Loading...
HomeMy WebLinkAbout1988-09-13; City Council; 9638; Manzano DR improvements & agreementt'. pt $ .. z 0 5 a d 0 Z 3 0 0 CONSULTANT AGREEMENT FOR THE DESIGN OF STREET IMPROVEMENTS TO MANZANO DRIVE RECOMMENDED ACTION: Adopt Resolution No. 88,333 appropriating project funds and approving a Consultant Agreement with Klagge-Stevens and Associates, Incorporated for the Design of Street Improvements to Manzano Drive. ITEM EXPLANATION: The construction and installation of the remaining half-width street improvements to Manzano Drive has been the subject of discussion in recent meetings between Carlsbad Council members, staff, and residents of the area adjacent to the street. Manzano Drive, in its present condition, consists of approximately twenty (20) feet of paved travel way and twenty (20) feet of unimproved dirt road. The unimproved portion of Manzano Drive fronts undeveloped property, a portion of which is being considered for development by its owner, the State of California. As is typical with any development of this nature, the property owner is considered responsible for furnishing the costs and installation of all street improvements as required by the City. While the State has allocated funds for the City to perform this work, the City and State have been unable to reach an agreement over the exact cost and extent of these street improvements. At the same time, area residents have increasingly voiced their concerns over the delay in improving the present condition of the street. It is expected that the remaining half-width street improvements needed for Manzano Drive meet City of Carlsbad street standards. This will include the installation of curb, gutter, sidewalk, street lights, an additional twenty (20) feet of paved travel way, and pavement striping and marking. Furthermore, drainage concerns and other potential design issues must be addressed. In the best interest of the public, and in order to determine precise improvement costs and the degree of improvements required, staff recommends the hiring of a Consultant to prepare a design for the remaining half-width improvements for Manzano Drive in accordance with Carlsbad City street standards, explore drainage concerns and other potential design issues, and prepare a detailed construction cost estimate. Six (6) engineering firms have been solicited to perform this work and two (2) formal proposals have been received and reviewed. It is recommended that the attached Consultant Agreement with Klagge-Stevens and Associates, Incorporated be approved. _- Page Two of Agenda Bill No. %gf FISCAL IMPACT: There are no current appropriations for this project. A design cost estimate is as follows: Engineering Design Fees Geotechnical Investigation and Project Management and Administration $ 11,000 4,000 Total Cost Estimate $ 15,000 Staff recommends that $15,000 be transferred from available funding in Project No. 3254, General Capital Construction Funded Miscellaneous Street Projects, for the design portion of the Manzano improvements. EXHIBITS : 1. Location map. 2. Resolution No. ff-333 appropriating project funds and approving a Consultant Agreement with Klagge-Stevens and Associates, Incorporated for the Design of Street Improvements to Manzano Drive. 3. Consultant Agreement. 'ROJECT NAME MANZANO DRIVE IMPROVEMENTS EXHlBI' 1 1 2 3 4 5 6 7 E 9 1c 11 12 12 14 1: 1E 17 I.€ 1: 2c 21 22 2: 24 2f 2E 27 2E RESOLUTION NO. 88-333 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROPRIATING PROJECT FUNDS AND APPROVING A CONSULTANT AGREEMENT FOR THE DESIGN OF STREET IMPROVEMENTS TO MANZANO DRIVE WHEREAS, the City Council of the City of Carlsbad has funds available in the General Capital Construction Funds Unappropriated Reserves: and WHEREAS, the City Council of the City of Carlsbad has solicited proposals from qualified firms to Design Street Improvements to Manzano Drive: and WHEREAS, the City Council of the City of Carlsbad finds it necessary, desirable and in the public interest to award a Consultant Agreement with Klagge-Stevens and Associates, Incorporated for the design of Street Improvements to Manzano Drive. NOW, THEREFORE, BE IT RESOLVED AS FOLLOWS: 1. That the above recitations are true and correct. 2. That funds in the amount of $15,000 are hereby transferred from the General Capital Construction Funded Miscellaneous Street Improvements, Project No. 3254 to the Manzano Project Account for the design of street improvements to Manzano Drive. 