Loading...
HomeMy WebLinkAbout1997-08-26; City Council; 14315; APPROVAL OF CONTRACT WITH MALCOLM PIRNIE, INC. TO DESIGN PLANS AND SPECIFICATIONS FOR REACHES VC5 THROUGH VC8 FOR VISTA|CARLSBAD INTERCEPTOR SEWER, CMWD 91-403, CONTRACT NO. 31821q a Fi U LL 2 2 0 F: 2 ,I 0 z 3 0 0 - *- i,y42j”, ; !< Le-’ $! s %\ DEPT. HD. AB# I! TITLE; APPROVAL OF CONTRACT WITH MALCOLM MTG. 08/26/97 SPECIFICATIONS FOR REACHES VC5 THROUGH VC8 FOR C’TY ATTY CITY MGR DEPT. CMWD P 0 CITY OF CARLSBAD = AGEN A BILL PIRNIE, INC. TO DESIGN PLANS AND VISTNCARLSBAD INTERCEPTOR SEWER, CMWD 91 -403, CONTRACT NO. 31 821 RECOMMENDED ACTION: Adopt Resolution No. 97- 566 for approval of contract with Malcolm Pirnie, Inc plans and specifications for Reaches VC5 through VC8 for Vista/Carlsbad Intercel CMWD 91-403, Contract No. 31821. ITEM EXPLANATION: Three Requests for Proposals were requested and received to provide the necl design services for preparation of design plans and specifications for replacemer pipelines for Reaches VC5 through VC8 for the Vista/Carlsbad Interceptor Sewer. project consists of 2,250 lineal feet of 36-inch diameter pipeline, 3,000 lineal feet diameter pipeline, and access holes along Jefferson Street and Oak Street. Thref were received, and after review of proposals, the staff selected Malcolm Pirnie, Inc an evaluation of their experience and expertise in the field of civil design. FISCAL IMPACT: The proposed budget for the civil design work is: Funds in the amount of $3,000,000 have been appropriated in the 1997-98 Bud Vista/Carlsbad Interceptor Sewer. The project cost estimated for the civil design s Reaches VC5 through VC8 portion of the Vista/Carlsbad Interceptor Sewer is $64,042 for post design services, and $1 0,674 for contingencies; therefore, there ar funds available for this project. This is a joint project between the Cities of Carlsbad and the City of Carlsbad is responsible for $78,677. Carlsbad will be reimbursed $: the City of Vista. The cost for post design services and contingencies will be apporti the work is authorized by the District Engineer. 1 a 0 Page 2 of Agenda Bill No. 1 qi 31 5 EXHIBITS: 1. Location Map - VistalCarlsbad Interceptor Sewer Replacement Project, CMWD 91-403. 2. Resolution No,q? -666 for approval of contract with Malcolm Pirnie, Inc. to dt and specifications for Reaches VC5 through VC8 for Vista/Carlsbad InterceF CMWD 91-403, Contract No. 31821, and its attachment, the ProfessionE Agreement. VISTA / CARLSBAD INTERCEPTER SEWER REPLACEMENT PROJECT REACHES VC5 THROUGH VC8 Project Ex), N 1 No, 91-403 1 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 78 l9 20 21 22 23 24 25 26 27 28 a 0 RESOLUTION NO. 97-566 A RESOLUTION OF CITY COUNCIL OF THE CITY OF CARLS8AD, CALIFORNIA, FOR APPROVING AN AGREEMENT WITH MALCOLM PIRNIE, INC., TO DESIGN PLANS AND SPECIFICATIONS FOR REACHES VC5 THROUGH VC8 FOR VISTNCARLSBAD INTERCEPTOR SEWER, CMWD PROJECT NO. 91-403, CONTRACT NO. WHEREAS, three Requests for Proposals were requested and received to pro necessary civil design services for preparation of design plans and specifications for f VC5 through VC8 for the Vista/Carlsbad Interceptor Sewer and received responses frc Tech; Dudek & Associates, Inc.; Daniel Boyle & Associates, Inc.; and Malcolm Pirnie, I after review of proposals, the staff recommended Malcolm Pirnie, Inc., based on an e\ of their experience and expertise in the field of civil design; and WHEREAS, the City Council of the City of Carlsbad, California, has deter necessary and in the public interest for approval and acceptance of a proposal from Pirnie, Inc., to design plans and specifications for Reaches VC5 through VC8 for Vista/( Interceptor Sewer, CMWD Project No. 91-403, Contract No. 31821; and WHEREAS, funds appropriated in the amount of $3,000,000 have been appror the 1997-98 budget for the VistalCarlsbad Interceptor Sewer and the project cost estir the civil design services for Reaches VC5 through VC8 portion of the Vista/Carlsbad In Sewer is $213,478, $64,042 for Post Design Services, and $10,674 for contir therefore, there are sufficient funds available for this project; and WHEREAS, the City of Carlsbad is responsible for $78,677 and will be rei $209,516 by the City of Vista; and WHEREAS, the amount of $288,193 shall be appropriated from the Vista/ Interceptor Sewer; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of thc Carlsbad, California, as follows: 1. That the above recitations are true and correct. 1 1 2 3 4 5 ' 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 2. That the attached agreement between Malcolm Pirnie, Inc. and the Carlsbad to provide civil design services for preparation of design plans and specif associated with Reaches VC5 through VC8 for the VistalCarlsbad Interceptor Sewer pr approved and accepted. 