflect Golf Course Architect‘s modifications to tees
and fairway.
Task 1.7 - Bridqe at Hidden Valley Tunnel
Provide grading to accommodate the proposed bridge abutment and transition to the bottom
elevation of the tunnel and cart path. A chain link barrier or other methods of security will be provided for the tunnel opening. No interior or exterior illumination is proposed for the tunnel.
Task 1.8 - Pad Adiacent to Water Tank
Provide an access road and graded pad for City-owned property east of the existing water tank to
serve as cart storage or overflow parking. Provide grading for pad, while avoiding cultural
resource CA-SDI-8797. Retaining walls will be provided as necessary to maximize the proposed
pad area. Design of retaining walls to conform to San Diego County regional standards.
2.0 MACARIO CREEK CORRIDOR REVISIONS
Task 2.1 - Hole 12 Der Citv Amroved Plans
Eliminate Hole 12 from the City-approved Grading Plans. Maintain SDG&E access road in the
general vicinity as indicated on the plan. SDG&E access road will also provide joint use for the
City’s pedestrian trail. Coordinate any plan changes with SDG&E.
Task 2.2 - Revisions to Renumbered Hole 12 (Hole 13 Der Citv Amroved Plans)
(Note: Due to the elimination and relocation of Hole 12, Hole 13 is to be renumbered as Hole 12.)
Provide a separate new inbound cart path north of the proposed cart path, per approved plans,
parallel to Faraday Road. Provide mounding along the down-slope to provide buffer protection.
Coordinate with the Golf Course Architect to ensure that the golf cart path where inbound and
outbound traffic occurs meets safety requirements for two-way traffic. If determined by the City
N/Pmp/20031999763.01 Gg/CGC-RevisionRedesign-2/24~Revised 2/24/2004
that a safety fence or a similar device is required, P&D will coordinate with the golf course
architect and indicate on P&D’s drawings the location and alignment of the fence. P&D will
coordinate with the golf course architect and the City the specifications for the improvement.
Task 2.3 - New Hole 14 (Oriainal Par 3 Hole 12)
(Note: The new renumbered Hole 14 replaces the eliminated Par 3 Hole 12 per the approved
plans.)
Provide grading plans for new tees, fairway, and green for Hole 14. This will require the relocation
of the tees for Hole 15 to the north.
Task 2.4 - Revisions to Hole 15
To accommodate the design of the new Hole 14, provide grading plans for the relocation of the
tees for Hole 15. Grading plans are to also reflect changes to the golf cart path and minor
modifications to the western portion of the fairway. Revisions will also avoid a cultural resources
site in the vicinity of the fairway. No grading or subsurface improvements will be allowed in this
area. Irrigation devices and drainage facilities are also prohibited here. Grades and earthwork to
reflect raising the elevation of the golf course to avoid cultural resources where it is required.
Task 2.5 - The Central Bridqe (Farm Road)
Provide grading to accommodate the design of the bridge abutments and transition to the golf cart
path.
Task 2.6 - The Eastern Bridqe
Provide grading to accommodate the design of the bridge abutments and transition to the golf cart
path.
Task 2.7 - The Gorcae Bridge
Provide grading to accommodate the design of the bridge abutments and transition to the golf cart
path.
Task 2.8 - Bridqe Scour Analvsis
Provide scour analysis depths at each of the three proposed bridges based upon current HEC-2
analysis of Macario Creek.
3.0 COLLEGE BOULEVARD/EAST AREA
Task 3.1 - Revisions to Hole 5
Revise grading for the relocation of the green and modifications to the eastern portion of the
fairway to Hole 5 in order to preserve additional southern maritime chaparral environmental
habitat. Also, revise grading plan to reflect relocation of front tee on Hole 5 to accommodate the
400-foot aviary corridor connection.
2/24/2004
Task 3.2 - Revisions to Hole 6
Revise grading for the relocation of the green, and modification to the eastem and southern
portions of the fairway and tees to preserve additional southern maritime chaparral environmental
habitat. Also provide grading revisions to the golf cart path between Holes 6 and 7.
Task 3.3 - Revisions to Industrial Pads
Revise grading and design for the proposed 6.4-acre planned industrial pad north of College
Boulevard. Pad is to be moved south to eliminate grading over the existing SDG&E gas line and
grading within limits of the CCC Zone. For temporary safety and security measures, a Caltran’s
“K rail or similar device will be placed on the top of the proposed retaining wall of the industrial
pad. Pad access will be indicated on the plans and where appropriate align with the existing
median breaks in College Boulevard.
Grading and design for the industrial pad south of College Boulevard will be modified if necessary
to accommodate design changes to the golf course. Pad access will be indicated on the plans
and where appropriate align with the existing median breaks in College Boulevard.
Slope erosion control for both pads will be provided by KTU&A. Erosion control for the pad
surface will be provided by P&D. Surface erosion control methods will include sandbags, fiber
rolls and temporary detention basins as noted on the plans.
