Loading...
HomeMy WebLinkAbout1999-03-23; City Council; 15107; Poinsettia Lane Bridge Widening ProjectCh OF CARLSBAD - AGENDAiLL q45 Aj@ 9B# 3107 MI-G. 3123199 DEPT. ENG TITLE- L APPROVAL OF AN AGREEMENT WITH DOKKEN ENGINEERING TO PROVIDE ENGINEERING SERVICES FOR PRELIMINARY ENGINEERING, GEOTECHNICAL INVESTIGATIONS, AND ENVIRONMENTAL STUDIES FOR THE POINSETTIA LANE BRIDGE WIDENING PROJECT, PROJECT NO. 3551 CITY hlGR.Z@ RECOMMENDED ACTION: Adopt Resolution No. 9 9 - 77 approving an agreement with Dokken Engineering to provide engineering services for preliminary engineering and environmental studies for the Poinsettia Lane Bridge Widening Project, Project No. 3551. ITEM EXPLANATION: The Poinsettia Lane Bridge Widening Project is proposed to widen the existing bridge over the San Diego Northern Railroad right-of-way and Poinsettia Lane between Avenida Encinas and Carlsbad Boulevard. The existing south half of the bridge completed in 1983 consists of one traffic lane in each direction and sidewalk on the south side. The proposed widening will complete the bridge to accommodate a cross-section for a Major Arterial roadway. The combined bridge will carry two lanes of traffic in each direction, two 8-foot bicycle lanes, two 5-foot sidewalks, and raised median. Poinsettia Lane will be completed to Major Arterial standards between Avenida Encinas and Carlsbad Boulevard. Included in the project are storm drain improvements and sewer relocation in Poinsettia Lane. Additionally, the project incorporates the construction of a 12-inch waterline in Poinsettia Lane between Avenida Encinas and Carlsbad Boulevard (project no. 3442) a pressure reducing station and a 1Zinch recycled waterline. Water improvements are being merged into this project to maximize coordination and realize savings in design and construction costs. Seven design consultants responded to the Request for Qualifications and were evaluated based on their experience and expertise in preliminary engineering, environmental studies and preparation of plans, specifications and estimates on similar types of projects. Dokken Engineering was determined to be the best qualified applicant by a five-person selection committee. Only the preliminary engineering and environmental studies are being recommended for approval at this time. FISCAL IMPACT: The proposed budget for the engineering services is $142,000. Funds in the amount of $300,000 have been appropriated for the work. Sufficient funds are available for this work. ENVIRONMENTAL IMPACT: The agreement being forwarded for approval is for preliminary design services including topography survey, geotechnical investigations and environmental studies, which have no environmental impact. The preliminary engineering will provide the engineering data necessary to support the environmental studies. The environmental studies will be utilized by the City of Carlsbad in making environmental findings to comply with CEQA requirements on this project. The environmental work needs to be completed before final engineering can begin. EXHIBITS: 1. 2. Location Map. Resolution No. $9 c 99 for approval and acceptance of an agreement with Dokken Engineering to provide engineering services for preliminary engineering and environmental studies for the Poinsettia Lane Bridge Widening Project, Project No. 3551. 3. Agreement for Preliminary Engineering and Environmental Studies for Poinsettia Lane Bridge Widening Project, Project No. 3551, with Dokken Engineering. SIT NOT TO SCALE CITY OF PROJECT NAME PROJECT EXHIBIT POINSETTIA LANE BRIDGE WIDE/VIA/G NUMBER 3551 I UKAWN BY: JAMES GALE, CITY OF CARLSBAD ENGINEERING DEPT. 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 99-99 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH DOKKEN ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES FOR PRELIMINARY ENGINEERING AND ENVIRONMENTAL STUDIES FOR THE POINSET-I-IA LANE BRIDGE WIDENING PROJECT, PROJECT NO. 3551. WHEREAS, the City Council of the City of Carlsbad, California, has determined it necessary and in the public interest to approve and accept an agreement with Dokken Engineering for professional engineering services for preliminary engineering and environmental studies; and WHEREAS, the Engineering Department requested Statements of Qualifications to provide professional engineering services for preliminary engineering, environmental studies and preparation of plans, specifications and cost estimates from twenty-two private firms interested in providing engineering services for the Poinsettia Lane Bridge Widening, Project No. 3551, and received responses from seven firms and after review of the proposals, staff is recommending Dokken Engineering as the best qualified firm for preliminary engineering, environmental studies and preparation of plans, specifications and cost estimates based on their experience and expertise on similar types of project; and WHEREAS, total project cost estimated for the preliminary engineering and environmental services is $142,000; and WHEREAS, funds in the amount of $300,000 have been previously appropriated for the Poinsettia Lane Bridge Widening Project and there are sufficient funds available for this project; and WHEREAS, the Mayor is hereby authorized to execute the proposed agreement for II engineering services with Dokken Engineering for preliminary engineering and environmental studies. Iii Ill Ill Ill Ill 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the agreement with Dokken Engineering for engineering services to provide engineering services for preliminary engineering and environmental studies for the Poinsettia Lane Bridge Widening Project, a copy of which is attached as Exhibit 3, is hereby approved. