Loading...
HomeMy WebLinkAbout1993-03-23; City Council; 12126; APPROVAL OF CONSULTANT AGREEMENT FOR COMPLETION OF DESIGN OF CANNON ROAD FROM PASEO DEL NORTE TO FARADAY AVENUE* a w 7 0 G a- B. 4 z 0 F 0 a 1 0 z 3 0 0 ,&%-. cw OF CARLSBAD - AGE~A BILL %5 i ed kc? AB # I x; j a 6 TITLE: APPROVAL OF CONSULTANT AGREEMENT DEPT. CITY P MTO. DEPT. ENG CITY N RECOMMENDED ACTION: FOR GQMPLETION QF DESIGN OF GANNON ROAD 3/23/93 FROM PASEO DEL NORTE TO FARADAY AVENUE Adopt Resolution No. 9 3 -6 0 approving a consultant agreement with Crosby, Benton and Associates for the completion of the design of Cannon Road from Pas Norte to the future extension of Faraday Avenue. ITEM EXP LAN AT1 0 N : In 1987, property owners proposing to construct Cannon Road from Car Country Cai to the east City limits attempted to form an assessment district. The project was d into four sections, designated Reach 1 through Reach 4. Reach 1 covered the s from Car Country Carlsbad to the future extension of Faraday Avenue, including a I over Macario Canyon. Reach 2 was the portion from Faraday Avenue to El Caminc Reach 2 was previously designed and permitted as a part of the Kelly Ranch develol proposal. Reaches 3 and 4 were from El Camino Real to the east City limits. As F their preparation to form the district, the developers contracted with several dii consultants to provide the necessary investigations, reports, studies and design se, for the preparation of construction plans for the proposed assessment district. Cr Mead, Benton and Associates were selected to perform the Reach 1 work. proceeded through late 1990, when the attempt to form the assessment district colk due to poor economic conditions. Work on the construction drawings was stopped staff continued working with resource agencies which were close to granting nece permits, a process that usually takes several years to complete. All permits for Re have been obtained at this time. Reach 1 of Cannon Road consists of the construction of that portion of the road to arterial standards consisting of four traffic lanes, bicycle lanes, sidewalks, street light a raised landscaped median. Also included is the construction of a bridge over M: Canyon. Because of its cost, the bridge has proven to be a major obstacle t successful formation of an assessment district to finance the construction of the After long and arduous negotiations with resource agencies, the impacts o construction of the bridge on sensitive habitat have been satisfactorily resolved. Federal Senate Bill S 12 introduced in the US. Senate, titled "lnfrasfrucfure Growfh Employment Acf of 199s: would make federal funds available for these typ projects. The Act sets very strict time limits from the time the bill is enacted to the si construction. A set of rules for the program will be issued within 30 days after enaci of the Act. A final determination to approve or disapprove a project will be made witt days of receipt of the application. Grants will be made only for projects for whic applicant gives satisfactory assurance that, if funds are available, on-site labor wor begin within 90 days of project approval. As mentioned above, before the work was stopped, Crosby, Mead, Benton and Assoc was the consultant involved in the design of Reach 1 of Cannon Road. They are nc a unique position to complete the design and prepare the construction documents timely manner. Due to the time constraints associated with the possible grant of fe funds, staff has negotiated with Crosby, Mead, B nton and Associates and rea agreement on the cost of completing the proje t design and the preparatic construction plans and specifications. 1 0 0 f Page 2 of Agenda Bill No. Id, j ah In order to make Reach 1 of Cannon Road a prime candidate for a grant of federal f under the aforementioned Act, staff recommends that City Council approve accompanying resolution authorizing the Mayor to execute an agreement with Crc Mead, Benton and Associates to complete the design of the project. Environmental Review: The Environmental Impact Report for Cannon Road, Reach 1 (EIR 87-2) was certifie City Council Resolution No. 89-21 2 on June 27, 1989. California Coastal Commission Review: The California Coastal Commission issued a Notice of Intent to Issue Permit for this PC of Cannon Road on November 17, 1989. Two one-year extensions have been grz since then. The Coastal Commission identified several mitigating measures for the imi that the construction of the proposed bridge over Macario Canyon will have on we and riparian areas. These mitigation measures have been addressed in the prepar of the mitigation plan and will be the subject of a separate presentation. California Department of Fish and Game Review: The City and the California Department of Fish and Game reached agreement regar proposed stream alteration on December 20, 1989. Several mitigating measures ’ identified and incorporated into