HomeMy WebLinkAboutSimon Wong Engineering / Kleinfelder Inc; 2012-11-29; TRAN955TRAN955
AMENDMENT NO. 3 TO EXTEND THE AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES FOR THE CARLSBAD BOULEVARD
ENCINA DISCHARGE BRIDGE RAILING IMPROVEMENTS
KLEINFELDER, INC.
T_tli9 Amendment No. 3 is entered into and effective as of the t:3-tV1 day of
f'-.!0~ , 2015, extending the agreement dated November 29, 2012
(the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and
Kleinfelder, Inc., a California corporation ("Contractor") (collectively, the "Parties").
RECITALS
A. On May 6, 2013, the Parties executed Amendment No. 1 to the Agreement to
include the Disadvantaged Business Enterprises Participation language; and
B. On December 15, 2014 the Parties executed Amendment No. 2 to extend for a
period of one ( 1) year and amend the Agreement to include additional engineering services
ending November 29, 2015; and
C. The Parties desire to extend the Agreement for a period of two (2) years ending
November 29, 2017.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of two (2) years ending on November 29, 2017.
2. All other provisions of the Agreement, as may have been amended from time to
time, will 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, will include coverage for this
Amendment.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
1
TRAN955
4. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each representand warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
KLEINFELDER, INC., a California
corporation
By:
Mark Creveling I Vice President
By:~;;~zf
fk.J ~here~ O .k 1~& fJeP: ., ..:x:L~ ~1
(print name/title) 1
CITY OF CARLSBAD, a municipal
corporation of the State of California
By::}d~ ~Matt Hall JMayor
ATTEST:
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:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
TRAN955
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE CARLSBAD
BOULEVARD ENCINAS DISCHARGE RAILING IMPROVEMENTS
(SIMON WONG ENGINEERING)
US AGREEMENT Is made and entered into as of the day of
>»7/^^ > , 20 by and between the CITY OF CARLSBAD, a
munici(5al corporation. ("City"), and SIMON WONG ENGINEERING, a California
corporation, ("Contractor").
RECITALS
A. City requires the professional sen/ices of a civil engineering consultant that Is
experienced in stmctural engineering and bridge railing improvements.
B. Contractor has the necessary experience in providing professional services and
advice related to bridge railing improvements, located on Carisbad Boulevard at the Encinas
discharge channel.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such wori<.
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 sen^ices (the
"Sen/ices") 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 Sen^ices, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southem California Area, and will use reasonable diligence and best Judgment
while exercising its professional skill and expertise.
3. TERM
The temn 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 one (1) additional
one (1) year periods or parts thereof in an amount not to exceed one hundred twelve thousand
three hundred seventy three dollars ($112,373) per Agreement year. Extensions will be based
upon a satisfactory review of Contractor's perfomiance. 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.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
one hundred twelve thousand three hundred seventy three dollars ($112,373). 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 Sen/lces specified in Exhibit "A".
City Attorney Approved Version 2/17/12
7
Incremental payments, if applicable, should be made as outlined in attached Exhibit 'A".
6. STATUS OF CONTRACTOR
Contractor will perform the Sen/ices 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 wiil 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 temis 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 attomeys
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 eariy 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 Califomia. The
City Attomey Approved Version 2/17/12
insurance earner is required to have a cun-ent Besfs Key Rating of not less than "A-:VH". OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's Indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be candied 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 Liabilitv Insurance. $1.000,000 combined single-limit
per occun'ence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the wori< 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 Wori<ers' Compensation and Emplover's Liabilitv. Woricers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date oif completion of the work.
I I If box is checked. Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City wiil be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will fumish 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
City Attorney Approved Version 2/17/12
7
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. Citv reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights In favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Brandon Miles Name Mark Creveling
Title Associate Engineer Title Vice President
Department Transportation Address 9968 Hibert Street, Suite 202
City of Carisbad San Diego, CA 92131
Address 1635 Faraday Avenue Phone No. 858-566-3113
Carisbad, CA 92008 Email mcreveling@simonwongeng.com
Phone No. 760-602-2745
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 2/17/12
Id
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or Interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's sen/ices with all applicable laws, ordinances and regulations.