3. That a Consultant Agreement with Klagge-Stevens and Associates, Incorporated is hereby approved and the Mayor and City Clerk are hereby authorized and directed to execute said Agreement. /// 1 2 3 4 5 6 7 8 9 3.0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4. Following the Mayor's signature of the Agreement, the City Clerk is further authorized and directed to forward copies of said Agreement to Klagge-Stevens and Associates, Incorporated and the Municipal Projects Department for their files. PASSED, APPROVED AND ADOPTED at a regular meeting at the Carlsbad City Council held on the 13th day of September I 1988, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Pettine, Mamaux and Larson NOES: None ABSENT: None ($!bJ?L LAUDE A. LE IS, Mayor ATTEST : ALETHA L. FthUTENKRANZ, CitA Clerk (SEAL) AGREEMENT FOR DESIGN SERVICES FOR MANZANO DRIVE STREET 1MPROV"TS THIS AGREEMENT, made and entered into as of the day of September, 1988, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City, I* and Klagge-Stevens and Associates, Incorporated, hereinafter referred to as "Consultant. RECITALS City requires the services of an Engineering consultant to provide the necessary design services for preparation of final plans and specifications for Manzano Drive Street Improvements: and Consultant possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Consultant agree as follows: 1. CONSULTANT'S OBLIGATIONS The Consultant shall perform engineering services to the City in accordance with the terms, conditions, and project scope as specified in the Consultant's Project Proposal dated June 8, 1988, attached hereto as Exhibit I'A*I, which is incorporated by reference and made a part of this Agreement. The Consultant shall perform the following tasks: 1. Meet with City Staff to confirm project requirements and design criteria. Submit project design schedule within one (1) week of notice to proceed. 2 2. 3. 4. 5. 6. 7. 8. 9. Research existing plans and records relating to project site. Review City provided soils and structural section recommendations. Perform field survey to establish centerline and right- of-way lines; prepare topographic survey consisting of cross section data. Prepare preliminary plans with horizontal and vertical alignment of proposed improvements; proposed drainage and traffic control features: preliminary cost estimate. Submit to City Staff for review. Upon approval of preliminary plan by City, circulate plans to utility agencies for review and input concerning affected utilities. Prepare one (1) easement dedication document with legal description and plat map conveying required right-of- way from the one property owner on the south side of Manzano Drive to the City of Carlsbad. Prepare final improvement plans on City of Carlsbad title block mylars. Plans shall include surface improvements, drainage, striping, traffic control and street lighting. Prepare special provisions based on Standards SDecification for Public Work Construction, (Green Book) and City of Carlsbad Standard Provisions. Prepare final Engineer's estimate and proposed constructions schedule. 3 10. Submit final plans, specifications and estimate to City for review. 11. Make revisions and changes as required by City Staff and submit original mylars, special provisions masters and project calculations to the City. 12. Assist City during bid period in responding to contractor questions. Assist City in evaluating bids. Said services shall be performed diligently, in a professional manner, and in accordance with the terms and conditions of this Agreement under the direction of the City Engineer or his authorized representative. 2. CITY OBLIGATIONS The City shall provide: 1. 2. Relevant street drawings and improvement plans to show Blank mylar drawing sheets with City title block. existing conditions. 3. Standard City contract documents. 3. PROGRESS AND COMPLETION The work under this Contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within sixty (60) days of that date. Extensions of time may be granted if requested by the Consultant and agreed to in writing by the City Engineer. In consideration of such requests, the City Engineer will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Consultant, or delays caused by City inaction or other agencies' lack of timely action. 4 4. FEES TO BE PAID TO CONSULTANT The lump sum fee payable according to Paragraph 5, **Payment of Fees,** shall be $11,000. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 7, #*Changes in Work.** 5. PAYMENT OF FEES Payment of fees shall be as follows: 1. Field survey, including right-of-way cross sections. 2. Right-of-way acquisition plat, legal description, topographic plotting. 3. Research, meetings and preliminary plans and cost estimate. $ 3,000.00 2,000.00 2,000.00 4. Final plans, specifications and cost estimate. 