3. That the Mayor is authorized and directed to execute the proposed agi between Malcolm Pirnie, Inc. and the City of Carlsbad. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Counc City of Carlsbad held on 26th day of August , 1997, by the follow to wit: AYES: NOES: None ABSENT: Council Member Kulchin Council Members Lewis, Finnila, Nygaard, and Hall ATTEST: ALETHA L. RAUTENKRANZ, City Clerk (SEAL) t e 0 AGREEMENT d 5-- da; THIS AGREEMENT is made and entered into as of the /6 /i.. '\'<j f , 1942 by and between the CITY' OF CARLSBAD, a munic l hereina corporation, hereinafter referred to as "City", and Malcolm Pirnie. Inc. referred to as "Contractor." RE C ITALS City requires the services of a Civil Desiqn Consultant Contra setvices for preparatio ; and Contractor possesses to provide the necessary civil design desicln dans and specifications necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual coven contained herein, City and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS See attached Exhibit "A." --&P?? >/+? rev. 81: 1 . e e 2. CITY OBLIGATIONS The City shall: A. Provide Contractor, in writing, all information relating to Cit requirements for the project. B. Provide Contractor reference materials, as requested in writi and reasonably available. These documents include the I! Master Plan of Sewerage, the 75% design submittal, and the d 1997 Master Plan of Sewage. C. Any other information, as the Consultant's may request in writi and necessary to the successful pursuit of the project contracl D. With reasonable promptness, provide required approvals q decisions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receip notification to proceed by the City Engineer or designee and be completed within hundred eiahtv (180) days of that date. Extensions of time may be grant€ requested by the Contractor and agreed to in writing by the City Engineer or desigr The City Engineer or designee will give allowance for documented and substanti unforeseeable and unavoidable delays not caused by a lack of foresight on the pa the Contractor, or delays caused by City inaction or other agencies' lack of til action. rev. 812 2 I e 0 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the Setvices to be performed shall be two hund thirteen thousand, four hundred seventy eight dollars $213,478. No oi compensation for services will be allowed except those items covered by suppleme agreements per Paragraph 8, "Changes in Work." The City reserves the righ withhold a ten percent (10%) retention until the project has been accepted by the Cil Incremental payments, if applicable, should be made as outlined in attac Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) vear from date thereof. contract may be extended by the City Manager for two (21 additional one (1) periods or parts thereof, based upon a review of satisfactory performance and the C needs. The parties shall prepare extensions in writing indicating effective date length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contr, within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within fourteen (14) days of completion and approval of the Ninetv Pel 190°/.) Plans & Soecifications the Contractor shall deliver to the City the folk items: Ten (IO) sets of 24" & 36" bluelines of the entire set of construction drawir rev. 81: 3 rn 0 Ten (10) sets of specifications Ten (10) sets of cost estimate One (1) set of final mylars with disk of electronic files 8, CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or City, and informal consultations with the other party indicate that a change in conditions of the contract is warranted, the Contractor or the City may request a char in contract. Such changes shall be processed by the City in the following manner: letter outlining the required changes shall be forwarded to the City by Contractoi inform them of the proposed changes along with a statement of estimated change: charges or time schedule. A Standard Amendment to Agreement shall be preparec the City and approved by the City according to the procedures described in Carls' Municipal Code Section 3.28.172. Such Amendment to Agreement shall not rer ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained company or person, other than a bona fide employee working for the Contractoi solicit or secure this agreement, and that Contractor has not paid or agreed to pay company or person, other than a bona fide employee, any fee, commiss percentage, brokerage fee, gift, or any other consideration contingent upon, or resu from, the award or making of this agreement. For breach or violation of this warr: the City shall have the right to annul this agreement without liability, or, in its discre rev. 812 4 0 to deduct from the agreement price or consideration, or otherwise recover, the amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. IO. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regard nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the w as provided for in this contract, the City Manager may terminate this contract nonperformance by notifying the Contractor by certified mail of the termination of Contractor. The Contractor, thereupon, has five (5) working days to deliver : documents owned by the City and all work in progress to the District Enaineer. District Enaineer shall make a determination of fact based upon the documc delivered to City of the percentage of work which the Contractor has performed whic usable and of worth to the City in having the contract completed. Based upon finding as reported to the City Manager, the Manager shall determine the final payn of the contract. This agreement may be terminated by either party upon tendering thirty days written notice to the other party. In the event of such suspension or termina upon request of the City, the Contractor shall assemble the work product and put s in order for proper filing and closing and deliver said product to City. In the eve termination, the Contractor shall be paid for work performed to the termination ( however, the total shall not exceed the lump sum fee payable under paragraph 4. rev. 81; 5 0 0 City Manager shall make the final determination as to the portions of tasks comple and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under 1 agreement, the following procedure shall be used to resolve any question of faGI interpretation not otherwise settled by agreement between parties. Such question: they become identified as a part of a dispute among persons operating under provisions of this contract, shall be reduced to writing by the principal of the Contrac or the City Engineer or designee. A copy of such documented dispute shall forwarded to both parties involved along with recommended methods of resolu which would be of benefit to both parties. The City Engineer or designee or princ receiving the letter shall reply to the letter along with a recommended methoc resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to aggrieved party, a letter outlining the dispute shall be forwarded to the City Counci their resolution through the Office of the City Manager. The City Council may then to consider the directed solution to the problem. In such cases, the action of the Council shall be binding upon the parties involved, although nothing in this procec shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City rnus asserted as part of the contract process as set forth in this agreement and n anticipation of litigation or in conjunction with litigation. The Contractor acknowle rev. 81; 6 0 0 that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. The Contractor acknowledges t California Government Code sections 12650 et seq., the False Claims Act, provides civil penalties where a person knowingly submits a false claim to a public entity. Tht provisions include false claims made with deliberate ignorance of the false informal or in reckless disregard of the truth or falsity of information. If the City of Carlsbad se to recover penalties pursuant to the False Claims Act, it is entitled to recover litigation costs, including attorney's fees. The Contractor acknowledges that the filin! a false claim may subject the Contractor to an administrative debarment proceec wherein the Contractor may be prevented to act as a Contractor on any public wor improvement for a period of up to five years. The Contractor acknowledges debarn by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contra from the selection process. ?binit The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.( 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referenc lnit .T&- #, 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's way as an independent Contractor and in pursuit of Contractor's independent cal and not as an employee of the City. Contractor shall be under control of the City as to the result to be accomplished, but shall consult with the City as provided for ir request for proposal. The persons used by the Contractor to provide services undel rev. 81; 7 0 0 agreement shall not be considered employees of the City for any purposes whatsoevc The Contractor is an independent Contractor of the City. The payment made the Contractor pursuant to the contract shall be the full and complete compensatior which the Contractor is entitled. The City shall not make any federal or state withholdings on behalf