Contractor will be aware ofthe requirements ofthe Immigration Refonn and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTiON
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not othenvise 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 fonA/arded
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.
20. TERMINATION
tn 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
tennination. If City decides to abandon or indefinitely postpone the work or sen/ices
contemplated by this Agreement, City may temiinate 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 ail 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 perfomied 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 wori< product
and put It in order for proper filing and closing and deliver it to City. Contractor will be paid for
work perfomied to the tennination date; however, the total will not exceed the lump sum fee
City Attorney Approved Version 2/17/12
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 Govemment Code sections 12650 et seg..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance 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 attomey'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 debannent by another jurisdiction
is grounds for City to temiinate 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 Califomia, 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
confiict, 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 Attomey Approved Version 2/17/12
1^
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and wan'ant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
SIMON WONG ENGINEERING,
a California corporation
CITY OF CARLSBAD, a municipal
corporation of the State of California
Mayor
(print name/titlte)-' / V.F.
ATTEST:
By:
Ign here)
(print name/title)
City Clerk
If required by City, proper notarial acknowledgment of execution by contractor mLf^t"be^^^
attached. If a corooration. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY:
Assistant City Attorney A
City Attomey Approved Version 2/17/12
/3
Exhibit "A'
SIMON WONG ENGINEERING
SCOPE OF ENGINEERING SERVICES
PROJEa: POWER PUNT DISCHARGE CHANNEL BRIDGE RAIUNG IMPROVEMENTS
CUENT: City of Carlsbad
DATE: October 5,2012
PROJEa DESCRIPTION
This project proposes to install railing on the Westeriy side ofthe Endna Power Plant Discharge Channel
Bridge along Carlsbad Boulevard. NRG Energy (NRG) Is the property owner of the Endna Power Plant and
will complete the design and construction of the Easterly bridge railing along with the required
improvements and legal documents. The Discharge Channel provides for warm water discharge from the
Endna Power Station to the Padfic Ocean. Currently, no vehicular bridge railing exists on either side ofthe
bridge. Chain link fendng and sidewalks are provided on both sides ofthe roadway within the bridge
limits.
As-bullt drawings and the latest Caltrans maintenance report dated 2009 show the bridge was originally
constructed In 1954 by SDG&E. Cun-ent right-of-way (ROW) documents indicate the bridge is owned by
the atv of Carlsbad. Verification of bridge ownership and maintenance responsibility will be further
explored in this contract. A component of the scope for this project Is to establish the existing ROW and to
provide temporary and permanent easement requirements If required for the proposed barrier
improvements.
A visual investigation of the structure will determine construction modifications necessary to Install the
appropriate railing. Coordination with NRG and Caltrans will be required throughout the design and
construction phases.
This scope of work indudes the development of bridge railing design and PS&E. It Is antldpated that the
proposed bridge railing will have fendng Installed on top and be the length of the existing dialn link fence
up to the entrance gate posts. A draft barrier design report will provide preliminary railing concepts for
consideration ofthe structural, civil, and environmental Issues, Preliminary opinions of construction costs
will be provided for each railing alternative.
Final design Indudes design calculations, independent design calculations, plans, specifications, and final
engineer's estimate of probable construction costs. A resident engineer's pending file will be provided
prior to construction and will indude the Items listed above and any other pertinent documents.
1.0 Project Management
SWE shall provide overall management of consultant and sub consultant personnel. Monthly progress
report shall be provided indicating the work accomplished In the last period, antldpated woric to be
completed in the next period, Issues that require resolution, milestone achieved, meetings held, problems
encountered and actions taken, potential extra work items, approval actions required, coordination issues
and schedule impacts.
SWE will schedule a kick-off meeting upon receiving the notice-to-proceed. The City and project team will
discuss the preferred style of railing, target dates for team meetings, format for meeting agendas, meeting
minutes, monthly status reports, and involdng. SWE will attend all team meetings and Issue tailored
agendas for ea*. Not all subconsultants are required to attend each team meeting. Meeting minutes will
be issued following each meeting. Attendees will have one week to comment on the draft meeting
minutes. Final meeting minutes will be distributed to the project team. Monthly progress reports will be
I of 4
SImm Wong Engineering
Power Plant Discharge Oiannel Bridie Ratting Improvements
Scope of engineering Services
Octobers, 2012
provided to the City. They will refiect milestone status and updates that detail the progress and budget at
the individual task level.