the mitigation plan. U.S. Army Corps of Enaineers’ Review: The Department of the Army issued a permit to construct the bridge over Macario Cai on September 4, 1992. This concluded several years of review and negotiations. mitigation measures identified in the permit are reviewed below. Mitiaation Measures Review: The City holds permits from Fish and Game, the Coastal Commission and the Army C of Engineers for construction of the road. The permits differ somewhat in their mitig< requirements, but the net effect is that impacts to the riparian (creek) habitat due tc road must be mitigated by creation of new riparian habitat in another suitable locatic a specified ratio. W the mitigation is installed a sufficient time for the plants to flourish in advance o impact, the permits allow a 1 to 1 ratio. If the mitigation is installed concurrent witt impact, a 5 to 1 ratio applies. It was the City’s previous decision that the 1 to 1 ratio w be more cost effective and should be pursued, with construction of Cannon Road to c at an unknown time in the future. However, if we are able to take advantage of the pre federal funding opportunity, the mitigation could not be installed and mature to a ’ acceptable to the resource agencies prior to the impact. Therefore, staff is now evalu: the alternatives available for providing mitigation on a 5 to 1 ratio. 0 0 Page 3 of Agenda Bill No. /a, /ab The site previously selected for the 1 to 1 mitigation was an upstream portion of the creek through City owned land in Macario Canyon. A key consideration is the impr the City’s future ability to construct recreational facilities in Veteran Memorial Park. to 1 mitigation plan would have had an impact on one ballfield, but this was deter1 to be an acceptable loss. Mitigation at a 5 to 1 ratio may have a more significant ii on the feasibility of future recreational development in the park. It is too soon to what the precise effect will be. This can only be determined by further biological ar of potential mitigation sites in the creek. As an alternative to mitigation in Macario Canyon, staff will be discussing wii permitting agencies the possibility of mitigation in other appropriate sites within tht Alternative sites include Buena Vista Creek, Lake Calavera, Calavera Creek, Encinas C Sunny Creek, and Encinitas Creek. It is not known whether any of these sites woi acceptable to the permitting agencies. The alternative sites, with the exception 01 Calavera, are not owned by the City. Acquisition costs for these properties will I important consideration. Nevertheless, the alternatives are worth exploring simultanc with further examination of Macario Canyon. Due to the tight time frames inherent in the federal funding, a point may be rea& which mitigation site selection cannot be delayed. In that event, if no alternative si1 been approved by both the City and the permitting agencies, Macario Canyon u remain as the site which has been approved by the agencies. In light of this possi the Community Development Department will work closely with the Parks and Recrc Department to evaluate ways in which the park design could be modified to minimizt of useable recreational acreage. Wiaht-of-Wav Status: Reach 1 of Cannon Road traverses through three parcels of land. The right-o required to construct the project has been obtained from the parcel owned by the C; Company. The City presently owns a blanket easement that allows us to con: Cannon Road on SDG&E property. Negotiations have been finalized with SDG&E fc dedication of a location-specific right-of-way on their parcel. The dedication docun have been prepared and will be executed in the near future. The third parcel i: Macario Canyon Park owned by the City. The City will need to dedicate its portion ( right-of-way for public road purposes. General Plan Consistency: The Planning Commission Determination for General Plan Consistency was approve May 17, 1989. FISCAL IMPACS: Funds in the amount of $200,000 have been previously appropriated from the Trans Proposition A Sales Tax fund for work on Cannon Road and are available in Accoun 342-820-1 842-31 84. 0 0 - Page 4 of Agenda Bill No. 11; I2Q The attached consultant agreement with Crosby, Mead, Benton and Associates for completion of the design of Cannon Road from Paseo del Node to Faraday Avenue be performed for a fixed fee, not to exceed $1 00,000. Staff recommends approval oi attached consultant agreement. EXHIBITS: 1. Location Map. 2. Resolution No. 4 3-60 approving a consultant agreement with Crosby, Mead, Be and Associates for the completion of the design of Cannon Road from Paseo del Nor Faraday Avenue. 3. Consultant agreement with Crosby, Mead, Benton and Associates €or Project 3184, Cannon Road - Reach 1. LEGEND PROJECT EXISTING STREET FUTURE STREET 111111 . 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 . 