of the Contractor or hidher employees or subcontractors. - City shall not be required to pay any workers' compensation insurance unemployment contributions on behalf of the Contractor or hidher employees subcontractors. The Contractor agrees to indemnify the City and the Carls' Municipal Water District within 30 days for any tax, retirement contribution, sa security, overtime payment, unemployment payment or workers' compensa payment which the City and the Carlsbad Municipal Water District may be require1 make on behalf of the Contractor or any employee or subcontractor of the Contra for work done under this agreement or such indemnification amount may be dedu by the City and the Carlsbad Municipal Water District from any balance owing tc Contractor, The Contractor shall be aware of the requirements of the Immigration Re and Control Act of 1986 and shall comply with those requirements, including, bu limited to, verifying the eligibility for employment of all agents, emplo) subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform 1 applicable requirements of law: federal, state and local. Contractor shall provic rev. 81: 8 0 0 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. 16. OWNERSHIP OF DOCUMENTS AI! plans, studies, sketches, drawings, reports, and specifications as her required are the property of the City, whether the work for which they are made executed or not. In the event this contract is terminated, ail documents, PIE specifications, drawings, reports, and studies shall be delivered forthwith to the Ci Contractor shall have the right to make one (1) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the M pursuant to this contract shall be vested in City and hereby agrees to relinquist claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and Carlsbad Municipal Water District and its officers, officials, employees and voIunt( from and against all claims, damages, losses and expenses including attorney arising out of the performance of the work described herein caused in whole or in by any willful misconduct or negligent act or omission of the Contractor, subcontractor, anyone directly or indirectly employed by any of them or anyonc whose acts any of them may be liable, except where caused by the active neglige sole negligence, or willful misconduct of the City of Carlsbad and the Carl: rev. 812 9 0 * Municipal Water District. Contractor shall at its own expense, upon written request by the City and Carisbad Municipal Water District, defend any such suit or action brought against City and the Carlsbad Municipal Water District, its officers, officials, employees i volunteers. Contractors indemnification of City and the Carlsbad Municipal W: District shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any mor due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under contract by the Contractor, Contractor shall be fully responsible to the City for the # and omissions of Contractor's subcontractor and of the persons either direct1 indirectly employed by the subcontractor, as Contractor is for the acts and omissior persons directly employed by Contractor. create any contractual relationship between any subcontractor of Contractor anc City. The Contractor shall bind every subcontractor and every subcontractor subcontractor by the terms of this contract applicable to Contractor's work ur specifically noted to the contrary in the subcontract in question approved in writir the City. Nothing contained in this contract rev. 81: 10 e 0 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the Cit) negotiate, make, accept, or approve, or take part in negotiating, making, accepting approving of this agreement, shall become directly or indirectly interested personallj this contract or in any part thereof. No officer or employee of the City who is authori 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 becc directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of City, either before, during or after the execution of this contract, shall affect or mc any of the terms or obligations herein contained nor entitle the Contractor to additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement, terms, conditions, and provisions hereof shall inure to and shall bind each of the pa hereto, and each of their respective heirs, executors, administrators, successors, assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first wi above. rev. 81: 11 1) e 25. CONFLICT OF INTEREST The City has determined, using the guidelines oi the Political Reform Act and City's conflict of interest code, that the Contractor will not be required to file a conflic interest statement as a requirement of this agreement. However, Contractor her acknowledges