2.0 Investigation
Civil engineering sen/Ices indude a new survey to establish horizontal and vertical control, existing ROW,
utilities, and as-bullt conditions. Records research will be conducted to locate easements, utilities, parcel
maps in the vidnity of the bridge, etc. This Information, along with a legal description and appropriate
AutoCAD drawings provided by the Civil subconsultant, will assist the City of Carisbad In negotiating a
temporary construction easement and a permanent easement (If necessary) for the proposed
improvements. All survey and mapping data will be supplied in AutoCAD format using NAD '83 horizontal
and NGVD '29 vertical datums with ASCII point files for all survey ties made. A visual Investigation will be
performed by SWE to evaluate the Integrity of the structure and the condition of detectable utilities.
Following Investigation work, a draft Barrier Design Report (BDR) will be prepared witii various barrier
alternatives and accompanying cost estimates. The BDR will also be utilized to identify the limits and
potential for environmental Impacts (PES). Additional coordination with adjacent property owner NRG,
utility owners, potential permitting agendes and other stakeholders Is anticipated for developing a final
BDR.
3.0 Engineering Services
A multi-disdpllne review will be prepared at the 50% design level but no formal submittal will be made.
Design plans and detailing will be submitted at tiie 90% and 100% design levels. This task includes Index
sheet, layout sheets, construction detail sheets, utility sheets, a conceptual traffic control sheet and bridge
railing plans, which are based on Caltrans manuals and procedures. Plans will contain the railing
altemative chosen by the City of Carlsbad in the final BDR and will sen/e as the baseline in estimating our
final design cost Design tasks Indude calculations based on the latest Calti-ans design standards and
technical manuals and the Highway Design Manual (HDM). SWE will prepare "checked" bridge railing plans
at ttie 90% submittal level and will provide intemal quality control review for all submittal levels.
Summarized review comments and responses to the 90% plans will be submitted with the 100% plans. A
final mylar bid plan set will be submitted for signatures to the Qty at tiie end ofthe review cycle.
A complete independent check will be done on tiie bridge railing design and details and by an engineer
who was not Involved with the Initial design. The "checker" will provide a stand-alone set of calculations
tfiat are based on the design details and a complete red-llne-yellow-mark set of reviewed plans. The
"checker" comments will be resolved with the designer and revisions Incorporated in the 90% submittal.
Plat and legal description will be prepared for enaoachment onto NRG property for items such as the
barrier, maintenance gate, and temporary construction access. It Is assumed that the City will be
responsible for obtaining approval for encroachment from the property owner and negotiate all easements
for the proposed railing improvements.
Prior to construction, a Resident Engineer's file will be prepared and delivered to the City. The file shall
contain, at a minimum, all relevant correspondences, design calculations, preliminary and final
construction quantities and cost estimates, plans, total work quantities witii matching woric item names
shown on all bid documents, permits, agreements and relevant technical memos and reports.
2 of 4
/
Simon Wong engineering
Power Plant Osdiarge Oiannel Bridge Rtrillng Improvments
Scope of engineering Services
Octobers, 2012
4.0 Permitting and Processing
SWE and Hon Environmental Consulting (HON) will attend a Field Review Meeting with Caltrans local
assistance representative to define the extent of the project needs. An Environmental Impact /Vssessment
(EIA) and a Preliminary Environmental Study (PES) forms will be prepared with SWE input. Permitting
agency Initial coordination will be established by HON. The consultant team will pursue a NEPA Categorical
Exdusion (CE) and submit the necessary documentation for approval of an Area of Potential Effects Map
(APE) as part ofthe Historic Property Survey Report (HPSR) should It be requested by Caltrans. It Is
assumed a Local Coastal Development Permit may be required and will be processed by the Qty with SWE
input
5.0 Preparation of Specifications and Estimates
Special provisions for the project will be prepared for the 90% and 100% submittal levels with
con-espondIng comment revisions. Spedal provisions covering bridge railing related improvements will
follow the 2012 version of the Standard Specifications for Public Worics Construction ("Greenbook"). Gty
front-end and Federal spedfications will be used as this project uses Federal funds. An electronic version
of the spedfications will also be submitted In MSWord format
The engineer's estimate of probable cost will be completed at the 90% submittal level and revised with Gty
comments for a final estimate at the 100% submittal level.