4.0 DRAINAGE STUDY
Revise the original Drainage Report as it relates to the grading revisions described above.
5.0 STORM WATER POLLUTION PREVENTION PLAN
Mitigation affecting stormwater runoff during construction, known as best management practices,
is a major part of a document that P&D will prepare known as the Storm Water Pollution
Prevention Plan. This report is to be on file at the construction trailer. A Notice of Intent (NOI) is
another part of the report. This is the application to the State Board for a permit. Proof of filing of
this application is required of the County for their approval of grading plans. P&D will file the NO1
on behalf of the City.
P&D will also prepare an erosion control exhibit as required by CCC which will be submitted for
their review.
P&D will prepare a pollution runoff control exhibit as required by CCC which will be submitted for
their review.
6.0 OPINION OF PROBABLE CONSTRUCTION COST
Prepare a revised opinion of probable cost to reflect the golf course changes as described above.
Proposed unit costs for schedule of values will be modified. Schedule of values will be
coordinated with and reviewed by the City.
7.0 CLEARING AND GRUBBING PLANS (entire golf course limits)
Prepare one set of clearing and grubbing plans and specifications for the entire limits of proposed
disturbance. These plans will be schematic in nature and will reference the necessary SWPPP
documents for this operation. This task will include the preparation of the SWPPP documents
specific for the clearing and grubbing operation only.
Clearing and grubbing around the determined limits of the Carlsbad police shooting range is
prohibited under this task. For reference, see Section B Environmental Services Task 5 - Police
Shooting Range Recycling Program.
8.0 SPECIFICATIONS
Prepare revisions to current project specifications to reflect changes in the above revisions. City
to provide quality control (QC) review and P&D to respond to City comments.
9.0 MEETINGS AND COORDINATION
Attend meetings with the City of Carlsbad during the course of the design of the project. A budget
of 100 hours has been established for this task.
10.0 TENTATIVE MAP
Prepare a tentative parcel map and revert the present subdivision on the property to acreage.
The tentative parcel map to delineate two industrial pads, clubhouse and parking area,
maintenance building, and proposed pad by the existing water tank.
11 .O FINAL MAP
Prepare a final map for same above.
12.0 SDG&E EASEMENTS
Prepare plats and easement documents to secure necessary approvals for encroachment
easements from SDG&E for permitting of the project. SDG&E staff will prepare the electrical
design plans for service to the site. P&D will also coordinate with SDG&E and incorporate their
drawings into our plans.
13.0 OPEN SPACE PLAT AND LEGALS
As requested by the CCC Notice of Intent, P&D will map the open space area as deed restricted
limits of the golf course. At this time we approximate that there are 20-30+ open space areas.
This map will define non-developed areas, identified as open space, versus the developed areas
of the golf course. Individual habitat will not be mapped within the open space areas. The deed
restricted areas will be delineated on 8-1/2 x 11” format at a scale appropriate to show multiple
areas per each map. Mapping of deed restricted areas are not proposed to be prepared as
individual areas per one plat. Individual legal descriptions will be prepared for each of the open
space areas. Per City direction, off-site mitigation areas will not be included in this task. The plat
of open space areas, together with the legal descriptions shall be appended to the deed
restrictions and will be a part of the tentative map and final map. These deed restricted areas will
be dedicated by the City to a third party.
2/24/2004
14.0 DRIVING RANGE LIGHTING
Golf course driving range lighting design will be provided by Bechard & Associates (B&A). The
design of the driving range will be provided by the golf course architect. Grading for the driving
range will be incorporated into P&D’s drawings. P&D will provide B&A CAD files for their work
effort. The driving range is proposed to have two tiers for tee locations. Dimensions for the range
are anticipated to be approximately 135 x 385 yards. It is our understanding that the City desires
ground mounted lights for both tee locations to illuminate the driving range, and luminaries at a
height of approximately 10-1 2 feet for lighting of the two tee locations.
Scope of work:
Conduct field surveys to determine existing conditions and compile design strategies.
Provide written cost estimate (opinion of probable cost) for the work.
Attend design 3-5 team meetings
Prepare drawings and specifications setting forth in detail the requirements for the
construction. Prepare the drawings and specifications in the format as may be required by
the reviewing authority.
Point by point photometric report is included.
Construction Administration Phase:
Assist in the administration of the contract for construction by providing clarifications
and answers to RFl’s and proposed clarifications.
Assumptions:
Utility coordination for power is required and included.
Work includes power and lighting systems only.
15.0 BID COORDINATION
P&D will prepare the project bid documents, attend bidder’s conferences, issue bid addenda’s
and bid proposals, respond to RFls, and assist in evaluating bid proposals.
ODtional Task for Temooraw Clubhouse
If the City decides to proceed with a temporary clubhouse facility, P&D will provide, as an optional
task, to include the maintenance building and restroom facilities into our plan package and
specifications. P&D will also coordinate with the clubhouse architect during this work effort. The
fee for this work effort will be $2,300. These fees are not included at this time. If the City
proceeds with this work effort, P&D will include this task and fee upon City authorization of a
change order.