that Contractor has the legal responsibility for complying with Political Reform Act and nothing in this agreement releases Contractor from responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the! duration of the contract and and all amendments insurance against claims for injuries to persons or damag property which may arise out of or in connection with performance of the \ hereunder by the Contractor, his agents, representatives, employees or subcontrac Said insurance shall be obtained from an insurance carrier admitted and authorize do business in the State of California. The insurance carrier is required to ha1 current Best's Key Rating of not less than "A-:V" and shall meet the City's polic insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum I indicated herein, unless a lower amount is approved by the City Attorney or Manager: 1, Comprehensive General Liability Insurance. $1,000,000 comt single-limit per occurrence for bodily injury, personal iiijupy and property damage. rev. 81: 12 0 0 submitted policies contain aggregate limits, general aggregate limits shall ap separately to the work under this contract or the general aggregate shall be twice 1 required per occurrence limit. 2, AUtQmobile Liability (if the u8e of' an autamobile is inuo\ued Contractor's work for the City). $1,000,000 combined single-limit per accident for bo injury and property damage. 3. Workers' Compensation and Employer's Liability. Work Compensation limits as required by the Labor Code of the State of California ( Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriatc the contractor's profession with limits of not less than $1,000,000 per claim. Cover shall be maintained for a period of five years following the date of completion of work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under agreement contain, or are endorsed to contain, the following provisions. 1. The City and the Carlsbad Municipal Water District shall be na as an additional insured on all policies excluding Workers' Compensation Professional Liability. 2. The Contractor shall furnish certificates of insurance to the before commencement of work. 3. The Contractor shall obtain occurrence coverage, excli rev. 812 13 0 0 Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement : any extension thereof and shall not be canceled without 30 days prior written noticc the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance covera required herein, then the City will have the option to declare the Contractor in breact may purchase replacement insurance or pay the premiums that are due on exk policies in order that the required coverages may be maintained. The Contract( responsible for any payments made by the City to obtain or maintain such insur: and the City may collect the same from the Contractor or deduct the amount paid any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to rec written notice on behalf of the City and on behalf of the Contractor in connection the foregoing are as follows: For City: Title William E. Plummer. District Enuineer Name Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad. California 92008 rev. 81 14 0 0 For Contractor: Title Paul L. Findley, Vice President Name Malcolm Pianie, Inc. Address 703 Palomar Airport Road, Suite 150 Carlsbad. California 92009 ArchitecVLicense Number: RCE 26189 Architect/ License Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for duration of the contract. Ill Ill Ill 111 111 Ill Ill Ill Ill Ill Ill Ill Ill rev. 81: 15 0 e 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to contemplated herein, embody the entire agreement and understanding between parties relating to the subject matter hereof. Neither this agreement nor any provis hereof may be amended, modified, waived or discharged except by an instnrrnen writing executed by the party against which enforcement of such amendment, waive discharge is sought. Executed by Contractor this /’5’ .&- day of A~~~LTJ 7 ,195 CONTRACTOR: CITY OF CARLSBAD, MALCOLM PIRNIE, INC. Assistant Secretary ATTEST: (print name/title) BY .2Jfi * &e. /p - /- Douglas (smn M. here) Owen, Vice Pres.ident /i(4e;txu-&k ,J P-, :‘iee-pr&std ent ALETHA L. RAUTENKRANZ (print name/title) City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If on1 officer signs, the corporation must attach a resolution certified by the secretary or assistant sec under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By ,bkk/$k?d,+ Deputy City Attorney rev. 81 16 0 0 STATE OF CALIFORNIA 'I I BS. COUNT/ OF -.,/IN h/Lhc I I- 7 On S In\ I I before me, ,u liy 1 21 i_l It 7>+L/"_./ / L&'I C DATE dAME AND TITLE OF OFFICER personally appeared \DL UL?Lrt 5 4 c IliC id NAME(S) OF SIGNER(S) @ personally known to me - OR uproved to me on the basis of satisfactory evidence to be the person(s) w idare subscribed to the within instrument and acknowledged to me that helsheithey executed the same I authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity I which the person(s) acted, executed the instrument. WITNESS my hand and official seal. +Litcl (. LLq (This area for official notary seal SIGNATUdE OF NOTAkY Title or Type of Document ?