27 28 e 0 RESOLUTION NO. 93-60 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT AGREEMENT WITH CROSBY, MEAD, BENTON AND ASSOCIATES TO COMPLETE THE DESIGN OF CANNON ROAD FROM PASEO DEL NORTE TO FARADAY AVENUE WHEREAS, the City Council of the City of Carlsbad finds it necessary, desirat: the public interest to direct preparation of plans, specifications and cost estimate: construction of Cannon Road from Paseo del Norte to Faraday Avenue; and WHEREAS, Crosby, Mead, Benton and Associates is uniquely qualified to pel preparation of said plans, specifications and cost estimates; and WHEREAS, a consultant agreement with Crosby, Mead, Benton and Associates prepared for a sum that will not exceed $1 00,000; and NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of ( California, as follows: 1. 2. That the above recitations are true and correct. That a consultant agreement between the City of Carlsbad and Crosb Benton and Associates is hereby approved and the Mayor and City Clerk are author directed to execute said agreement for a sum that will not exceed $100,000. Ill Ill Ill 111 111 Ill Ill Ill Ill - 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 a 0 3. The City Clerk is further authorized and directed to forward copies of tht agreement to Crosby, Mead, Benton and Associates, 5650 El Camino Real, Suite 200, C California 92008, attention George L. Benton, Principal, as well as the City Engii processing. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City held on the 23rd day of MARCH , 1993 by the following vote, to wit: AYES: NOES: None ABSENT: Council Member Kulchin Council Members Lewis, Stanton, Nygaard, Finnila A'ITEST: & (SEAL) March 26, 1993 Mr. George Benton Principal and Executive Vice President 5650 El Camino Real, Suite 200 Carlsbad CA 92008 RE: Consultank Agreement for Design of Cannon Road, Reach 1 The Carlsbad City Council, at its meeting of March 23, 1993, adopted Resolution No. 93-60, approving a Consultant Agreement with Crosby, Mead, Benton and Associates for the Design of Cannon Road, Reach 1. Enclosed is an original agreement and a copy of Resolution No. 93- 60 for your files. wkRa;Gku? ALETHA L. RAUTENKRANZ, CMC City Clerk ALR: ijp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280 e e AGREEMENT FOR DESIGN SERVICES FOR THE CONSTRUCTION OF CANNON ROAD FROM PASEO DEL NORTE TO FARADAY AVENUE THIS AGREEMENT, made and entered into as of the 25th day of MARCH , 1923by and between the CITY OF CARLSBAD, a municipal corporatio hereinafter referred to as "City", and CROSBY, MEAD, BENTON AND ASSOCIATES, California corporation, hereinafter referred to as "Consultant". RECITALS City requires the services of a civil engineering consultant to provide the necessai design services for preparation of final plans, specifications and cost estimate for tl- construction of Cannon Road from Paseo del Norte to Faraday Avenue; and Consultai possesses the necessary skills and qualifications to provide the services required by tt- City; NOW, THEREFORE, in consideration of these recitals and the mutual covenant contained herein, City arld Consultant agree as follows: 1. CONSULTANT'S OBLIGATIONS Prepare complete plans, specifications and cost estimate for the construction c Cannon Road from Paseo del Norte to Faraday Avenue per attached Exhibit "AI a directed by the City. Exhibit "A" is hereby incorporated and made a part of thii agreement. Rev. 6/10/9: e. e 2. CITY OBLIGATIONS The City shall provide copies of the road right-of-way dedication documents Except for the items covered per Paragraph 1, the City will coordinate and obtai required permits and approvals from resource agencies. The City will endeavor to retur plancheck submittals within a two week period. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt 0’ notification to proceed by the City and be completed within seventy (70) days of thai date. Extensions of time may be granted if requested by the Consultant and agreed tc in writing by the City Engineer or his representative. The City Engineer or his representative 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. FEES TO BE PAID TO CONSULTANT The total shall not exceed the fee payable according to Paragraph 6, “Payment of Fees,” and shall not exceed $100,000. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” 2 Rev. 6/10/92 @ ? 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof, Tt-. contract may be extended for two (2) additional one (1) year periods or parts thereo based upon satisfactory performance and the City's needs. 6. PAYMENT OF FEES Consultant shall be paid monthly based upon percentage of work completed c the fixed fee tasks and on a time and material basis of the not-to-exceed tasks as showi in attached Exhibit "6". Exhibit "B" is hereby incorporated and made a part of thi. agreement. 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the work, the Consultant shall deliver to the City the following items: A. Completed improvement plan rnylars, including street improvements, Macaric Canyon Bridge, grading, erosion control, and landscape and irrigation plans. 