Optional Task for Separatinq Out Gradinq Plans from Bid Packaqe
If the City decides to bid the proposed grading and drainage improvements separate from the
overall bid package, P&D will provide as an optional tasks, the necessary plans, specifications
and estimates in a separate bid package. The fee for this work effort will be $7,980. These fees
are not included at this time if the City proceeds with this work effort, P&D will include this task
and fee upon City authorization of a change order.
B. ENVIRONMENTAL SERVICES (P&D)
As it relates to P&D’s environmental services, we have reviewed the CCC Notice of Intent, dated
August 28, 2003 and incorporated to the best of our knowledge, preconstruction tasks required for
issuance of the permit associated with environmental issues. Construction and post construction
tasks are excluded.
I .O GPS SENSITIVE RESOURCES
To verify the exact locations and extent of the maritime chaparral and wetland communities
adjacent to Holes 1, 8, and 9, the boundaries will be delineated in the field by a biologist. The
boundaries of two cultural resources sites will be delineated in the field by the archaeologist. The
boundaries will then be electronically recorded utilizing Global Positioning System. These
boundaries will be used by the design team to make modifications to site plans to reduce impacts
to sensitive resources. The product will be electronic boundaries depicted on engineering maps.
2.0 REGULATORY PERMIT PREPARATION
Based upon preliminary design, the impacts have been recalculated. Permit revision packages
were submitted to USACOE, CDFG, and Regional Water Quality Control Board (RWQCB)
submittals. Required graphics including reduction of all maps to 8.5 x 11 .O inches and black and
white versions have been requested by USACOE. Revisions to graphics and text description are
provided under this task. As a note, regulatory permitting for CCC has been completed by the
issuance of the NO1 and will not be required in this task.
3.0 MITIGATION PLAN
Upon review of the impacts, a wetland mitigation plan will be prepared for non-coastal impacts. It
is assumed that the wetlands will be mitigated onsite through a wetland creation plan. This
wetland creation will likely be proposed adjacent to the “Cannon Road” mitigation site and
adjacent to Macario Creek. No offsite mitigation is anticipated, due to the extensive reduction of
impacts and associated mitigation requirements.
A coastal sage scrub revegetation plan will be proposed within the boundaries of the golf course.
Acreages of impacts will be recalculated and the basis for mitigation ascertained. Using the
conditions in the CCC staff report, the mitigation plan will be prepared. No offsite mitigation is
anticipated for this task. It is assumed that any additional offsite mitigation is associated with
preservation (as required by the USFWS and CDFG conditions dictated by the City’s Subarea
Plan). Deliverables will include revegetation plans for wetlands and coastal sage scrub.
2/24/2004
4.0 COORDINATION AND NEGOTIATION
P&D will provide up to I00 hours of meetings and coordination with the USACOE, USFWS,
CDFG, and RWQCB for coordination or negotiation of permit conditions. This may include field or
office meetings, telephone conversations, preparation of issue papers, etc., as required by the
regulatory agencies. The Coastal Commission has required several plans to be provided to them
for concurrence. Some of these plans require revisions, supplemental analysis in addition to
transmittal. The following is a summary of the subtasks.
1. Final Development Plan. P&D will transmit to the CCC a set of revised plans. New
analyses (or revisions) require a recalculation of the final impacts incorporating the
revisions and an overlay of the City’s HMP (Fig. 8 Revised) onto the site plan.
2. CCC has required on-site mitigation of 2:l for coastal sage scrub. KTU+A will modify their
landscape plan, under technical guidance from P&D, to incorporate the additional coastal
sage scrub mitigation.
3. Restoration of Construction Impacts. Since it is not anticipated that there will be any
temporary impacts to wetlands, no additional action is required under this condition.
4. Final landscape plans. Transmit final landscape plans, as well as document the
assurances required in the CCC “Staff Report”.
5. Erosion Control Plans. Transmit plans to CCC.
6. Drainage and Polluted Runoff. Transmit plans to CCC.
7. Water Quality Monitoring Plan. In accordance with the CCC Staff Report, a water quality
monitoring plan will be prepared. This plan will specify the monitoring frequency, locations
of monitoring, methodology, and laboratory testing requirements. A draft plan will be
submitted to the City for review. P&D will incorporate one set of revisions. Plans will also
be submitted to CCC and RWQCB for their review. P&D will incorporate one set of
revisions based on City and CCC comments. Any other revisions requested by the CCC
and WQCB will be conducted under a separate authorization on a time and material basis
as directed by the City. Deliverables will include five copies of the draft Water Quality
Monitoring Plan and five copies plus one original of the final Water Quality Monitoring
Plan. An electronic file of this work product will be prepared for the City.
8. Turf Management Plan. A turf and pest management plan will be prepared addressing
best management practices to minimize fertilizer use and chemical pest control, and to
avoid impacts to upland habitat, wetlands, and water quality. This will be prepared by P&D
staff integrating technical support from other plans prepared for other golf course facilities.