4,000.00 Total Design Fees $11,000.00 6. FINAL SUBMISSIONS Within fifteen (15) days of completion and approval of the final design, the Consultant shall deliver to the City the following items: a. Original mylars at scale of the drawings reproducible on standard 24" by 36" sheets. Blank mylars will be provided by the City. b. All final engineering certifications and documents. The plans shall be signed by a Registered Civil Engineer and/or Registered Landscape Architect, as appropriate. 5 7. CHANGES IN WORK If, in the course of this Contract and design, changes seem merited by the Consultant or the City, and informal consultations with the other party indicate that a change in the conditions of the Contract is warranted, the Consultant or the City may request a change in Contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Consultant to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. After reaching mutual agreement on the proposal, a supplemental agreement shall be prepared by the City and approved by the City Council. Such supplemental agreement shall not render ineffective or invalidate unaffected portions of the agreement. Changes requiring immediate action by the Consultant or City shall be ordered by the City Engineer who will inform a principal of the Consultant's firm of the necessity of such action and follow up with a supplemental agreement covering such work. 8. DESIGN STANDARDS The Consultant shall prepare the plans and specifications in accordance with the design standards of the City of Carlsbad and recognized current design practices. Applicable City of Carlsbad Standards and Regional Standards shall be used where appropriate. Copies of such standards shall be obtained from the City of Carlsbad. 9. COVENANTS AGAINST CONTINGENT FEES The Consultant warrants that their firm has not employed or .. 6 retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this agreement, and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Consultant shall comply with the State and Federal Ordinances regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Consultant's failure to prosecute, deliver, or perform the work as provided for in this Contract, the City may terminate this Contract for nonperformance by notifying the Consultant by certified mail of the termination of the Contract. The Consultant, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the City Engineer. The City Engineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Consultant has performed which is usable and of worth to the City in having the Contract completed. Based upon that finding as reported to the City Council, the Council shall determine the final payment of the 7 Contract. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this Contract, shall be reduced to writing by the principal of the Consultant or the City Engineer. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. RESPONSIBILITY OF THE CONSULTANT The Consultant is hired to render professional services of designing and drawings for design of Manzano Drive Street Improvements and any payments made to Consultant are compensation solely for such services. Consultant shall certify as to the a correctness of all designs and sign all plans, specifications, and estimates furnished with Registered Civil Engineer's number, (or Landscape Architect's registration number.) 14. SUSPENSION OR TERMINATION OF SERVICES This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Consultant shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Consultant shall be paid for work performed to the termination date: however, the total shall not exceed the guaranteed total maximum. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. be made in compliance with the Code of Federal Regulations. Compensation to 15. STATUS OF THE CONSULTANT The Consultant shall perform the services provided for herein in Consultant's own way as an independent Contractor and in pursuit of Consultant's independent calling, and not as an employee of the City. Consultant shall be under control of the City only as to the result to be accomplished and the personnel assigned to the project, but shall consult with the City as provided for in the request for proposal. The Consultant is an independent contractor of the City. The payment made to the Consultant pursuant to this contract shall be the full and complete compensation to which the Consultant is entitled. The City shall not make any Federal or 9 State tax withholdings on behalf of the Consultant. The City shall not be required to pay any workers' compensation insurance on behalf of the Consultant. The Consultant agrees to indemnify the City for any tax, retirement contribution, social security, overtime payment, or workers' compensation payment which the City may be required to make on behalf of the Consultant or any employee of the Consultant for work done under this agreement. The Consultant shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this agreement. 