~~~~~L~f&b dlJ/:Li PlCfUT Date of Document No. of Pages I (6 Signer(s) other than named above < CMWD 91-403 0 0 bV'\ p 0% STATE OF wm 1 COUNNQF cs\4. c;ca?b J ES. before me, -n -4 . c\O&c;q Tpc \ NAME AND Tins OF CFFICER On %-\\-97 personally appeared TwN v v-\c\\nq DATE - \ N@JE(S) OF S[GNER(S) )(personaliy known to me - OR aproved to me on the basis of satisfactory evidence to be the person(s) wl102 idare subscribed to the within instrument and acknawledged to me that helshdthey executed the same in t authorized capacity(ie8). and that by hidherftheir sjgnafure(s) on the irstrument ths person(e), or the entity upc which the person@) acted, executed the instrument. WITNESS my hand and offidal seal. (This area for officiat notary seal.) i I Title or Type of Daarrnent c h W%\ L* PC, Date of Document NO. of Pages \\ 0 Signer(s) other than named above c #-+sack CMWD 91-403 C EXHIBIT"A" 0 Scope of Work TMK 1 PROJECT MANACEMEXI' Truck Broject Progress and Schedule Perform overall project management, monitor budgets, and provide a detailed project schedule using Microsoft Project which will be updated monthly. MonlklyPPppogtessMcefings initial project kick-off meeting. The project manager will attend monthly project meetings with CMWD including the Cootdinotion Meetings These meetings will be in lieu of the regular monthly meeting and will IikeIy be more technically oriented. These meetings may be with the City of Carisbad, CMWD, City of Vista, cM&rD's geotechnical consultant, or utility districts. These meetings will typically be attended by the project manager and project engineer or subconsultant. Also included in this task will be the preparation of a meeting summary that will be distributed to CMWD's project manager and all attendees. Pub&! Meetings The project manager will attend up to 4 public meetings to support CMWD stag. This task indudes the effort for exhibit preparation as well as attendance at meetings. &hWnSu l!d~QgMd Malcolm Pirnic will have total responsibility for the administration and technical and financial aspects of this project, including overall management and coordination of the project's sub-consultants. Under this task, our Project Manager will provide direction, coordinate the efforts, track the progress, and administer the contracts of the various subconsultants. Project DacumentWion Communication is most effective if it is accurately documented and distributed for the benefit of the entire project team, both internally and externally. The objective of this documentation is to provide concise summaries of each major decision that will keep the entire project team up to date and will serve as the basis foi implementation of subsequent work efforts. Copies of all memos, letters, telephone conversation reports, etc. will be provided to CMWD project manager. c *I * 0 0 TASK 2 PRELCMNARY DESIGN Darn Collrciinn and Rerearch ChWD w~ll provide a blueline copy of all available existing >[x! xcf utlllty phn\ and the 1991 draft set of drawings of the VistdCarlsbsd Interceptor Sewer Malcolm Pimie will perform rcscarch with all other pubtic utilities such as telephone, gas, electric, and cable TV. Included in this task will be the identification of adjacent property ownership and assessor parcel numbers. Also included is field reconnaissance to venfy field condiuons and taka photogaphs and video tape of the project site. swvcy Investigate County and City rcuxds, obtaining copies of record maps and documents within the project arca Determine location of control monuments and benchmarks necessary to establish survey control based on N.A.D. 83 State Plan Coordinates. Provide Horizontal and vertical control for the panel locations for the site mapping areas as directed by the photogrammetrist. Perform any office calculations to reduce the field data and balance the survey. Perform a field survey of Jefferson Street from Las Rores Drive to Oak Avenue, and a portion of Oak Avenue from Jefferson Street to Roosevelt Street. The survey will locate sufficient monumentation to establish the existing property lines, public rights-of-way and easements. Office calculations will be performed directly refated to the survey. An AutoCAD Release 13 drawing file of the survey will be prepared outlining the property, right-of-way and easement