It will be drafted as a goals, policies, and performance driven plan. P&D will prepare a
draft plan for review by the City and incorporate one set of revisions. P&D will incorporate
one set of revisions based on City and CCC Comments. Any other revisions requested by
CCC will be conducted under separate authorization on a time and material basis as
directed by the City. Deliverables will include five copies of the draft Turf and Pest
Management Plan and five copies plus one original of the final Turf and Management
Plan. An electronic file of this work product will be prepared for the City.
2/24/2004
5.0 POLICE SHOOTING RANGE / LEAD RECYCLING PROGRAM
P&D, in coordination with the City of Carlsbad, will provide a program for the design and
specifications for the recycling of the lead at the existing City of Carlsbad Police shooting
range. Services for this program, as defined by P&D and the City, will be provided by a
licensed lead recycling contractor as a design build effort during the construction of the
project. The limits of the lead recycling area will be delineated on a topographiclaerial
map.
6.0 DESIGN SUPPORT
Provide support to design team during the redesign and ensure compliance with CCC conditions.
C. STRUCTURAUBRIDGE ENGINEERING SERVICES (M&N)
The City of Carlsbad proposes to construct four Golf Cart Bridges as part of their Carlsbad
Municipal Golf Course Development. The bridges will be designed to carry two lanes of golf
cart traffic, maintenance vehicles, and emergency vehicles (HI 0 Loading). The proposed
bridge superstructures will be prefabricated steel truss structures manufactured by “Continental
Bridges or Equal”. The proposed roadbed bridge width will be 15 feet wide. Design of the
bridges will include details to support irrigation water (up to 6 inches in diameter) and irrigation
control electrical conduits. The water line and conduit design, plans and specifications will be
prepared by others. The four bridges and their respective number of spans and total length are
shown below:
Th
Name
Farm Road Bridge (Holes 11 to 12)
Central Bridge (Holes 14 to 15)
Gorge Bridge
Tunnel Access Bridge
anticipated bridge lengths are preliminaq
constraints will impact the final length.
Spans Width Total Length
3 15 feet 330 feet
1 15 feet 100 feet
1 15 feet 120 feet
1 15 feet 120 feet
estimates. Hydraulic and environmental design
APPROACH TO THE WORK
Moffatt & Nichol Engineers will prepare abutment designs and details at each of the bridges and
pier design and details for the Farm Road Bridge. The plans will be prepared in AutoCAD.
General notes will be included that specify the construction materials and methods for the
abutments and piers. The bridge abutment and abutment support post for the bridge handrail
will be able to accommodate the rock fascia as proposed for the clubhouse. However,
prefabricated steel truss bridges are not designed to support concrete and rock. Therefore, the
handrail support post “on” the bridge span will not be able to accommodate the same fascia
design. The notes will include design and loading requirements for the prefabricated bridges.
M&N will separate the original College Boulevard Bridge technical specifications from the
original boiler plate documents for inclusion into the bid package. P&D to provide the original
specifications to M&N in electrical format.
2/24/2004
M&N will also prepare separate technical bridge specifications for the golf cart bridges in
inclusion into the bid package.
A preliminary estimate of construction costs will be prepared for each bridge.
DESIGN SERVICES
. Prepare bridge technical specifications.
Review civil site plan, survey data, geotechnical report, and hydraulic report.
Attend up to five design team meetings in San Diego or Carlsbad.
Prepare Bridge Abutment and Pier Design and Details.
Prepare preliminary construction cost estimates.
SERVICES NOT INCLUDED BY M&N
Civil and roadway design and plans.
Surveying .
Geotechnical investigation and report.
Hydraulic/scour analysis and report.
City, County, and environmental agency meetings and presentations.
Construction administration.
Construction inspection.
Permit acquisition.
D. LANDSCAPE ARCHITECTURE SERVICES (KTU+A)
The landscape architectural services for the redesign of the City’s golf course are broken into
three scope areas as indicated below. Landscape construction documents will be prepared for
each scope area.
1 .O LANDSCAPE CONSTRUCTION DOCUMENT PHASE
This task shall consist of revising the landscape construction document package with
specifications in both hard copy and electronic form. Attend five local coordination meetings
(maximum) with the City. All work will be coordinated with P&D and its consultants, and will be
prepared using AutoCAD on the current plans. It is understood that P&D will provide the
necessary properly formatted AutoCAD digital files, originally prepared three years ago, as
follows:
Landscape Hardscape Plan and Materials Legend
Landscape Construction Details
Subsurface Tree Drainage Plans and Details
Landscape Lighting (Locations Only)
Irrigation Plan and Details
Planting Plan and Details
Landscape Specifications
Probable Cost of Construction
2/24/2004
43
Task 1 .I - Carlsbad Golf Course
This task will involve revising/preparing a new drawing package for the landscape and irrigation plans as required by the redesigned golf course and erosion control/mitigation areas. Plans for
the trail head park and access road north of the golf course parking lot shall remain on these
plans. There will be coordination with the golf course architect through P&D.