16. CONFORMITY TO LEGAL REOUIREMENTS The Consultant shall cause all drawings and specifications to conform to all applicable requirements of law: Federal, State and local. Consultant shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 17. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made to be executed or not. In the event this Contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered J i, 10 forthwith to the City. Consultant shall have the right to make one (1) copy of the plans for his/her records. 18. HOLD HARMLESS AGREEMENT The City, its officers, and employees shall not be liable for any claims, liabilities, penalties, fines, or any damage to goods, properties, or effects of any person whatever, nor for personal injuries or death caused by, or claimed to have been caused by, or resulting from, any intentional or negligent acts, errors or omission of Consultant or Consultant's agents, employees, or representatives. Consultant agrees to defend, indemnify, and save free and harmless the City and its officers and employees against any of the foregoing liabilities or claims of any kind and any cost and expense that is incurred by the City on account of any of the foregoing liabilities, including liabilities or claims by reason of alleged defects in any plans and specifications. 19. ASSIGNMENT OF CONTRACT The Consultant shall not assign this Contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Consultant shall subcontract any of the work to be performed under this Contract by the Consultant, Consultant shall be fully responsible to the City for the acts and omissions of Consultant's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Consultant is for the acts and omissions of persons directly employed by 11 Consultant. Nothing contained in this Contract shall create any contractual relationship between any subcontractor of Consultant and the City. The Consultant shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this Contract applicable to Consultant's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of any architectural, engineering, inspection, construction or material supply contractor, or any subcontractor in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof. No officer, employee, architect, attorney, engineer, or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or other similar functions in connection with the performance of this Contract shall become directly or indirectly interested personally in this Contract or any part thereof. 22. VE RBALLY AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during, or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained nor such verbal agreement or conversation entitles the Consultant to any additional payment 12 whatsoever under the terms of this Contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall insure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first above written. 25. CONFLICT OF INTEREST The Consultant shall file a Conflict of Interest Statement with the City Clerk of the City of Carlsbad in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. 26. INSURANCE The Consultant shall obtain and maintain a policy of liability insurance from an insurance company authorized to be in business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000). This insurance shall be in force during the life of this agreement and shall not be cancelled without ten (10) days prior notice to the City. The City shall be named as an additionally insured on this policy. The Consultant shall furnish a certificate of said insurance to the City upon request. ic 13 IN WITNESS WHEREOF, we have hereunto set our hands and seals. D ASSOCIATES, INC. CITY OF CARLSBAD: - Mayor Title APPROVED AS TO FORM: ATTESTED : Assistant City Attorney City Clerk EXHIBIT "A" MANZANO DRIVE INTERIM STREET ICUPROVEIVENTS CITY OF CARLSBAD 3UNE 8, 1988 I I Klrgg+St.rons & ASSOClrl.8, InC. Sorrento Mesa Design Center 9909 Huennekens Street Suite 110 San Diego, California 92121-2928 (61 9) 455-5225 FAX: (61 9) 452-551 5 TELEX: 4931882 KSA UI Mr. Kenneth Quon, Project Manager City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009-4859 June 8, 1988 Re: REWEST FOR PROPOSAL - "MA"0 DRIVE INTERIM STREET IPW?OVET%NTS" Dear Mr. won: KlaggeStevens & Associates, Inc. is pleased to submit our proposal for the above referenced project. We are extremely interested in providing the required services as we have recently designed similar street improvements including Harbor Drive for the Port District and First and Front Streets for the City of San Diego. Mr. Keith A. Gallistel, Project Director, recently performed work for the City of Carlsbad in his position as project manager for Phase I of Carlsbad Boulevard. Other Klagge-Stevens personnel have also worked in the