6. Road cross-sections on reproducible media. C. Project specifications, including special provisions; one typed original and one computer disk file readable by DOS version of Wordperfect (Release 5.1). D. Engineer's cost estimate and earthwork quantity take-off. 3 Rev. 6/10/92 * @ - 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Consultant or the City and informal consultations with the other party indicate that a change in the condition: 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. A supplemental agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.1 72. Such supplemental agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Consultant warrants that their firm has not employed or 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 fees, gift, or contingent fee. 4 Rev. 6/10/92 e e 10. NONDISCRIMINATION CLAUSE The Consultant shall comply with the State and Federal laws regardir nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Consultant’s failure to prosecute, deliver, or perform the work i provided for in this contract, the City may terminate this contract for nonperformance t notifying the Consultant by certified mail of the termination of the Consultant. Tt Consultant, thereupon, has five (5) working days to deliver said documents owned by tt City and all work in progress to the City Engineer. The City Engineer shall make determination of fact based upon the documents delivered to City of the percentage work which the Consultant has performed which is usable and of worth to the City having the contract completed. Based upon that finding as reported to the City Manage the City Manager shall determine the final payment of the contract. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreemer the following procedure shall be used to resolve any question of fact or interpretation nc otherwise settled by agreement between parties. Such questions, if they becorr identified as a part of a dispute among persons operating under the provisions of th contract, shall be reduced to writing by the principal of the Consultant or the Cii Engineer. A copy of such documented dispute shall be forwarded to both partic involved, along with recommended methods of resolution which would be of benefit t both parties. The City Engineer or principal receiving the letter shall reply to the lettc 5 Rev. 6/10/S e 0 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. 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 lump sum fee payable under paragraph 4. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. 14. 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 6 Rev. 6/10/92 0 0 the result to be accomplished, but shall consult with the City as provided for in thc request for proposal. The Consultant is an independent contractor of the City. The payment made to thc Consultant pursuant to the contract shall be the full and complete compensation to whicl the Consultant is entitled. The City shall not make any Federal or State tax withholding: 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 indemnif! the City for any tax, retirement contribution, social security, overtime payment, or worker2 compensation payment which the City may be required to make on behalf of th 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 ani Control Act of 1986 and shall comply with those requirements, including, but not limitel to, verifying the eligibility for employment of all agents, employees, subcontractors an1 consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Consultant shall cause all drawings and specifications to conform to i: applicable requirements of law: Federal, State and local. Consultant shall provide i necessary supporting documents, to be filed with any agencies whose approval necessary. The City will provide copies of the approved plans to any other agencies. 7 Rev. 6/10/! @ 0, 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications, regardless of t medium on which they exist, as herein required are the property of the City, whether t work for which they are made be executed or not. In the event this contract terminated, all documents, plans, specifications, drawings, reports, and studies shall delivered forthwith to the City. Consultant shall have the right to make one (1) copy the plans for his/her records. 