lines. In addition, drawings will also show found monuments, course bearings and distances. Conduct a field survey locating existing Sewer manholes of the pipelines being replaced, storm drains crossing the alignment and any marked out utilities encountered during thc survey. Provide field surveying for the horizontal and venicd location for utilities being potholed. Excavation will be performed by others as coordinated by Malcolm Pirme. Traffic control for potholing is available but not included in the fee proposal. Provide approximately 5,500 linear feet of aerial mapping of the alignment with coq.er3ge being a 200-foot wide strip. The mapping will be prsrxed x a scale L ' = 40'. nith 1' contour intends in AutoCAD Release 13 forrnx. lli mapping u ili k preF3red in ~ccordance with the National Slap Xccurac? Stlr.223 0 0 Vera Srwer Hydraulics Meet with Encina Water Pollution Control Staff to discuss and evaluate the current peak capacity of the Ruena Vim Pump Tation and thp caphilits Tor eupansion. Review the current rnasterpl~n for criteria Jnd Jssumptions used to develop potential flows into the interceptor from intermediate connection points. Use these flow data to verify the hydraulics of the proposed interceptor sewer and portions of the existing interceptor sewer which will remain in service. Provide recommendations for mitigating potential mimimum velocity problems. Provide the results and recommendations to the CMWD in a technical memorandum Prepare PreiWary (30%) Plans and Specifkations This includes the development and evaluation of alignment and phasing alternatives, selections of pipe materials and preparation of base drawings incorporating all existing utilities and propcrty ownership onto the aerial topography. Drawings will be prepared using AutoCAD release 13. The product deiiverab1e wiU be 10 blueline sets of the topographic basc sheets with the recommended horizontal alignment. Limited profile information will be shown on this 30% set due to the accelerated time schedule. A letter or technical memo wiU accompany the drawings in order to convey concerns, questions, and possible solutions. Traffic Conmi will be addresd in a technical memo identifying staging plans that will be utilized for the preparation of traffic control plans. The written staging plans will define, by block the proposed method of handling MIC control. Specifications will be in CSI format and will be prepared in Microsoft Word. QNQC of drawings and specifications will be performed by Malcolm Pirnie's Technical Advisor. P~eibnhwy C0dfi-e An Engineer's Estimate of Robable Construction Costs will be prepared. The format provided will be a standard line item estimate with quantity, unit cost and total cost provided. The estimate does not include a break down between material, equipment, and labor. The estimate will be prepared using hlicrosoft Excel 5.0. Product Deiivsrables: e e 10 sets of specifications e 10 sets of 24" X 36 ' blue!i~=s of F!F~!IRC d:i.l,~.<> 10 sets of cost cstimxcr 0 a .' * Traffic Control memo TASK 3 FNAL DESIGY (TO%, 90%. A.\D Fl3.iL) Prepare Final Plum and Specifications This inciudes the preparation of all construction drawings and the incorporatioa of review comments from the 30%. 70%. and 90% submittals in order to provided CMWD with a complete set of bid documents. The drawings will be prepared at a scale of 1" = 40' horizontally and 1" = 4 vertically. An estimated drawing list is included at he end of hs scope of work and identifies the anticipated drawing effort involved. CityICMWD standards and San Diego Regional Standard Drawings will be used to the extent possible and will typidy bc incorporated by reference. Detail drawings will include City standards that rcquin modifications, site specific details, sections and all other areas that require grcaur detail in order to facilitate construction. A check list will be provided with each of the submittals that identifies information that is outstanding and that will be incorporated before the drawings are developed to 100%. It is anticipated that structural engineering design will be Limited to one detail drawing for special sewer junction structures. landscape architect is included as part of the project team. Landscape restoration may be necessilIy in areas wbcrc the trench excavation or work area extends beyond the curb line. However, since this effort can not be defined until an alignment is established, this effort is not included in the fee proposal. QNQC of drawings and specifications will be preformed by Malcolm Pimic's Technical Advisor, Cost Btimda (70% 90%, d Find) An Engineer's Estimate of Probable Construction Costs will be prepand. The format provided will be a standard