City of Carlsbad. Members of our staff discussed the project with you and have visited the site to view the existing conditions and have tried to envision the needed improvements for the project. With this input our proposal has been prepared. We are glad to have the opportunity to provide the City of Carlsbad with this proDosal and look forward to working with your office. hael L. St Ifrincipal Civi I Engineer ClOO FWS: jak Enclosures 5 -1 - I KLAGGE-STEVENS 6, ASSOCXAT€S, INC, Klagge-Stevens h Associates, Im. is a multi-disciplined firm offering civil and structural engineering, landplanningand landsurveyingservicesthroughout California and the western states. Our enginwring staff, including eight registered civil engineers, is highly experienced in most aspects of engine- ering, including major street and highway design. All phases of civil engineering are provided by our own staff. Klagge-Stevens places primary .emphasis on work that involves public works and private development and related projects. The areas of expertise that we cannot provide for we fill by engaging consultants whom we have worksd closely with in the past, thereby providing a conplete design team for the particular project . We have in-house experience and expertise in the following areas: 1; 2. 3. 4. 5. 6. 7. 8. 9. 10. Street improvement and renovation plans Studies, reports and feasibility analyses Field inspections and reports Engineering investigation, analyses, cost estimating Site and grading plans Complete surveying and mapping facilities Drainage and flood control Sewer and water systems Master planning of civil facilities Structural engineering analysis and design Klagge-Stevens has computer equipment consisting of a Wang 2200 series cquter, Hewlett-Packard ‘E’ plotter and XBM compatible micro computers which operate the following software: MICAD - cbrmuter aided drafting system with coordinate geometry Cross section plotting Field data collection and transfer Hydrology calculations per County of San Diego standards Storm drain network program for closed conduit analysis Cross sectional earthwork HEC I1 for modeling of bridges and culverts Retaining wall design Vertical curve design Word processing for standard specifications Harbor Drive Rbalicnrnsn t StudV and Preliminary Em inecKinq, San Diw, CA i Real ignment studies for Harbor Drive by the Convent ion Center and Seaport Village. Includes preliminary engineering of Selected alternative. The project involved coordination and involvement with the Port District, Seaport Land Conpany, City of San Diego, EDC, m, and the AT 6 SF Railroad. (In Design) Client: Private Developers and the Port District of San Dieqo. -1 Meadcn&rook Drive and Jamacha Road, San Dim, CA Performed hydrology study, analysis of existing developed conditions with alternatives, cost estimates and final construction plans and right-of-way plats. (Under Construction) Client: me Citv of San Dieqo. Stadiun WaV Intersection, San Dieqo, CA Redesign of Stadium Way and Camino del Rio North intersection, including signal plan, traffic analysis, right- ofway acquisition and mapping and environmental issues such as wetlands in the San Diego River. (Completed) Client: LPI Corporation, San Dieqo. First and Front Streets, San Diw, CA Extension of First and Front streets connecting with Harbor Dr-ive to provide access to San Diego Convention Center and the San Diego Marriott. Responsibilities included right-of-way acquisition, railroad crossings, traffic signals, sidewalks, medians and curbs. Coordination was done with the Port District, ccM=, MlD6, sM;dE, Caltrans, railroad agencies and the California Utilities Commission. (In Design) Client: The Citv of San Di- Grosmt Hasp ital, La Mesa, CA Plans and specifications for the Center Drive and Wakarusa extension. Responsible for the coordination of CalTrans right-of-way, bridge alignment and the prooosed Route 125 extension. Developed +he master plan for parking, traffic circulation, surface parking and parking structures. (In Design) Client: Grossmont Hospital District, La Mesa. Camin0 del Rio North, San Dim, CA ResDonsible for the plans and specific- at ions for the widening and real ignment of Camino del Rio North between Stadium and Milly Way. Provision of design for new freeway offramp utilizing CalTrans standards. (In Design) Client: Hamart Corooration, San Dieqo. -- 1 Klagge-Stevens & Associates, Inc. has assembled a team under the direction of Keith Gallistel to perform this project for the City of Carlsbad. Mr. Gal listel has over 26 years experience in civil and structural engineering including street inprovement projects. Prior to joining Klagge-Stevens last October, MI-. Gal listel was the project engineer for Phase I, Carlsbad Boulevard Improvements. He