Loading...
HomeMy WebLinkAbout2000-06-06; City Council; 15756; Street Lighting And Landscape Alga RoadCITY OF CARLSBAD - AGENDA brLL 1~. ‘- J” h * AB# ki; -?..tdo TITLE- APPROVAL OF CONSULTANT AGREEMENT WITH BE~RYMAN & HEN~GAR FOR ENGINEERING SERVICES FOR DEPT. HD. 6@- ’ MTG. 6/06/00 PHASE III OF STREET LIGHTING AND MEDIAN LANDSCAPE CITY All-Y. DESIGN ON ALGA ROAD AND MEDIAN LANDSCAPE DESIGN DEPT. ENG ONLY ON ALTISMA WAY, PROJECT NOS. 36161 AND 36371 I RECOMMENDED ACTION: Adopt Resolution No. dm - 1 7 1 approving a consultant agreement with Berryman & Henigar for engineering services required for Phase III for Street Lighting and Median Landscaping design on Alga Road from El Camino Real to El Fuerte and Median Landscaping design only on Altisma Way from Alicante Road to Caringa Way. ITEM EXPLANATION: The purpose of this project is to upgrade the street lighting on Alga Road to meet minimum City standards for a major arterial roadway as well as to improve the landscaping in the median on both Alga Road and Altisma Way to provide a more aesthetic appearance of both roadways. The current lighting and landscaping was constructed when the area was under San Diego County jurisdiction. The street lighting and median landscaping along Alga Road has been proposed for several years, but was only recently included in the Capital Improvement Program budget. Property owners in the area recently requested the median landscaping along Altisma Way. On May 11, 1999, the City Council approved a consultant agreement with Berryman & Henigar for engineering services on Phase I and II of this project. Phase I included the conceptual design and ultimate configuration of the future improvements (up to 30 percent design submittal for the street lighting and median landscaping improvements) in order to obtain information for the preparation of environmental documents. Phase II included the environmental analysis of the project. During the 30 percent submittal (Phase I), the scope of the project was changed to (i) eliminate a portion of the work for median landscaping on Alga Road from El Camino Real to 4,663 feet east of the intersection with El Camino Real; (ii) add work on Alga Road consisting of replacement of the median curb in the area of median landscaping; and (iii) eliminate a portion of the work for the project on Altisma Way. Amendment No. 1 to the consultant agreement was executed for this change resulting in a $11,071 increase in the fee from $47,947 to $59,018. The property owner (currently Villages of La Costa) will be required to construct the median landscaping improvements on Alga Road from El Camino Real to 4,663 feet east of the intersection with El Camino Real as a condition of approval for development of the vacant land north of Alga Road. Both Phase I and II are now complete and the Planning Director has determined that the project is exempt from the California Environmental Quality Act (CEQA) as a Class 1 Categorical Exemption. Staff recommends approval to proceed with Phase III, the preparation of final plans, specifications and cost estimates, identified as the 70, 90, and 100 percent submittals in the attached consultant agreement, Exhibit 3. The proposal from Berryman & Henigar for these Phase III services has been reviewed by staff and is acceptable. Staff recommends that the City Council approve the attached consultant agreement with Berryman & Henigar for Phase III engineering services for this project, identified as 70, 90, and 100 percent submittals, as described in the attached consultant agreement, Exhibit 3. Page 2 of Agenda Bill No. IO’, 756 ENVIRONMENTAL: This project has been determined to be exempt from the California Environmental Quality Act (CEQA) as a Class 1 Categorical Exemption. Pursuant to the State CEQA Guidelines, Section 15301 (Existing Facilities) the project involves the minor alteration (i.e. new median landscaping, replacement of median curb, replacement of street lighting, new sidewalks, and related physical improvements all within the existing street right-of-way) involving no or negligible expansion of use. The Planning Director will file a Notice of Exemption following the City Council’s action on this project. FISCAL IMPACT: The fee for the 70, 90, and 100 percent submittal, as shown in the attached design contract with Berryman & Henigar, is $99,563 ($23,431 for street lighting plus $76,132 for median landscaping). This fee of $99,563 plus the previously approved fee of $47,947 for Phase I and II plus the cost of Amendment No. 1 for $11,071 results in the total fee of $158,581. Sufficient funds are available in the project account. The entire project, including construction costs, has a current appropriation of $1.654 million ($0.604 million Gas Tax funds and $1.05 million General Capital Construction funds). EXHIBITS: 1. 2. Location Map. Resolution No. 4000- \ 7lapproving a consultant agreement with Berryman & Henigar for Engineering services for Phase III of street lighting and median landscape design on Alga Road and median landscape only on Altisma Way, Project Nos. 36161 and 36371. 