17. REPRODUCTION RIGHTS The Consultant agrees that all copyrights which arise from creation of the wo pursuant to this contract shall be vested in City and hereby agrees to relinquish all clair to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT The City, its officers, and employees shall not be liable for any claims, liabilitic penalties, fines, or any damage to goods, properties, or effects of any person whatevr nor for personal injuries or death caused by, or resulting from, any intentional or neglige acts, errors or omissions of Consultant or Consultant’s agents, employees, I representatives. Consultant agrees to defend, indemnify, and save free and harmless tk -City and its officers and employees against any of the foregoing claims, liabilitie penalties or fines, including liabilities or claims by reason of alleged defects in any plar and specifications, and any cost, expense or attorney’s fees which are incurred by tl City on account of any of the foregoing. 8 Rev. 6/10/! 4 0 0 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 o indirectly employed by the subcontractor, as Consultant is for the ,acts and omissions o persons directly employed by consultant. Nothing contained in this contract shall creatc any contractual relationship between any subcontractor of Consultant and the City. Thc Consultant shall bind every subcontractor and every subcontractor of a subcontractor bl the terms of this contract applicable to Consultant’s work unless specifically noted to thl 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 ti negotiate, make, accept, or approve, or take part in negotiating] making, accepting] c approving of this agreement, shall become directly or indirectly interested personally i this contract or in any part thereof. No officer or employee of the City who is authorize in such capacity and on behalf of the City to exercise any executive] supervisory, ( similar functions in connection with the performance of this contract shall become direcl or indirectly interested personally in this contract or any part thereof. + 9 Rev. 6/10/< 0 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the C either before, during or after the execution of this contract, shall affect or modify any the terms or obligations herein contained nor entitle the Consultant to any additio payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terr conditions, and provisions hereof shall insure to and shall bind each of the parties here and each of their respective heirs, executors, administrators, successors, and assigr 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written abo 25. CONFLICT OF INTEREST The consultant shall not file a conflict of interest statement with the City Clerk accordance with the requirements of the City of Carlsbad conflict of interest code. 1 disclosure categories shall be categories N/A . 26. INSURANCE The Consultant shall obtain and maintain policies of general liability insuran automobile liability insurance, and a combined policy of worker's compensation i employers liability insurance from an insurance company authorized to do business in 10 Rev. 6/10 4 0 a State of California which meets the requirements of City Council Resolution No. 91-403 in an insurable amount of not less than one million dollars ($1,000,000) each, unless a lower amount is approved by the City Attorney or the City Manager. This insurance shall be in force during the life of this agreement and shall not be canceled without thirty (30) days prior written notice to the City sent by certified mail. .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... .... Rev. 6/10/9 11 0 e The City shall be named as an additional insured on these policies. The Consultan shall furnish certificates of insurance to the City before commencement of work. Executed by Consultant this I s +’ 4 14 =@I day of &AQLbl ,193 CONSULTANT: CITY OF CARLSBAD, a municipal CROSBY, MEAD, BENTON AND ASSOCIATES, a California Corporation (name of Consultant) ,I L - j .-,+ ‘i By!.. ( f [/*, I r ,/’ /. I yf b ‘(sign tiere) ,,j // ATTEST: GEORGE BENTON (print name here) (title and organization of signatory) PRINCIPAL AND Ex6.r mi vz lkpRgJ. ALETHA L. RAUTEN City Clerk .-a (print name here) SECRETARY (title and organization of signatory) 1 (Proper notarial acknowledgment of execution by CONSULTANT must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. I only one officer signs, the corporation must attach a resolution certified by the secretary 01 assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL I 1- ’I City Att BY L. Deputy City Q. Attorney L 3.+q3. 12 Rev. 6/10/92 3 e e The City shall be named as an additional insured on these policies. The Consultanl shall furnish certificates of insurance to the City before commencement of work. Executed by Consultant this Is +? 4 IC?-& day of MARcbl ,193. CONSULTANT: CITY OF CARLSBAO, a municipal CROSBY, MEAD, BENTON AND ASSOCIATES, a California Corporation (name of Consultant) ;i. * , ,-I--; .//-- B+. C %I d; 1 1 '--I // /I .;I-. '(sign here) /i ATTEST: I GEORGE BENTON (print name here) / PRINCIPAL AND Ex~r ur I vlz HC& P.