HomeMy WebLinkAboutRBF Consulting; 2007-10-23;PWENG625
AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR
LA COSTA AVENUE WALL BEAUTIFICATION
(RBF CONSULTING)
This Amendment No. 1 is entered into and effective as of the I /^' day of
/Lx/1i )JT>ij\>\.2Q09. extending the agreement dated October 23, 2007 (the
^Agreement) by^mdroetween the City of Carlsbad, a municipal corporation, ("City"), and RBF
Consulting, a California corporation, ("Contractor") (collectively, the "Parties").
RECITALS
A. The Parties desire to extend the Agreement for a period of one (1) year; and
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The Agreement, as may have been amended from time to time, is hereby
extended fora period of one (1) year ending on April 22, 2010.
2. All other provisions of the Agreement, as may have been amended from time to
time, shall remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, shall include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment.
CONTRACTOR
RBF CONSULTING, a California
corporation
(print name/title)
rb£
(print name/title)
.
(e-mail aHdress)
CITY OF CARLSBAD, a municipal
corporation
ATTEST:V
(e-mail address)
'By"'n- j/^Q^W-
LORRAINE M. WOOD
City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a Corporation. Agreement must be signed by one corporate officer from each of the following
two groups.
*Group A.
Chairman,
President, or
Vice-President
'Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
a.By:
Deputy City Attorney
City Attorney Approved Version #05.22.01
AGREEMENT FOR
ENGINEERING SERVICES
(RBF CONSULTING)
HIS AGREEMENT is made and entered into as of the <J<&^ day of
2007, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and RBF CONSULTING, a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of a contractor that is experienced
in architectural landscaping.
B. Contractor has the necessary experience in providing professional
services and advice related to architectural landscaping.
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:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services
(the "Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of 18 months from the date first
above written. The City Manager may amend the Agreement to extend it for one (1)
additional one (1) year period or parts thereof in an amount not-to-exceed
forty thousand dollars ($40,000) 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.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #11.28.06
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be thirty seven thousand six hundred ninety one dollars ($37,691). No other
compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. The City reserves the right to withhold a ten percent
(10%) retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
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
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.
City Attorney Approved Version #11.28.06
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials,
employees and volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will survive the expiration or early
termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:V".
10.1 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
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.
City Attorney Approved Version #11.28.06
10.1.3 Workers' Compensation and Employer's Liability. 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 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to 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.
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.
City Attorney Approved Version #11.28.06
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 Jacob Moeder Name Tim Thiele
Title Associate Engineer Title Project Engineer
Dept Public Works-Engineering
CITY OF CARLSBAD RBF CONSULTING
Address 1635 Faraday Avenue Address 5050 Avenida Encinas
Carlsbad, CA 92008 Carlsbad, CA 92008-4386
Phone No. (760) 602-2736 Phone No. (760) 603-6243
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.
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.
City Attorney Approved Version #11.28.06
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 (10) 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
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.
City Attorney Approved Version #11.28.06
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 otherwise 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 seq.. 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
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.
City Attorney Approved Version #11.28.06
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #11.28.06
8
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,
actual authority to bind Contractor to the terms and conditions of/this Agreeme
•ight and
CONTRACTOR
RBF CONSULTING, a
Califomjacorporation
CITY OFICA
corporation/of
(print name/title)
(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:_
Jeputy City Attorney
City Attorney Approved Version #11.28.06
EXHIBIT "A"
SCOPE OF WORK
LA COSTA AVENUE WALL
Professional Engineering Services for La Costa Avenue Wall Beautification
Description of Work
The work included in this scope is for professional design services for the development of the La Costa
Avenue wall beautification. The existing wall was constructed as part of the La Costa Avenue slope repair
project at the Marbella Condominium site. It is anticipated that the construction of the project will include
the installation of a concrete sidewalk, wall fagade construction, and possible irrigation and planting.
Based on our understanding of the project, RBF is proposing a clear, three-phased approach for the
development of the La Costa Avenue wall beautification. This approach organizes our scope of services
into a series of logical steps and milestones. It will allow us to deliver the products desired by the City,
develop a high level of consensus throughout the course of the project, and resolve any design issues early
in the process. Our three-phased approach is as follows:
PHASE 1.0 - DESIGN DEVELOPMENT
Task 1.1: Staff Kick-Off Meeting
RBF will meet with the City Project Manager to discuss the project, establish communication procedures,
set schedule milestones, solidify the City's expectations, and identify product/task deliverables.