6.0 OPTIONAL SERVICES
Bidding and Construction Support Services
SWE will attend one pre-bid meeting, address questions from bidders, and respond to bid phase RFIs
related to the bridge railing improvements. In addition, SWE is able to conduct bid marketing efforts and
prepare up to two (2) addendums.
Caltrans Coordination
SWE will coordinate with Caltrans on structural defidency determination, structure ownership, easement
establishment, and ROW requirements.
7.0 n'EMS NOT INCLUDED IN CURRENT FEE PROPOSAL
Coastal Commission Permits
Structural Rehabilitation Repairs
Water Pollution Control Plans
Services During Bidding and Construction
Coordination with Caltrans
Bridge Seismic and Structural Capadty Evaluations
Permitting and Outside Agency Fees
3 of 4
Sbnofl Wong EngAieerfng
Power Plant tMscharge Oiannel Bridge IMIlng Improvements
Scope of Engineering Services
October 5,2012
8.0 INFORMATION TO BE PROVIDED BY OTHERS
Agency Coordination with Caltrans, Homeland Security, Endna Power Plant (NRG), and Poseidon (Gty)
Entry permits (City)
Payment for All Permits, Processing, MOU and Entry Fees (Gty)
Title Sheet Template (Gty)
ROW Easement /^reements or Negotiations (City)
Local Coastal Approvals (City)
Environmental Documents and Pemi'rts (City)
Storm Water Data Report (City)
Traffic Technical Memo (City)
4 of 4
'1
AAA 9M6 Hfetit SfeMI. 2nd Floor SanDl«aa,CAS2l31 OetabflrS.2012
POWER PLANT DISCHARGE CHANNEL
BRIDGE RAILING IMPROVEMENTS
PM« DESIGN CtVH. HON SAMPO TOTAL
STAOE SWE RBF CONSULTING* ENGMEBUNG-SUB CONSULTANT FEES TOTAL
PROJECT MANAGEMENT f iOXXO 1.372 % s f 1J72 f 11.372
INVESDQATION f 11J42 502 200 t 11.9e2 12.794 f 24.095
ENGmCERINO SERVICES 2SJ38 } 10.323 100 « 10.423 35.759
PERMrmNG AND PROCESSING 3JS3 } f 1J00 1.300 4.853
PREPARATION OF SPEaRCATIONS AND ESTIMATES f iijae s 3.1S9 t . s f 3.1S5 14.544
MRECT COSTS 1.2S0 } 200 « 200 1.4S0
SUBTOTAL $ 62,S70 s 15.442 i 1400 t 11.982 $ 29.204 $ 91JT3
AnUdpatMiUDBEn
PaiUclpsllon Total 91,873
Ttw fMt HslMl abov* am iMMd on ttl* fbldwlno MWfflption*:
1. En«tannwMldocunwiM«Hib«p«pindbytMCIyofCiriibadwlhHm
2. NoanvtonmanWiludiMananllclpaM
3. NoMnidunlmlMMMtoflcapataaralneludad
4. Coiioibn luiiaca pilchtno li kidudHt
B. waHrPaMmContol Plana an nol anHc^MM
8. Santoaadulna bidding and oonatnielloa am INK kidudad
7. Oy to piDvidB Cabana eoenllnaaon
8. dr to pmvUa Endna PDwiarPIM and PoMidanooaidiRatton and EnhyPaimli
B. Ctr to eoeidlmM tiM HomalMid Secuily and oMiki paimli aa necasMiy
10. te pay al panal, pmoiaataB, MOU and Enlqr toaa
11. Bddga MlMiie and (kucfeaal o^MMBir evaluadona aia not kickidad