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 23rd day of March I 1999 by the following vote, to wit: AYES: Council Members Lewis, Hall, Nygaard and Kulchin NOES: None Al-TEST: ALETHA L. RAUTENKRANZ, City Clerk) (SEAL) AGREEMENT FOR PRELIMINARY ENGINEERING AND ENVIRONMENTAL STUDIES FOR POINSETTIA LANE BRIDGE WIDENING PROJECT NO. 3551 THIS AGREEMENT is made and entered into as of the a3 rd day of MnrA , 193, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and DOKKEN ENGINEERING, a California corporation, hereinafter referred to as “Contractor.” RECITALS City requires the services of an engineering Contractor to provide the necessary design and environmental services for preparation of preliminary design, environmental services, and final design; and Contractor 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 Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS See attached Exhibit “A”. 2. CITY OBLIGATIONS The City shall: A. Provide contractor with one (1) digital copy, on 3-l/2” diskette, of City Standard Special Provisions for Specifications in Microsoft Word, Version 7.0 format. -1 - rev. 2/26/99 B. Provide one (1) copy, on 3-l/2” diskette, of City title sheet in Autocad Release 14 format. C. Provide one (1) reduced set of as-builts plans for the existing bridge (reduced as-built plans are of poor quality and may not be complete). D. Expeditious review of plans in conformance with the design schedule. 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 one hundred eighty (180) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works Director. The Public Works Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $142,000. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” -2 - rev. 2/26/99 5. DURATION OF CONTRACT This agreement shall extend for a period of two (2) years from date thereof. The contract may be extended by the City Manager for two (2) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within ten (10) days of completion and approval of the preliminary plans and reports, the Contractor shall deliver to the City the following items: A. A digital copy of the preliminary plans in Autocad Release 14 format on 3-l/2” diskette or other digital storage device as approved by the City. B. One (1) set of preliminary drawings, ink on mylar or other media acceptable to the City, on 24” x 36” sheets for the road and bridge widening. Plans shall be at a scale of 1” = 40” or other scale as approved by the City. C. One (1) set of hard copy reports. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A -3 - rev. 2/26/99 letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, 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. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the -4- rev. 2/26/99 Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the Public Works Director. The Public Works Director shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor 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 Manager, the Manager shall determine the final payment of the contract. 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 Contractor 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 Contractor 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 I City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These -5 - rev. 2/26/99 provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. k!l!K : (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Ii!!!! (Initial) 13. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. -6 - rev. 2/26/99 The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor 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. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor 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. -7 - rev. 2/26/99 16. 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 be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct, or negligent act, or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 19. ASSIGNMENT OF CONTRACT The Contractor 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 Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts -8 - rev. 2/26/99 and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’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 this agreement, shall become directly or indirectly interested personally in -this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or 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. VERBAL 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 entitle the Contractor to any additional payment whatsoever under the terms of this contract. -9 - rev. 2/26/99 23. c Subject to the provisions of Paragraph 17, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure 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 written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a -10 - rev. 2/26/99 current Best’s Key Rating of not less than “A-:V” and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. -11 - rev. 2/26/99 6. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. -12 - rev. 2/26/99 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with For Contractor: the foregoing are as follows: For City: Title Name Address Title Name Address Architect/License Number: Architect/License Number: 28. BUSINESS LICENSE Public Works Director Lloyd 6. Hubbs 2075 Las Palmas Drive Carisbad, CA 92009-l 576 Project Manager Richard T. Liptak 3914 Murphy Canyon Blvd., Suite A-153 San Diego, CA 92123 c 40887 Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision -13 - rev. 2/26/99 -. hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this day of CONTRACTOR: DOKKEN ENGINEERING, INC. (sign here) v v ATTEST: LL4.LtL2 (G?aJLiL ALETHA L. RAGTENKRANZ 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 only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL city ArOlmey rev. 2/26/99 -14 - EXHIBIT “‘A” SCOPE OF WORK for Poinsettia Lane Overhead Widening A. PreIiminary Design 1. 2. 3. 4. 5. 6. 7. a. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. Topographic mapping and surveying control. Topography shall meet National Map accuracy standards. The survey control shall include property lines and City boundary for the entire project length. Mapping and survey data shall be NAD 83 compatible. Preliminary engineering to refine the alignment and prome. Preliminary design of roadway including size and location of drainage facilities, type and location for utility lines and lighting. Preliminary siting of the new bridge abutments and piers. Bridge advance planning studies for proposed structure, including three span and single span alternates. Construction cost estimates for each alternate to be included. Bridge General Plan for selected alternate. Preliminary stage construction and trafBc handling plans. Design and analysis of 40-scale for intersections at Poinsettia Lane/ Carlsbad Boulevard and Poinsettia Lane/Avendia Encinas. Research of all existing and proposed utilities affected by the project and identification of those utilities requiring relocation as a result of the proposed project. Work with the affected utilities in the rerouting of utilities needing relocation. Coordinate sewer, water and recycled water requirements with CMWD. Preliminary layout and estimates for sewer, water and recycled water. Identification of easements required by the new roadway; including slope easements, drainage easements, utility easements and construction easements. Landscape Concept Plan. Perform geotechnical studies and prepare reports for roadway and structure design. Coordinate preliminary design and construction constraints/requirements with railroad agencies. Determine Contractor’s allowable staging areas and access. Coordinate design and construction requirements for environmental approval. 19. Determine existing right-of-way limits adjacent to project and determine addition right-of-way required for project. 20. Perform design surveys to verify topo mapping and to gather design data for profile and conforms. 21. Determine existing and future traffic volumes. 22. Pothole existing utilities to determine their physical sire, location and elevation. B. C. Environmental 1. Screen check Initial Study/Mitigated Negative Declaration (IS&IND) 2. Draft IS/MND 3. Final MND 4. Community Meetings and Public Hearings by Dokken Engineering 5. Permitting Final Design (For information only - not included in this agreement) 1. 2. Preparation of Plans, Specifications and Cost Estimate. Prepare plans in ink on mylar, or other media acceptable to City, on screened topographic map using scales of 1” = 40’ horizontal and 1” = 4’ vertical or 1” = 8’ vertical as agreed to prior to plan preparation. Provide one set of approved final plans in digital format compatible with AutoCAD Eel. 14 or current version in use at the time plans are prepared. Digital drawings shall be on 3 W” floppy disks or other media approved by the City. Provide one set of mylar plans of final drawings. 3. 4. Include in the improvement a typed list of contract items to be included in the Contract Documents. Estimate and bid item list to have identical item descriptions, compatible with Standard Specifications for Public Works Construction (SSPWC!), and identical unit values. Submit detailed calculations and summary sheet of Engineer’s Estimate for construction. 5. Prepare hydrologic and hydraulic reports to City standards. 6. Prepare erosion control plans. 7. Prepare phasing and traffic control plans. 8. Prepare striping and signing plans 9. Prepare structure plans 10. Prepare city street lighting plans. 