3. Consultant agreement for Berryman & Henigar. NOT JO SCALE CIM OF OCEANSIDE ICINITY AP NOT TO SCALE PROJECT NAME STREET LIGHTING AND MEDIAN LANDSCAPING DRAWN BY: SCOT1 EVANS, CARLSBAD ENGINEERING DEPT. 5/17/1X pN;O;;;; EXHIBIT 3676 3637 I C: \CAPITAL\PETERSON\3616-3637 3 RESOLUTION NO. 2000-171 A RESOLUTION OF THE CR-Y COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT AGREEMENT WITH BERRYMAN & HENIGAR FOR ENGINEERING SERVICES FOR PHASE Ill OF STREET LIGHTING AND MEDIAN LANDSCAPE DESIGN ON ALGA ROAD AND MEDIAN LANDSCAPE DESIGN ONLY ON ALTISMA WAY, PROJECTS NOS. 36161 AND 36371. 6 WHEREAS, this project has been determined to be exempt from the California 7 Environmental Quality Act (CEQA) as a Class 1 Categorical Exemption; and 8 WHEREAS, the City Council of the City of Carlsbad has previously appropriated funds 9 required for this project in the Capital Improvement Program; and 10 WHEREAS, a proposal has been solicited for the design of this project from a qualified 11 engineering firm; and 12 WHEREAS, a mutually satisfactory fee for the services has been negotiated; and 13 WHEREAS, Berryman & Henigar was selected as uniquely qualified to perform 70, 90, 14 and 100 percent submittal engineering services for this project for a fee of $99,563 and that sufficient funds are currently available in the project account; and 15 WHEREAS, the consultant agreement with Berryman & Henigar has been prepared and 16 submitted herewith. 17 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, I8 California, as follows: 19 1. That the above recitations are true and correct. 20 2. That the consultant agreement with Berryman & Henigar for 70, 90, and 100 21 percent submittal of engineering services for this project as described in the attached contract is 22 hereby approved and the Mayor is hereby authorized and directed to execute said agreement. 23 " Iii 24 Ill 25 Ill 26 Ill 27 Ilf 28 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 - 3. Following the Mayor’s signature of the agreement, the City Clerk is further authorized and directed to forward copies of said agreement to Berryman & Henigar, and to the Engineering Department, Planning and Design Division for their files. PASSED, APPROVED AND ADOPTED at a regular meeting of the Cartsbad City Council held on the 6 th day of June ,200O by the following vote, to wit: AYES: Council Members Lew all, Finnila, Nygaard and Kulchin “WV ” ATTEST: (SEAL) AGREEMENT (Berryman & Henigar) THIS AGREEMENT is made and entered into as of the 15th day of June , 2000, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and Berryman & Henigar, a corporation, hereinafter referred to as “Contractor.” RECITALS A. City requires the services of’ a professional engineering contractor to provide professional engineering services for the preparation and submittal of final plans, < .*.. r specifications and cost- estimates for Street Lighting design on Alga Road from El .: .* Camino Real to El Fuerte; Median Landscaping design and Median Curb replacement on Alga Road from 4,663 feet east -of El Camino Real to El Fuerte; and Median Landscaping design only on Altisma Way from Alicante Road to Caringa Way identified as Projects 3616 and 3637; and B. A proposal has been solicited for the design of this project from Berryman & Henigar, a qualified engineering firm; and C. 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 The scope of services to be provided is described in attached Exhibits “A”, “A-l”, rev. 12/28/99 -1 - “A-2”, “B-l,,, “C-l” and “C-2” all of which are incorporated herein by reference, prepared by Contractor as follows: Exhibit “A,, - Titled “Fee Summary, Alga Road Street Lighting and Landscaping, Altisma Way Landscaping Revised April 21, 2000” consisting of 1 page. Exhibit “A-l” - Titled “Project #3616 - Alga Road Street Lighting’ and consisting of Tables 1, 2 and 3 on 1 page. Exhibit “A-2” - Titled “Project #3637 - Alga Road and Altisma Way Medians” and consisting of Tables 1, 2 and 3 on 1 page. Exhibit “B-l” - Titled “Project Understanding and Assumptions” Revised April 21, 2000 consisting of 2 pages. Exhibit “C-l” - Titled “Project No. 3616 Alga Road Street Lighting Scope of Services” Revised April 21, 2000 consisting of 3 pages. Exhibit “C-2’ - Titled “Project No. 3637 Alga Road and Altisma Way Median Landscaping Scope of Services” Revised April 21, 2000 consisting of 3 pages. 2. CITY OBLIGATIONS The City shall provide: A. Copies of all existing City reference data as researched and requested by Contractor. B. Review of the plans, specifications, cost estimate and right-of-way documents for the purpose of determining the general conformity to City Standards and Project Scope. 3. PROGRESS AND COMPLETION The work under this contract will begin work within ten (10) days after receipt of notification to proceed by the City and be completed in accordance with Table 1 of Exhibits “A-l’ and “A-2”. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer. The City Engineer will give rev. 12128199 -2 - 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 for the 70, 90 and 100 percent submittal shall be $99,563. 