Product: Finalized Scope of Work, project schedule, milestone deliverable list, and a team
directory.
Task 1.2: Alternative Summary
RBF will research wall treatments and submit, to the City, a compilation of viable alternatives. The
summary of alternatives will consist of 10-12 wall treatments, including pictures to clarify. The City will
review the information provided and identify 4-5 alternatives to further develop as part of the feasibility
study (Task 2.0).
Product: Memorandum that summarizes the technical information obtained for the 10-12
wall treatment options.
PHASE 2.0 - FEASIBILITY STUDY
Task 2.1: Visual Catalog
RBF shall prepare a visual catalog of the 4-5 preferred alternatives as chosen under Task 1. The visual
catalog, using a visual simulation of the finished product, will be in a format (for example, PowerPoint) that
will provide simple circulation to the appropriate parties.
Task 2.2: Opinion of Probable Construction Costs
RBF will prepare cost estimates for each of the 4-5 preferred alternatives. Unit costs will be based on the
most current cost information from recent, similar projects in the area compiled by RBF.
Product: Opinion of Probable Construction Costs
Task 2.3: Opinion of Probable Long-Term Maintenance Costs
RBF will prepare cost estimates associated with long-term maintenance items for each of the 4-5 preferred
alternatives. Labor and material costs will be based on the most current cost information from recent,
similar projects in the area compiled by RBF.
Product: Opinion of Probable Long-Term Maintenance Costs
Task 2.4: City Meeting
RBF will attend one meeting with the City Project Manager and City staff to review the feasibility study and
resolve any issues before proceeding with the preferred alternative.
Product: Meeting agenda and minutes summary
PHASE 3.0-FINAL DESIGN
Task 3.1: Preparation of Construction Documents
The construction documents will be submitted to the City for review at design review submittal, 90%, and
100% design completion. The plans will be prepared at 1"=20' scale in AutoCAD format using the City's
title block. Following each submittal, comments provided by the City will be incorporated into the next
construction document submittal. The format of the submittals shall be:
• The design review submittal, 90%, and 100% plans shall be submitted full-size on D-size (24"x36")
paper (five sets).
• The final plans shall be submitted on mylar at full-size (one set) and on bond at full-size (two sets).
Upon the City's request, a CD of the final plans in AutoCAD format will be provided to the City.
Task 3.1.1: Title Sheet
RBF shall prepare a Title Sheet showing the project name and locations, RBF's company and contact
information, sheet index, City Council members, and any other pertinent information as requested by the
City.
Task 3.1.2: Notes and Details Sheet
RBF shall prepare a Notes and Detail Sheet indicating pertinent City standards and details for the
Contractor to follow. Wall treatment details and sidewalk construction details will be included on this sheet.
Task 3.1.3: Hardscape Layout Plan
RBF shall prepare plans indicating the location of the proposed sidewalk and extent of wall treatment.
Locations of the planting areas will be identified, as needed.
Task 3.1.4: Planting Plans and Details (Optional)
RBF shall prepare Planting plans indicating the species, quantity, and size of plant material to be used in
the park. Plants will be selected on their suitability to grow in the area, City requirements, ease of
maintenance, and size at full-growth. A planting legend and planting details will be included as part of this
task.
Task 3.1.5: Irrigation Plans and Details (Optional)
RBF shall prepare Irrigation Plans indicating the type of irrigation equipment to be used, such as irrigation
controllers, pipe, valves, quick-couplers, and spray heads. Irrigation will conform to the Carlsbad Municipal
Water District standards and regulations and reclaimed water standards for submittal to the San Diego
County Environmental Health Department by the City. An irrigation legend, irrigation pressure loss
calculations, and irrigation details will be included as part of this task.
• If a water service for irrigation is not available, and a service and tap to the existing water main is
required, this will be considered an additional service and a contract addendum will be necessary.
Task 3.2: Technical Specifications
RBF shall prepare the Specification Special Provisions portions of the construction specifications suitable
for bidding and awarding of the Contract for the improvements designed by RBF. The specifications shall
be prepared in the "Greenbook" Standard Specifications for Public Works Construction format and cover
Parts 2 and 3 of the "Greenbook". It is assumed that the City will provide and prepare Part 1 (General
Provisions) of the specifications and be responsible for the overall assembly of the specifications. The
specifications shall be submitted electronically in Microsoft Word format on a CD, on 8-1/2" x 11" paper and
shall be as follows:
• 90% Submittal - Complete set of specifications covering all aspects of the project.