11. Prepare planting and irrigation plans. - 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. Prepare water line plans, specifications and estimate. Prepare sewer line plans, specifications and estimate. Prepare recycled water line plans, speciEcations and estimate. Prepare technical specifications, including standard and special provisions. Provide printed original and electronic copy in Microsoft Word Version 7 to the City. Specifications in Greenbook format only. Provide to the City Project Manager, in a timely manner, copies of telephone conversations reports, meeting minutes, transmittals and correspondence. Provide fifteen (15) sets of bluelines of plans at 30%, 70% and 90% plancheck submittals. Provide fiReen (15) copies of the technical specifications and cost estimates at 70% and 90% plancheck submittals. Coordinate design with Carlsbad Municipal Water District (CMWD) where applicable. Provide plans to affected utility companies and assist City Project Manager with coordination for relocation of facilities required to be relocated due to the roadway construction. Coordinate design and construction requirements with railroad agencies. D. Project Management (For information only - not included in this agreement) 1. Project meetings shah include an initial project kick-off meeting with monthly meetings until the project is complete. 2. Prepare a detailed project schedule using Microsoft Project, or other approved soaware of the preliminary and &al design phases. The project schedule shall be updated monthly and with each submittal and be provided to City Project Manager sticiently prior to the monthly meetings for adequate review. 3. 4. 5. Quality assurance review. Prepare semi-monthly (2 per month) progress reports detailing work accomplished during period and work anticipated for next period. Prepare meeting minutes and record of conversations for all project related meetings and phone conversations. - COST ESTIMATE Poinsettia Lane Overhead Widening A. Preliminary Design Firm Comments Total Dokken Engineering Lintvedt, McCall Daniel Boyle Engineering JL Patterson AGRA Earth & Environmental Linscott, Law & Greenspan ADL Planning AU tasks, except those noted below $35,000 Project Management $14,000 Determine and set ground control Topo mapping Determine existing RN Design surveys Pothole Utilities Coordination & Preliminary Design for CMWD Bailroad Coordination, Agreements Geotechnical Reports Provide traf6c data Determine lighting Landscape Concept Plan Total $1,cJo0 $5,500 $2, loo $4,800 $820 $13,650 $7,900 $16,915 $2,000 $m.m 81,000 $105,500.00 B. Environmental Firm Dokken Engineering Comments Community Meetings & Public Hearings Total $960 LSA Associates, Inc. Total $36,500.00 Subtotal Preliminary Design A. & Environmental B. $142,000.00 C. Final Design (For information only - not included in this agreement) Firm Dokken Engineering Commenta Total All tasks, except those noted below $133,160 Daniel Boyle Engineering CMWD Sewer, Water & Recycled $33,980 Water,P.R. Station JL Patterson Railroad Coordination $3,200 Linscott, Law & Greenspan Lighting Plans $4,038 ADL Planning Landscape Plans $10,000 Total $184,500.00 D. Project Management (For information only - not included in this agreement) Firm Dokken Engineering Comments Total 20 h&month for 5 months $11,000 Total !$11,000.00 Subtotal Final Design C. & Project $196,600.00 Management D. TOTAL $337.600.00 OPTIONAL TASKS (EXHIBIT “A”) (To be negotiated, as necessary) 1. 2. 3. 4. 5. Right-of-Way Maps and Legals Right-of-Way Acquisition Services Environtiental Services above and beyond IS&END clearance CDP Permitting ($800.00 estimated) Community Meetings/Public Hearings involvement by LSA personnel ($3,700.00 estimated) ALL-PURPOSE ACKNOWLEDGMENT •~e~*-*-e~*~a~*-* ~*~m~0~~~*~0~0~8~rn i I 0 I l I l 1 l I l I l I l I l I l I l I l I l I l I l I l I 0 I l I 0 I l I 0 I l I ? State of California County of QUZWLLb ss. On MCX~G~ 12, 99 beforeme, Im(i-Qrchar& , (DATE) ARY) I personally appeared 3T. Tk cud SIGNER(S) q personally known to me - OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the witbin instrument and acknowledged to me that h&he/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed tbe instrument. WITNESS my hand and official seal. * L-d4 NOTARY’S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPAClTY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTIONOFAlTACH.EDDOCUMENT L! lNDIVIDUAL I 0 I l I 0 I l I l I l I l I l I a I 0 I l I a I l I l m COI$PORATEX;mCJ i&CL -5 TITLE(S) ’ 0 PARTNER(S) q ATTORNEY-IN-FACT q TRUSTEE(S) Cl GUARDIAN/CONSERVATOR Cl OTHER: i I ;30 l NUMBER OF PAGES I 0 I i DATE OF DOCUMENT I * SIGNER IS REPRESENTING: , I l \LJ?,ftr\c, OTHER I ? I- l ~O~*-o-o~O-m- l ~m-o-o-o APA 11’94 VALLEY-SIERRA, 800-362-3369 March 29,1999 Dokken Engineering Richard Liptak, Proj. Eng. 3914 Murphy Canyon Blvd., Suite A-i 53 San Diego, CA 92123 ~A&~EElitlEN~~@%t PfjELlMlNARY ENGINEERING & ENVlR&MdlENTAL STUdlES - POlNSE~lA LN, BRIDGE WIDENING; PROJECT 3551 II Enclosed for your reference are copies of Carlsbad City Council Agenda Bill No. 15,107, and Resolution No. 99-99. These documents went before the City Council on March 23, 1999, when the Resolution was adopted, approving an agreement with your company. Also enclosed is an original and fully executed agreement for the above referenced project. If you have any questions regarding your Final Map, please call Glen Van Peski, in the Engineering Department, at (760) 941-9500. Kathleen D. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 * (760) 434-2808 @