12. ROWaaienientotobapKWIdabyfliaClrwIhooonllnadDnbySWE
13. DuatoVwunkfloiHinMmorihaaxMngROW.tMipnpaaaiaiiumaaBa
bartaMknakkmoaidatotilKalonand bddoa owneiih^
OpMonil Strvlcw
STAGE TOTAL
nOOING AND CONSTRUCTION SUPPORT SERVCES f SAX)
CALTRANS COORDINATION f lOMO
PHASE 11SA • ALLIED GEOTECH f iJSOO
SUBTOTAL OPTIONAL SERVICES t 20.580
ITOTAL BASE AND OPTIONAL SERVICES 11247S1
9968 Hbert Street. 2nd Floor
San Diego, CA 92131
Octobers, 2012
TASK ANALYSIS
COST SUMMARY PER FIRM
HRM NAME Sbnon Wong
Engineering RBF
Hon
Consulting
Sampo
Engin Bering
Allied
Geotechnical
TOTAL
DBE DBE
OPTIONAL
SERVICES
1.0 Proftct Maraatnwnt $ i $ i $ S
1.1 Proi«ct Manao«m«nt & Adminlctratlon $ 3,389.04 % S i % $ 3.369.04
1.2 KldcOIT M««lln|) S 1,340.62 % J $ $ S 1.349.62
1.3 Tum Maetines i 2.143.S2 i 1,372,00 S S S t 3,517.62
1.4 Monthly Statu* Reports $ I.303.3S t $ t % $ 1,303.36
1.5 Maatlne luSnutat S 989.92 t % i s t 989.92
1 « Sctiedulft $ 842.28 % t s % i 642.26
TASK 1.00 SUBTOTAL i 9.969.82 i 1.372.00 i $ t S 11.371.82
2.0 InvMtlBitlon $ % % $ t $ 2 1 Survsy $ 528.82 i i t i $ 520,82
Hortzontal and Vartlcal Control t 304.42 t $ i 3.040.78 s $ 3,345.20
Rlght.af-Way Mapping S 1.484.92 t s S 3.114,06 s t 4,598.98
Final Design Survey S 304.42 t i S 2.397.63 $ $ 2,702.25
Easements i 1.180.50 S s i 914.08 t I 2,094.58
Record Raiesicl) $ % s S 818.25 t % 618.23
Utilly Idantlficatkin and Mapping S % % S 741.90 % S 741.90
Maetir^ and Coordination S 1.T98.38 $ i J 1,134.79 t i 2.933.13
22 Stmcture Investlsatlon % $ % % i $ Power Plant Olsctiatga Channel i i % t t i
Ejti&tiiTg UtKies S 188.12 % t i 16912
Structural Invesdgstlon S 2,022 78 t i i % S 2.022.76
1.% Prepare Barrier Deatgn Report S 3,548 18 t 582.00 i 200 00 S s S 4.340.18
2.4 Phase 1 Environmental - Iniiai Sits AssessmenI (Optional Services) t % 1 i t 5.500.00 S
SUBTOTAL TASK 2.00 t 11.J41.50 t 592.00 i 200.00 % 11,961.69 S $ 24,095.19
1.0 Engineering Scrvkas S $ $ S J J
1.1 90% - Plans (Not Submitted) $ 1,155.70 $ $ S S $ 1.155.70
Prepare or tevisa tha following sheets: J S $ S $ $ Tttis Sheet % 304.42 t t S % $ 304 42
Key Map/Urw Index Stieet S S S i t S
Layout Sheets S i 3.935,00 S i t i 3,935.00
CortstnKtbn DetaS Stteets $ { % t $ S
UUBty Sheets { 842.68 i 628.00 i f s t 1,470.68
Conceptual Traffic Control Sheet S $ 828.00 % t s S 826.00
(J Structure Design -10% Qridge Plans (Nol Submttad) S 528,82 $ t s i S 52682
Power Plant Otsdiarge Channel, 50% Plans (Not SubmlleO) $ 8,327.58 i s t s S 8,327 58
i .) 90%-Plans $ 528.62 S $ s f $ 528.82