wi I I d i rect the team menrbers and have overa I I respons i b i I i ty for the project design. Members of the team include: Patricia Stanfield, P.E. Project Engineer. Ms. Stanfield has over 19 years experience in civil engineering and project management, She became acquainted with this area of Carlsbad prior to joining Klagge-Stevens while acting as project manager for the development of various local properties. She is also knowledgeable of the requirements of the local utility companies and can effectively perform any necessary uti lity coordination work. Tim Schad, L.S. Survey Director. Mr. Schad has directed numerous surveys for right-of-way acquisition projects. While having just recently returned to California, he has over ten years experience in the State. Mr. Schad's most recent project that relates to Manzano Drive Imrovenknts was the platting of over five mi les of roads in the Washington D.C. area which involved right-of-way acquisitions to hundreds of parcels. In addition to these individuals, we will assign members of our professional and technical staff as required to complete the project in an expeditious manner. Our current workload can be characterized as medium and we have the available staff to imnediately begin work and fulfill the project schedule required by the City. 1 Keith A. Gallistel Principal Civil Engineer EDUCATION B.S.C.E. Illinois Institute of Technology Chicago, Illinois I ; I L -1 REGI STRATI ON Civil Engineer, California No. 19372 EXPERIENCE Over twenty six years of experience in all aSDeCtS of civil and structural engineering, project planning and construction management including: * Resident engineer on municipal public works construction projects; structural concrete insoector on San Diego Jack Wrphy Stadium and San Diego Comnunity Concourse. Faci I i ties planniOng engineer in City Planning Deoartmnt working with developers to plan and acquire sites for future libraries, fire stations, parks and schools in newly developed areas. * * Structural designer andbridgeengineer, Cityof SanDiegoEngineering Department (six years) and for private engineering consulting firm (eight years). Experience includes planning and design of highway, railroad and pedestrian bridges. Well versed in AASHTO and CALWS bridge design procedures. Extensivedesignexperience in prestressed concrete design (both pre-tensioned and post-tensioned), seismic analysis of bridges, precastand cast-in-placeconcreteconstruction. * Experienced in analysis and design of civi I structures such as: retaining walls (crib walls, masonry and concrete walls), sewer and storm drain, deep and complex junction structures, detention basin inlet and outlet structures, concrete channels, box culverts and arch culverts. * Experience in investigation, analysis and design of waterfront structures such as piers and quaywal Is for the Navy Pub1 ic Works Center, San Diego. * Exoerience in the preoaration of construction documents and speci- fications including the following formats: o Construction Specifications Institute (CSI) o Navy Facilities Guide SDecifications (NFGS) o CALTRANS State Standard Saecifications o Soecifications for Public Works Construction ("Green Book") ,- Page 2 Keith A. Gallistel -1 Responsible for project design and management for the following representative projects : * Inaraham Street Bridqe over Mission Bay Channel, San Dieqo (19861 Principal structural designer of 1188 foot long waterway crossing consisting of two parallel nine span concrete bridges constructed of precast, post-tensioned tee girders (6'-3" high x 132' long), madecontinuous for live loads: superviseddesignof approach roadways and coordinated work of subconsultants (landscape architect, traffic, electrical and geotechnical engineers). Construction was completed in September, 1987 at a cost of $12,000,000. * Gunpowder Pointe Bridqe, Chula Vista (19861 Principal designer for 1 230 foot I ong e I evated roadway cross i ng over endangered species habitat in the San Diego Bay. Construction consists of precast, prestressed concrete slabs on concrete piles with concrete cast-iwplace deck made continuous for live load. Unique features included two horizontal curves (300'and 400' radii) in the bridge and the fact thatethe structure must be constructed "over the top" totally from within the right-of-way (30 feet wide). Scheduled for construction in 1988. * Hazard Center Undercrossing, San Dieqo ( 19851 Design involved a 300 foot I ong cast- i n-p I ace concrete "boat sect i on" roadway under Highway 163 in Mission Valley between-the Hazard Center and Fashion Valley. Structure is subject to inundation and involves a contin- uously operated pumping plant. Structure walls are designed to withstand foundation lateral loads from the freeway