Task 1.2 - Golf Course Clubhouse
This task will involve preparing a new drawing package for the landscape hardscape, irrigation
and planting for the clubhouse, parking and event type areas. The existing design is to remain as
per plan. There will only be minor changes around the clubhouse perimeter due to the new golf
course layout by the golf course architect. There will be coordination with the Clubhouse architect
through P&D.
Task 1.3 - Palomar Airport Road Street Improvements
These drawings were prepared as part of the original City approved construction documents. This
task will include the review and update of these plans based on any new design criteria and
specifications for the medians on Palomar Airport Road. They shall follow the City of Carlsbad
Landscape Guidelines and involve landscape and irrigation in the medians only. No parkways are
included in this proposal.
Task I .4 - MeetinqslAqencv Review
KTU+A will interact, through meetings and/or presentations, with the City of Carlsbad or other
reviewing agencies as needed to advance the process. Includes three local meetings (maximum)
for all tasks.
Task 1.5 - PricindBidding
Includes in-house constructibility review. Includes two local meetings (maximum) for all tasks.
Value engineering is not included in this scope of services.
2.0 LANDSCAPE CONSTRUCTION ADMINISTRATION
Task 2.1 - Biddinq Administration
KTU+A will respond to RFI (Requests for Information), advise on qualified landscape
contractors, be available to comment on bid analysis in our area of expertise, and prepare bid
addenda if needed.
SERVICES NOT INCLUDED BY KTU&A
. Additional engineering calculations. . Additional site plan revisions, or modifications to plans after completion.
Signage other than described in Task 1.2.
Structural engineering calculations on retaining walls greater than 3 feet.
2/24/2004
4e
E.
Other additional services are as follows: extra programming; interior landscapes;
additional details, site features, or separate plans if required by City of Carlsbad (such
as offsite mitigation, dimensioned layout plans, or as-built drawings); arVsculptural
elements; water features; special trellises; on-structure planting; site construction
observations and reports; value engineering; additional photo board exhibits, sketches,
or renderings; and travel to local nurseries for selection and/or review of selected plant
materials by contractor per proposed Landscape Plans.
WATER FEATURE DESIGN (PA)
The scope of work below is to be provided by Pacific Aquascape and is based upon the
information obtained thus far for the Carlsbad Golf Course Lakes project. This proposal includes
the design of the following primary project features as they appear on a 40 scale plan of the lakes
obtained from P A. . .
Irrigation Pump Station
A 0.9 acre entry lake off of College Avenue and Palomar Airport Road
A 3.1 acre lake to be used for future irrigation.
I .O WATER FEATURE CONSTRUCTION DOCUMENTS
Based upon preliminary meetings and coordination between the design team and Pacific
Aquascape, PACE shall prepare final construction plans for the water feature systems using
the Client or Client's Consultant approved final grading and drainage plans and plat maps (if
available). Plans are to be prepared one (1) time on CAD at an appropriate scale. Plans will
indicate all water features horizontal and vertical control information and details as listed
below. As indicated below, design within the limits of the water feature at College Boulevard
and Palomar Airport Road will include a water fall, lighting, and landscaping only for aquatic
plants. Non-aquatic planting is not included.
It is anticipated that water service to the proposed water feature will be provided from the
irrigation lake via the golf course irrigation line as provided by the golf course architect.
PACE will be responsible for the design of water service from the water feature to the golf
course irrigation line. As a second option, if it is determined by the City that water service
should be taken from a separate meter from College Boulevard these services will be
provided in lieu of the service from the golf course irrigation line.
Final grading and drainage preliminary plat maps by P&D will be used to establish rough
grades, mapped location, size, and delineation of the water's edge for each water feature.
Base information (including boundary control and aerial topography) shall be provided by
others in digital (computer) format, and formatted for use with AutoCAD Version 2002 or
higher. The Client shall also provide geotechnical and survey information as required for
each water feature location. Geotechnical information will be provided by Leighton and
Associates.
Consultant shall provide construction document details for the construction of the water
features. Construction details to include the following:
2/24/2004
45
Task 1 .I - Plan Preparation . . Lake Limits . Piping Layout
Pump Station Location & Layout
Task 1.2 - Water Feature Construction Details . . . . . . . . .
Shoreline Treatment
Liner System
Pipe Penetrations
Liner Sealing Details
Level Control
Drainage Inlets/Outlets
Structure Seals
Waterfall Details
Lake Fill Device
Water Quality System Details (aeration, filtration, as required)
Task 1.3 - Pump Station Details . Pump Station Vault . Water Quality Treatment Details (i.e., aeration, filtration if needed)
Pump Station Mechanical Equipment and Accessories . Control Panel Location .
Task I .4 - Desiqn of Recirculation System
Consultant shall provide design of recirculation systems for the water feature systems.