&& rganization of signatory) ALETHA L. RAUTEN City Clerk CAPACITY CLAIMED B Though statute does not require fill ~n tho data holnytAmnn-c (name of Nopry Public) personally appeared L c-@G c Tcd7JY pL,I*c ,PAL +&.T-' c& -7-3 W-,J :- j .c e-* WC 27LI RrrJ I/Bn NUMBER OF PAGES r-,<nn" LI*TIr-,II*I .,,-.TI n., 1 nn-,., *T..... ^^^ - 4 @ 0 . SCOPE OF WORK CANNON ROAD - REACH 1 PROJECT NO. 3184 TASK 1 4 Submit to the City, one (1) copy of all existing drawings, reports, calculations, and pertinent information of work performed to date. Review and update existing improvement plans for conformance with current City and applicable standards. Prepare new title and details sheets. Improvements tc include grading, erosion control, street, drainage, sewer, and water. 4 4 Prepare cross-section sheets showing existing ground and proposec improvements at least every 100 feet or at closer intervals when changes in terrair or design grades warrant it. Prepare detailed quantity calculations for excavation and embankment. Prepare detailed calculations and summary sheet of Engineer’s Cost Estimate anc incorporate into Project Cost Estimate. Prepare Project Cost Estimate to include consultant’s and subconsultants’ cos estimates. Project Cost Estimate should use same description, order and units as bid list. Submit to the City one (1) typed original and one (1) computer disk fill readable by DOS version of Lotus 123 (release 2.4) of approved Project Cos Estimate. Submit to the City eight (8) copies of plans for each plancheck and original mylar for final approval. 4 4 4 4 TASK 2 4 Review and update existing water improvement design for conformance wit1 current Carlsbad Municipal Water District standards. Prepare detailed calculations and summary sheet of Engineer’s Cost Estimate anc incorporate into Project Cost Estimate. 8 TASK 3 4 Review and update existing hydrology and hydraulic study. Review impacts c drainage improvements. Submit two (2) copies of study for each plancheck an two (2) copies of the approved study. EXHIBIT A . e e w SCOPE OF WORK Page 2 of 3 CANNON ROAD - REACH 1 TASK 4 4 Submit to the City one (1) copy each of existing Woodward-Clyde Consultani reports: Geotechnical Investigation for Proposed Cannon Road - Reach 1, date September 26, 1988, and Geotechnical Investigation Cannon Road Bridge Ovt Macario Canyon, dated January IO, 1989. Obtain services of City approved Geotechnical Engineer to perform surfici reconnaissance, excavate a minimum of five (5) test pits along the road alignmen obtain a soil sample from each location, perform R-value testing on the five (! samples, review existing Woodward-Clyde Consultants’ reports listed above, an update said reports by letter addenda presenting test results, conclusions, an1 recommendations. Submit two (2) copies of updates for each plancheck and two (2) copies of fin: approved updates. Incorporate recommendations into project design where applicable. 4 + 8 TASK 5 4 Prepare striping and signing plans in conformance with City and applicabl standards. Screened photomylars of improvement plan may be used as a bas€ Incorporate these plans into Improvement Plan set and include in submittals. Prepare Engineer’s Cost Estimate and incorporate into Project Cost Estimate. 4 TASK 6 4 Obtain services of City approved Landscape Architect to prepare landscape an( irrigation plans, specifications and cost estimate for street median landscaping. Incorporate these plans into the improvement plan set and the cost estimate intc the Project Cost Estimate and include in submittals. 8 TASK 7 4 Submit to the City one (1) copy of all existing drawings, reports, calculations, am pertinent information of worked performed to date on the Cannon Road Bridgc over Macario Canyon. rt . P * 0 w SCOPE OF WORK Page 3 of 3 CANNON ROAD - REACH 1 TASK 7 (Continued) 4 Obtain services of City approved Structural Engineer to review and update existing plans, specifications and cost estimate for Cannon Road Bridge over Macaric Canyon. Incorporate these plans into the improvement plan set and the cost estimate intc the Project Cost Estimate and include in submittals. 4 TASK 8 4 4 Incorporate specifications prepared by Landscape Architect and Structurs Engineer and applicable recommendations from the Geotechnical Engineer intc the project specifications. Submit to the City eight (8) copies of project specifications for each plancheck Submit to the City one (1) typed original and one (1) computer disk file readablt by DOS version of WordPerfect (Release 5.1) of approved project specifications Prepare project specifications and contract documents. 4 TASK 9 + TASK IO 4 t Coordinate services of subconsultants for the project. Coordinate with SDG&E for access to their facilities for serving street lights. Perform field survey, as directed in writing by the City, to locate existing SDG& facilities . Prepare, as directed in writing by the City, profiles of existing and propose ground along alignments of existing and proposed SDG&E facilities. Prepare SDG&E-related documents and/or studies as directed in writing by th City. + + - e, 1 c w FEE SCHEDULE FOR PROJECT NO. 3184 CANNON ROAD - REACH 1 EXHIBIT B Page 1 of 1