bridge above. * Murray Canvon Arch Culvert, San Dieno (1984) Designer of 400 toot long cast-in-place reinforced concrete arch storm drain culvert. A "two-hinged" arch eight feet high and twenty six and a half feet wide, the facility was constructed using a travelling form similar to slip-forming. The top of the arch is one foot below grade and the structure is designed for vehicular live loads being located under an office building parking lot. * Steel Fabricator's Crane Bay, San Dieqo (19831 Designer of 56 foot wide by 160 foot long bridge crane (ten ton caoacity) bay. Construction is welded steel fabricated with rolled shapes. Columns are designed to accomnodate two ton jib cranes in addition to bridge crane loads and structure dead loads. * Las Palmas Ranch Timber Br idqes, Escondido ( 1981) Designer of two timber roadway bridges for residential development. Construction consists of three span, continuous glu-lam beams and laminated timber decking. Page 3 Keith A. Gallistel * Electromaqnetic Pulse Test Facilitv, San Diego (19831 Designer of structure to support and electrically isolate forty ton test equipment vans. Client proposed non-metallic timber platform but tests proved wood to be inadequate insulator. Engineer developed system of supports using six foot tall ceramic high voltage post insulators with lateral su PROFESS1 ON- American Society of Civil California Council of Civ -. port provided by f i berg lass guys. AFFI LI ATX ONS Eng i neers I Engineers & Land Surveyors Based on the Request for Proposal requirements and our past experience with similar projects, we propose the following work program: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. It. Meet with City Staff to confirm project requirements and design criteria. Submit project design schedule within one (1) week of notice to proceed. Research existing plans and records relating to project site. Review City provided soils and structural section recomnendations. Perform field survey to establish centerline and right-of-way lines; prepare topographic survey consisting of cross section data. Prepare preliminary plan with horizontal and vertical alignment of proposed imorovements; proposed drainage and traffic control features; preliminary cost estimate. Submit to City Staff for review. Upon approval of preliminary plan by City, circulate plans to utility agencies for review and input concerning affected utilities. Prepare final block mylars. drainage, striD mprovement plans on City of Carlsbad title Plans shall include surface imrovements, ng, traffic control and street lighting. Prepare special provisions based on Standard Soecifications for Public Works Construction, (Green Book) and City of Car I sbad Standard Pr ov i s i onr . C i ty to prov i de contract document "Bo i I er P I ate". Preoare final Engineer's estimate and proposed constructions schedule. Submit final plans, specifications and estimate to City for rev i ew. Make revisions and changes as required by City Staff and submit original mylars, special provision masters and project calculations to the City. Assist City during bid period in responding to contractor questions. Assist City in evaluating bids. I -1 -- Based on the proposed work program, we estimate to fees to be as follows: A. Survey Services 1. Field survey, including right-of way-cross sections $3,000 2. Right-of-way acquisition plat, legal description, topographic plotting $2,000 Subtota I $5,000 6. Engineering Services 1. Research, meetings and 2. Final plans, specifications preliminary plans, estimate $2,000 and cost estimate $4,000 I Subtota I Total estimated tee C. Items not included: 1. Fees for title reports and guarantees. 2. Permit fees $6,000 $1 1,000 Our proposed schedule is as follows: 1. Survey and Dreliminary design 4 weeks 2. Final plans, specifications and cost estimates 3 weeks The time reauired for City Staff to review project submittals is not included and should be added to the above times. -1 I f 1 v) al Q, LL ul m IIIIIIII I- PI d U'm'ci m Y 1 I I II-I1 I 6 z 0 C 0 r Q W zp ii B IIIIIIII ai I I4 1"l I I c 0 f k !! r 0 0 c P 0 0 b (. 0 0 I 3 0 0 v i 0 0 c c ti tv 2 0 n ? n 0 0 'z 8 9 0 0 c 0 - I 0 c I! f c 0 cv (3 v) CD 0 00 0 0 0 0 tv 0 c E om ro 0- 0 f w a a c a z m 0 !! 0 m m m a ?! a a al c rD m 9 n a m c- L a a - c 2 c i5 n 0 n a 13 It! 0 I ID 0 n s 0 0 ? n 0 0 0 0 0 n 4 0 0 0 0 0 9 0 0 n 0 lv n 0 0 r, 0 1 Ib 3 3 I m 0 e i 0 0 9 a n 3 3 3 S u i ? a r r aD l 0 0 0 a 0 0 n I ia V a Q a 1 In In 0 a n 0 (YN a ON m10a 80 10 10 Of gz Fen o* * x 000 00 0 t c f t 0 0 0 a P W e 9 W 0 ?! YI 0 E I- n m 0 o ?! F 0 0 !!! I- a m '0 m I 9 a 0 P L 2. r) 2 a a 0 0 a 0 0 n 0 :: 0 0 0 PI 9 tl W IL f - 0 0 0 3 a IC1 a 0 a d 8. ? P J' u I 0 m u h a 0 L a h 0 L c * * 0 U 0 v- E 0 c1 0 * 0 :g 00