Designs to include the following:
Pump Sizing . Recirculation Pipeline Sizing
Supporting Hydraulic Calculations
Task 1.5 - Structural Calculations (GFRC Rock)
Consultant shall prepare structural calculations for GFRC rock waterfall wall elements and
construction drawings for the structural system.
Task 1.6 - Coordination of Makeup Water Requirements
Consultant shall coordinate makeup water requirements for the two lake systems and
provide the design based on the City’s input. Reclaimed water used for makeup water can
be discharged into one or both lake systems. Consultant shall provide options and solicit
City’s input prior to finalizing design.
Task 1.7 - Construction Specifications
Consultant shall prepare construction specifications for all items of work shown on the
water feature construction documents.
46
Task 1.8 - Preliminaw Opinion of Probable Construction Costs
Consultant shall prepare preliminary opinion of probable construction costs and estimate
quantities for construction items shown on the plans. This includes pipe, rock, shoreline,
and water surface area.
Task 1.9 - Consultation
Consultant shall be available for reasonable consultation by telephone or in our office and
include two (2) trips to the project site, or the Client's office.
Task 1.1 0 - Electrical Construction Documents
Consultant is providing an allowance to subcontract the service of an electrical engineer to
provide power to mechanical equipment, lights and control panel in the water feature pump
station.
Design of the system will include electrical engineering design for water feature pump station
only. It should be noted that this also includes the electrical design for the water feature lake
and falls. Electrical plans to include single line diagram, load calculations, panel schedule (if
needed), electrical site plan, and equipment wiring diagram. Consultant shall coordinate with
design team to determine if a pad transformer and service entrance and meter section will be
required as part of the design. If required, these services are included as part of the design.
IRRIGATION PUMP STATION MECHANICAL CONSTRUCTION DOCUMENTS
Task 2.1 - Final Construction Plans for lrriaation Pump Station Mechanical Equipment
2.0
Consultant shall prepare final construction plans for the irrigation pump station
mechanical equipment. Consultant shall coordinate with the project irrigation
consultant to determine landscape irrigation demand and requirements including flow,
pressure, and other requirements. Plans are to be prepared one (1) time on CAD at
an appropriate scale.
Consultant shall, at the direction of Client, design the irrigation pump equipment to
accommodate the project's irrigation requirements including pump, filter system,
plumbing, wet well, and design of intake pipeline into the lake. This pump equipment
will be located in an above grade pump station.
Consultant shall NOT proceed with this task until the irrigation requirements are
submitted in writing and provided to the Consultant by the irrigation consultant.
Consultant shall coordinate irrigation main line tie-in to the irrigation system piping
(designed by others).
Consultant shall coordinate the controls and operation of irrigation system.
Consultant shall provide Client with a budget level breakdown on the probable cost of
construction.
Consultant shall be available in our office or by telephone.
Consultant shall provide final plans for construction to the reviewing agency for
permitting and the Client for public bid.
2/24/2004
47
The design of the irrigation lines are excluded from this scope of work.
Task 2.2 Irriqation Pump Station Electrical Desiqn . Consultant is providing an allowance to subcontract the service of an electrical engineer to
provide power to mechanical equipment, lights and control panel in the irrigation pump
station.
Design of system will include electrical engineering design for the irrigation pump station
only. Electrical plans to include single line diagram, load calculations, panel schedule (if
needed), electrical site plan, and equipment wiring diagram. Consultant shall coordinate
with design team to determine if a pad transformer and service entrance and meter
section will be required as part of the design.
Task 2.3 - Irrigation Pump Station Structural Desiqn . Consultant is providing an allowance to subcontract the services of a structural
engineer to provide the design of approximately 450 square feet single story
structure. This is based on our knowledge of the project thus far. . Construction is anticipated to be load bearing masonry walls with steel bar joists and
metal deck roofing. The masonry walls to replicate the stone architecture of the
clubhouse and match or use the same material for metal deck roofing as indicated
for the clubhouse. . We anticipate the project will be designed and permitted under the 2001 California
Building Code (CBC).
Unless otherwise noted, consultant shall be limited to the Primary Structural System,
and shall exclude stairs and their components, handrails, curtain and windows walls,
prefabricated items, anchorage of and platforms for mechanical equipment,
architectural elements, and all other elements normally not part of the Primary
Structural System.
Consultant shall prepare structural calculations and drawings for the Primary
Structural System including roof and floor framing plans (where applicable),
foundation plans, and applicable notes and associated details.
Consultant shall correspond with the building department as necessary for permit.
Bid services limited to clarification or interpretation of structural drawings and
preparation of bid addenda, if necessary.
3.0 CONSTRUCTION BIDDING PHASE
Consultant shall attend pre-bid and construction meetings with contractors.
2/24/2004
Consultant shall provide clarification, revisions and addenda, as needed to the water
feature construction documents to respond to bidders requests and to assist issuance
and negotiation of final pricing and contractor selection.
Consultant shall review shop-drawing submittals from contractors of products and
materials for conformance to construction documents.