MuItWIsdpllne Consistency Review - 50% Plans t 1.832.18 i 148 00 J 1 i i 1.98018
Prepare or revise the tbOowlng sheeu: $ $ 1 $ t S
Typical Cross S«<2»n Sheets S S s i s $ Key Map/Une Index Sheet S $ $ i s i
Layout Sheets ( S 1,570 00 $ % s S 1,87000
Constructbn Detail Sheets s i % % s J
Conceptual TrafDc Control Sheet $ t 4U.X t i I % 414.00
4 90% Structure Design $ 528.82 S i % $ t 526.82
Power Plant Olsdianse Channel, 00% Plans $ 7.849,96 t t % s S 7,649.96
3.5 S 528.82 S s t $ i 52882
Summartza Review Comments to Itie M)% Plans S B89.B2 S 136.00 I i s % 1,127.92
Prepare or Revise the Fotosvlng Sheets: s $ % $ t $ Typical Cross Section Sheets ( t i $ I t
Key MspAJne Index Sheet ( % i i $ ^ Layout Sheets s t 1.691.00 % % s S 1,691.00
Construction Oetal Sheets s s s $ $ % Conceptual Traffic Control Stieet s S 471.00 s s i % 47100
3.S 100% Stnicture Design t 528.82 $ t 100.00 s % $ 826.82
Power Plant Discharge Channel, 100% Plans S 1,569.74 s I $ I S 1,569.74
-! 7 Final Stsmi Water Data s'lspoit S t s $ % 1
i B Final Traffic Tscnmcal Memo J s s J I i
SUBTOTAL TASK S.OO { 25.338.26 I 10,323 00 $ 100-00 s i J 33.759-26
4.0 Permitting and ProceaainB t i s s i i
4.1 Field Review Meeting and EM ind PES fonns $ 1,303.38 t S 400.00 s t t 1.703.36
4.2 Psnnlltino Agency IMtuI Coonllnatlon $ 189.12 % t too.oo $ t t 269.12
4.3 Environmental Documentation (CE/CE) $ 828.88 t t 400 00 % $ 1 1,02688
4.4 Environmental Pefmntkig S 826.88 $ $ 200.00 i $ $ S2B.88
4.S Coastal Development Pe.mm t 626.88 $ I 200.00 i $ i 826.88
SUBTOTAL TASK 4.00 S 3.333.12 t t 1.300.x i i ( 4,663 12
S.0 Preparsdon of SpacMcadotu and Estknataa $ % t s $ % 5.1 50%-Plans i S s t 1 I
Outlne of Specdlc^na t 482.56 $ 2««00 s t J t 778.56
IdertlTy ChanoBS to Ctya Tachnlc^ Space $ 323.84 t 582 0O $ s i t 917.84
Ust of Expected Bid Items S 338.24 S 50200 $ s t S 93024
5.2 90% • SubmBal i $ $ s % J
Complete Set of SpecMcatlons i 4,178.88 i ssaoo ( i i t 5.066 86
Englneen Esdmata of Probable Cost S 1.598.76 $ 148 00 % s i 1 1,746.76
100%- sutmnai $ % t s t S
Add:%«i Ctyi Comments on 90% Submittal t 918.09 t 196 00 t $ t $ 1.111.09
Revtsed Spedflcatloni S 2.789,13 S 296 00 $ t % S 3,065.13
%vlsed Enslneeis Esdm^ of ProbAle Cost S 759.37 % 148 00 $ % $ I 907.37
SUBTOTAL TASK 5.00 S 11.388.87 S 3.155 00 s I s % 14543.87
TASK 1.00- S.0O SUBTOTAL S 51.419.75 $ 15.442.00 S 1,600.00 % 11.961.39 i $ 79,051.44
Olract Co«ti $ 1^50,00 S S 200.00 s J i 1,450.00
BASE SCOPE TOTALS t «2,8<t.57 t 15,442.00 t 1,8e!).X 1 ii.9ii.e« t I1,«73J4
OPTIONAL SERVICES • PHASE 1 SA $ 8,500.90