line item estimate with quantity, unit cost and total cox provided. The estimate does not include a break down between material. equipmenr. and labor. The estimate will be prepared using Microsoft Excel 5.0. *, 0 a 4 + Product Dclib crablc., e 10 rr-tr nf J 1 ' y 76'' ~I~.ii~n~i I -.., - # ~f t5c t'ntirc r:! of XX~C:~ iraainq; at 707 jnd til)'- ;c t \e *,I, 10 jets of Splticmons 10 sets of the cost estimate at 70% ,go%, and final I set of final rnylars with disk of electronic files TASK 4 STORM WATER POLLUTION PREVENTION PUN Prepare a stormwater pollution prevention pian (SWPPP) and monitOr€ngplarr which complies with all of the requirements of the Regional Water Qu&y Control Board's NPDES permit for '?)ischarges of Storm Water Runod[ Associated with Construction Activity". Assist the CMWD In the prtparption of the Notice of Intent (Nor) which must be filed with the State Water Resources Control Board. Product Deliverable: 0 5 copies of the draft SU'PPP. 3 copies of the final SWPPP. 0 TASK 5 POST DESIGN SERVICES Bid Phase AssistMcc Assist CMWD with preparation of the solicitation of bids, attend the prc-proposal meeting, and evaluate the bids received and qualifications of the appamt low bidder. Also provide assistance to CMWD in preparing responses to inquiries from prospective bidders and preparation of addenda. Construction Phaw Services Provide office support of construction activities which shall be limited to review of submittals and responses to "request for information". Site visits which an necessary in order to prepare responses are included in this task. Assistance in the preparation of addenda is also included. Prepare Record Drawing5 "As-BuiIt" drawin~s n 111 be prepared from the Contractor's Record Drawing set and will be certified as "As-Built" in accordance with Sections 6735.5 and 6735.6 of the Business 3nd Prcf?.; crib Cc& of C?!-fornta. .. 0 0 TASK 6 SPECWL SERVICES I his task includes additional effort tvhich may be necessary as the project dc\ elopr. Sen ices will not be performed under this task without development of a work order, fee proposal and authorbahoa from the CMWD. These sped services may include but are not limited to the preparation oltrafllc control plans for potholing, NPDES dewatering pcdt msbt2nct, rttcndansc it additional public meetings, or additional design &€orb not prtvroltsIy ideatifled. to i Traffic Control Plan 21 i Traffic Control Plan 22 ! Traffic Control Plan 23 * Traffic Conwol Details !I :I jl 23 ' Tiaffic Control Details .- ...-. -- !{ .:I: . . \- ?u- _.- > - ;- .-.-a ,. m 0 I- y a : xz 20 OS IW v)W !?$ 2" "P 84 0% zy $2 aa ' 554 03 =E z Qw aa I-K ma UQ: ma kc3 ww >- ea WU I- > tu GI Ea 8 i > J IQ 310 1g:g 18 c e .lVi-n,vi $J ZQ? z 6 ,Ei a I:?. CD r;: v) g= 9,Pg,g3,3 wc i 3; ;I 2 ; *,E ,$ 31 $1 0 .r $.; v I if4 1 u) cv- 8B 3: .I* gh .I. 1 J .I. 81 3 fa'! GT- iur fir _I li 8,+ /go$ 3 -1 8 b I* SI 6 9' sjzz,-- !2 3. .$ 4 - 8 $i- L 4 ; \ \ HUH HH H d 4 CI 8: v 3 5 3 z E H -1- njwqn yi n *I* nl B - E X v)cD =lz *s *Y)***'U H U** Y) n 'a 3 In 0 Q u) $* f 8: - 3 i i! 8 I- 19 :$ 8 ' Q i, -1 s! 8*5? s gF i cy: N /wIw "i2 l* z3 &= fl c. s p-M c J yc 3% Yc W 2$ ;k ;j* wc)ww Y)* Y) gd JQ 2. $ a 22 5, i(I) !*!(I) i:L 13 52 F $; Lr e' ~~wAL I te b 4 '3% R fi w cv r- ,-io!. I ' /, ,I z cy. 2- t~ i ,i * i* :* i* I 0 L I w * 1- 1- 0 ~ 22 2- ** H* 5 3 e3 =2 -t ad f <- i 'Y) 'U * H :w 3 a E * c Nl - 0 4 -+ 01 y 2,m.,l+~4 fti 8 j * o. P w c CD Cb I *? Q $2 3 -5 g$! E: ,. 1% 1; w 0 (I) n ,* * ,I I. 1'1 I' "1 (3 - z- 0' i (" 2* 3' 1- 0 I A cp b- =!;-I- ol u! I* s 3 EI nrw ti x ei n tc 3 3 I i gli; +b s$ t., 8 i ~ (~(i e;e 5 5 hd (r $9 !E$ 2P *" - a 4 - a3 Id Q+- - uJ%, a z = =)> If : v) ac -J \i, ** ?L: A= u*d b -5z oC?p r E v) 3 " u i r = gb I* 2; $r 23 i2;'cal <!< c kt 41 v) W > I 'a Ad - 0 0 aa I= m (PO c z.2 2c;z / 6 : t dF a -0 'c $ =,2 IC 0 W S? 2 j LIZ u zl2 ls a a 3 tf s- & 1: f UJ b 3. z :, 1.; 'yb 15 g w -- -- Y c1* <g I& 0 Lfl U 6: Fa c. 5 +lk- 12 z b * * -I! , A; ,- 0 8 August 27,1997 TO: FROM: KAREN KUNDTZ, DEPUTY CITY CLERK William E. Plummer, District Engineer PROFESSIONAL SERVICES AGREEMENT BETWEEN MALCOLM PIRNIE, IN\ AND THE CITY OF CARLSBAD TO DESIGN PLANS AND SPECIFICATIONS FO REACHES VC5 THROUGH VC8 FOR VISTNCARLSBAD INTERCEPTOR SEWEF CMWD PROJECT NO. 91-403 Attached is the original copy of the subject document for signatures of the City 4 Carlsbad. This item is listed as agenda bill #14,315 on the August 26, 1997, Ci Council Agenda. Please return a fully executed copy of the agreement to Sanc Schuck for further processing with the purchasing department and for District's records Sincerely, da,GQik%%.-/ WILLIAM E. PLUMMER, P.E. District Engineer WEP:sjs attachment CMWD 91-403 ,-7 ,. / ' ;"..' e Gs- -