ASSUMPTIONS AND EXCLUSIONS
Client's responsibilities shall include; providing Pacific Advanced Civil Engineering, Inc. with the
base data and project information in a timely manner, coordination and management of other
team consultants to assure that the project schedule can be met. The specific items that are to be
provided by Client or other consultants include the following:
1. City input pertaining to project design issues and requirements including effluent supply
quantity, quality and scheduling.
2. Site land-use base plans with existing and proposed elevation contours in transferable
computer format.
3. Geologic and soils investigation reports.
4. Existing and proposed hydrologic and drainage data, maps, and reports.
5. Any other data that directly impacts PACE ability to perform the design in an efficient and
economic manner.
6. Construction field engineering, surveying and staking are not included.
Any proposed project changes which affect work in progress or previously completed will be
justification for additional compensation including additional water feature elements.
All required aerial topography and base mapping will be paid for and supplied by City, or others.
Base topography and site information will be provided in digital (electronic) format compatible with
AUTOCAD 2002.
Each water feature plan or report will be prepared one (1) time.
No surveying or construction staking is included.
Local government approval meetings, hearings, etc., and preparation of presentation graphics will
be under separate work authorization, if required.
Existing utility information research and mapping is not included and will be provided by Client.
The following elements are not included: design of prefabricated elements and/or non primary
structural elements such as stairs, railings, soffits, screen and shade structures structures,
peripheral or site structures such as trellises, retaining walls, trash enclosures, etc; and other non
primary structural elements (except for those elements specifically listed above.
The fees proposed herein shall apply until July 12, 2004. Due to ever-changing costs, Consultant
will increase those portions of the contract fee for which work must still be completed after July 12,
2004, as negotiated with the Client up to a maximum of ten-percent (10%).
2/24/2004 44
F.
The proposed additional geotechnical services for the site will include additional subsurface
investigation for three golf court bridges and a bridge to service the tunnel at Hidden Valley Road.
The previous investigation included evaluation of the proposed bridge over College Boulevard. At
that time all other bridges were to be design build. The purpose of our supplemental investigation
will be to update the previous geotechnical investigation and provide foundation design criteria
based on the latest proposed locations of the bridges mentioned above. We propose to drill a
series of small-diameter hollow stem auger borings to obtain additional data and to better define
soil characteristics at the bridge foundation locations.
It is our understanding that a total of four bridges (approximately 12 to 15 feet wide) will be
constructed; one bridge will have three spans and the remaining three bridges will have only one
span. The span lengths for each bridge are not known at this time and will be determined by
Moffatt & Nichol. We anticipate the three-span bridge in the location of the existing farm road and
the single-span bridge between Golf Holes 13 and 14 will be constructed over deep alluvial
materials. For these two bridges, we anticipate drilling to approximately 75 feet below ground.
The remaining two bridges are anticipated to be constructed on formational materials which will
require shallow borings and/or backhoe test pits on the order of 10 to 15 feet below ground.
The proposed scope of services to be provided by L&A for geotechnical investigation will include
the following:
SERVICES TO BE PROVIDED . Review pertinent project geotechnical documents and improvement plans relative to
the site.
rn Coordinate with Underground Service Alert to locate utilities in the areas of the
proposed work. . Obtain boring permits from County of San Diego Department of Health.
rn Provide subsurface exploration program consisting of the excavation, logging, and
sampling of approximately eight small-diameter borings. The deeper borings will be
excavated to approximate depths of 75 feet below the existing ground surface and
the shallow borings will be excavated to approximate depths of 15 feet below the
existing ground surface. All of the borings will be sampled and logged by an L&A
geologist. . Backfill all borings with bentonite grout as per County of San Diego boring permit. . Laboratory test the representative soils collected during our subsurface exploration
program.
rn Compile and analyze the geotechnical data obtained from additional supplemental
investigation and previous investigations. The geotechnical analysis will include
preparation of an updated geotechnical map utilizing the updated site plans. . Prepare a written reportlletter summarizing findings, conclusions, and
recommendations.
2/24/2004
G. REIMBURSABLE COSTS
Reimbursable charges for blueprinting, photographic mylar reproduction, photocopying, travel and
mileage, delivery services, long-distance telephone charges, computerized plotting, special
graphic supplies, facsimiles, and other direct project charges incurred on behalf of the City of
Carlsbad will be billed to the City at cost for a lump sum fee as indicated on the fee schedule.