• 100% Submittal - Complete set of specifications, including City comments, ready to bid.
Product: 90% and 100% Construction Specifications
Task 3.3: Opinion of Probable Construction Costs
RBF shall provide one Opinion of Probable Construction Costs based on the construction documents.
Quantities will be prepared for the design review submittal, 90%, and 100% submittals. Unit costs will be
based on the most current cost information from recent, similar projects in the area compiled by RBF.
Product: Design review submittal, 90%, and 100% Opinion of Probable Construction Costs
Task 3.4: Bid Services
RBF shall provide Bid Service assistance in the form of answering questions from bidders and preparing
two addenda. Services during construction are not a part of this proposal.
Product: Two addenda for bid service meetings
Task 3.5: Project Management and Meetings
In addition to the Kick-Off meeting described in Task 1.1 and City Meeting described in Task 2.2, RBF will
attend up to two meetings during the Final Design Phase to review design progress. After any meeting with
the City, RBF will prepare Meeting Minutes and submit them to the City within 5 business days.
Additionally, RBF will prepare and submit monthly status reports detailing the progress and budget used on
each of the Tasks described above. Additional meetings can be provided subject to written authorization
from the City.
Product: a) Monthly status reports;
b) Meeting agenda and minutes summary
Scope of Work Exclusions
• Design for areas outside the Project limit of work
• Property Title Search, Property Appraisal and Acquisition
• Conditional Use Permit, Zone Change, Specific Plan Amendment and/or Area Plan
• Onsite Private Domestic Water, Fire Line & Gravity Sewer Plans
• Utility demand calculations or capacity analysis of existing systems
• Design of dry utilities (telephone, electric, gas and cable TV)
• Retaining Wall Plans
• Traffic Engineering reports or studies
• Geotechnical Investigation
• Services related to Hazardous Wastes and Hazardous Material Abatement
• Off-site street improvement plans
• Off-site utility improvements
• Any other services not specifically set forth in the Scope of Work
Client Responsibilities
The City shall be responsible for providing the following to RBF:
1. Access to Site and owner archives.
2. Client is to provide any and all indemnification, abatement, disposal or other actions required
by local, state or federal law regarding hazardous materials.
3. Client shall pay all governmental fees and costs.
•o „ §. 5 3 '3m w g S
.** "•3T /% M£ Vj g
•= H- M
PQ
1-1
a
(2
33•30
(N(N
'3>Design ECivil Engineer$129u °°
L, OSi 2
1 **
'ga.§C
DescriptionM
H DESIGN DEVELOPMENTo
00
m
m
Staff Kick-Off Meetingl
*"•
^
(N
CO
fN
— i
Alternative SummaryfN
•-1
onffff
fN
FEASIBILITY STUDY0
fN
fN
I/-X
fN
00
00
,—1
Visual Catalog/Power Pointl
fN
fN
fN
r-
00
00
_l
in
da
Opinion of Probable ConstructiofN
fN
fN
rTi
^
O
00
(N
a
d4>a•3
Opinion of Probable Long-Term^fN
r-
00
rf\
m
bQCau
d
vrg
C7\
^Os
FINAL DESIGNo
tN
(N
(N
Title Sheet-;
m
\Q
rd
CO<N
1-1
fN
00
fN
Notes and Details SheetfN
^
'O
r-
fN
fN
00
XT
GO
,— I
Hardscape Layout Planrf)
^
--i
^«
cTim
fN
CO
Co
Planting Plans and Details (Opti^
^
•— i
XT
rfi
ITifN
CO
13co
Irrigation Plans and Details (Optsq
(Ti
TONfN
-^
GO
CO
,—1
Technical SpecificationsfN
PTi
O
*-4
fN
r-
fN
r->
in
d
G
Opinion of Probable Constructio<n
cr,
o
-H
00
fN
Bid Servicesm
fN
fN
O
us
Project Management and MeetinV-l
rr>
Of^^t
*&
0
o
-H
JURSABLE EXPENSESS )NAL TASKS INCLUDEDCu
\£
r-
t^
S|
tX^
N oo"*»
»n ®^ \o
*%•
00 )^? O
" 2 °S
lourst of Total Labor (Hours)TOTAL LABOR COSTc) u OUT OPTIONAL TASKSa
-H
$t
ccrT)
00
*&
fN g
1-1 l£ fN
^ oC
co"
— ' i& X•^p ^ w-\o\ !£
*^
00 >O ON 2 °XT
lourst of Total Labor (Hours)TOTAL LABOR COST" C
& £.
ra