2124t2004
51
FEE SCHEDULE FOR
CARLSBAD GOLF COURSE UPDATE
Revised February 12,2004
P&D will provide the following services on a fixed-fee basis for a total amount of $556,745.00
Proposed
Fees
A
1 .o
1 .I
1.2
1.3
1.4
1.5
1.6
1.7
I .8
2.0
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
3.0
3.1
3.2
3.3
4.0
CIVIL ENGINEERING SERVICES (P&D)
Clubhouse Area Revisions
Golf-Related Industrial Pad
Revisions to Golf Holes 1 , 8, and 9 and the Driving Range
Revisions to Golf Hole 18
Horizontal Control Plans
Revisions to Golf Hole 10
Revisions to Golf Hole 11
Bridge at Hidden Valley Tunnel
Pad Adjacent to Water Tank
Macario Creek Corridor Revisions
Hole 12 per City Approved Plan
Revisions to Renumbered Hole 12 (Hole 13 per City Approved Plans)
New Hole 14 (Original Par 3 Hole 12)
Revisions to Hole 15
The Central Bridge (Farm Road)
The Eastern Bridge
The Gorge Bridge
Bridge Scour Analysis
College BoulevardlEast Area
Revisions to Hole 5
Revisions to Hole 6
Revisions to Industrial Pad
Subtotal
Subtotal
Subtotal
Drainage Study
$ 4,210
$ 18,110
$ 5,290
$ 4,500
$ 5,840
$ 4,315
$ 2,510
$ 4,790
$ 49,565
$ 6,420
$ 4,440
$ 4,440
$ 4,440
$ 6,030
$ 3,990
$ 4,100
$ 6,320
$ 40,180
$ 6,360
$ 5,660
$ 11,000
$ 23,020
$ 8,030
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
B
1 .o
2.0
3.0
4.0
5.0
6.0
C
D
1 .o
1 .I
1.2
1.3
Storm Water Pollution Prevention Plan
Opinion of Probable Construction Cost
Clearing and Grubbing Plans (entire golf course)
Specifications
Meetings and Coordination
Tentative Map
Final Map
SDG&E Easements
Open Space Plat and Legals
Driving Range Lighting
Bid Coordination
Optional Task for Temporary Club House / Fee: $2,300
Optional Task for Separating Out Grading Plans / Fee: $7,980
Total Civil Engineering Cost
ENVIRONMENTAL SERVICES (P&D)
GPS Sensitive Resources
Regulatory Permit Preparation
Mitigation Plan
Coordination & Negotiation (Subtasks 1 through 6)
7. Water Quality Monitoring Plan
8. Turf & Pest Management Plan
Police Shooting Range Recycling Program
Design Support
Total Environmental Services
$ 24,000
$ 5,140
$ 23,500
$ 15,000
$ 17,000
$ 4,500
$ 4,500
$ 19,800
$ 6,000
$ 12,000
$ 7,290
NIC
NIC
$259,525
$ 4,870
$ 4,000
$ 23,030
$ 25,000
$ 11,240
$ 15,200
$ 4,500
$ 17,200
$1 05,040
STRUCTURAUBRIDGE ENGINEERING SERVICES (M&N)
Total StructurallBridge Engineering Services $ 48,300
LANDSCAPE ARCHITECTURAL SERVICES (KTU+A)
Landscape Construction Document Phase
Carlsbad Golf Course
Golf Course Clubhouse
Palomar Airport Road Street Improvements
$ 34,160
$ 5,790
$ 4,270
1.4 MeetingdAgency Review
1.5 Pricing/Bidding
$ 2,100
$ 1,500
2.0 Landscape Construction Administration
2.1 Bidding Administration $ 2,100
Total Landscape Architectural Services $ 49,920
E WATER FEATURE DESIGN (PA)
1 .o
2.0
3.0 Construction Bidding Phase
Water Feature Construction Documents
Irrigation Pump Station Mechanical Construction Documents
Total Water Feature Design
F GEOTECHNICAL SERVICES (La)
Field Services
Subcontractors, Permits and Equipment
Laboratory Testing
Geotechnical Analysis
Report Preparation
Total Geotechnical Services
G REIMBURSABLE COSTS
TOTAL COST
$ 30,140
$ 19,500
$ 2,500
$ 52,140
$ 5,200
$ 9,200
$ 4,025
$ 3,795
$ 4,600
$ 26,820
$ 15,000
$556,745
The scope and fees, as presented herein by P&D and its subconsultants, are work products of
P&D. No portion of this proposal’s scope of services or fees will be reproduced or shared, except
for the explicit use only by the City of Carlsbad as it relates to P&D. No portion of the scope of
services and fees will be shared or reproduced for review or bidding by any other consulting firm
without the written consent of P&D.
UNDERSTANDINGS AND ASSUMPTIONS
1. P&D and its consultants will use City-provided topography for their work products. This is
the same topography provided to P&D for the prior golf course construction documents.
2. Dry utility planning, design, and coordination will be provided by SDG&E staff and
incorporated into P&D’s drawings. P&D will delineate the design location on appropriate
plan and profile sheets as necessary.
3. Pavement structural section design will be provided by geotechnical consultants.
4. Services not specifically identified in the scope of services above will be considered
additional work, and will be authorized by the City as an executed amendment to the
contract prior to commencement of work. This work will be based on labor rates of P&D
and the project subconsultants at the time of approval by the City.
5. Services provided by P&D’s consultants and P&D do not include work for construction or
post construction.
6. City is to provide as-built drawings as needed to provide service.
N/Pmp/2003/999763.01 69/CGCRevisionRedesign-2l24/2004Revised 2/24/2004
55