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 Table 3 of Exhibits “A-l,, and “A-2’,.” 5. DURATION 9F CONTRACT This agreement shall extend for a period of two 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. rev. 12128199 -3 - 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the plans, specifications and cost estimate, via the City Engineer’s signature on the plans, the Contractor shall deliver to the City the following items: A. All items as described in Table 2 of Exhibits “A-l” and “A-2”. B. Two (2) copies of all other documents and calculations generated .by the Contractor in the completion and execution of the provisions of this 8. contract. 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 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 rev. 12128199 -4 - 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 Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the City Engineer. The City Engineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the 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, rev. 12128199 -5 - 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 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 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. -6 - i”IB (initial) re .W2/2 I99 The provisions of Carlsbad Municipal 3.32.027 and 3.32.028 pertaining to false claims 13. JURISDICTION Code sections 3.32.025, 3.32.026, are incorporated herein by reference. 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. 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’ rev. 12128199 -7 - 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. 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, drat:!ings, 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. Contractor shall not be liable for City’s use of the items described in this Paragraph 16 in a manner other than that for which they were designed. rev. 12/28/99 -8 - . . 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 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 rev. 12128199 -9 - 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. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “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. rev. 12128199 -10 - 25. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the City Clerk in accordance with the requirements of the City’s conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines a consultant. The disclosure category shall be categories 1, 2, 3 and 4. 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 current Best’s Key Rating of not less than “A-Y” and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraoes 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. rev. 12128199 -11 - 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1,000,000 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. B. 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. rev. 12128199 -12 - 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. 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 the foregoing are as follows: For City: Title Deputy City Engineer, Planning & Programs Name David Hauser Address 1635 Faraday Avenue Carlsbad, CA 92008 Title Senior Vice President Name Keith Gillfillan Address 11590 West Bernard0 Ct., Suite 100 San Diego, CA 92127 For Contractor: Registered Civil Engineer’s License Number: RCE 30434 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. -13 - rev. 12128199 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, along with the purchase order for this contract and its provisions, embody the entire agreement and understanding between the parties relating to the subject matter hereof. In case of conflict, the terms .of the agreement supersede the purchase order. Neither this agreement nor any provision 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 thus . lb* day of ,% ,200O. CONTRACTOR: Eterqmm&Henigar CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor ATTEST: (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: rev. 12/28/99 -14 - State of California Ckm dred~ ss. County of On &A &m-D J oL personally appeared U Name(s) of Signer(s) u s personally known to me 0 proved to me on the basis of satisfactory evidence 9 r- -.-__ comnbQn#W I wwk-am Place Nota!y Seal Above to be the person@ whose name Mare subscribed to the within instrument and acknowledged to me that h&he/they executed the same in hi&her/their authorized ‘capacit ies 9 and that by +G&er/their “‘Signatur s on the instrument the persot@, or the entity upon behalf of which the person@ acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Docu Title or Type of Document: Document Date: Number of Pages: % Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual Cl Corporate Officer - Title(s): Cl Partner - 0 Limited 0 General 0 Attorney in Fact El Trustee Cl Guardian or Conservator 0 Other: Signer Is Representing: 0 1997 National Notary Associatbn * 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-600-876-6827 EXHIBIT “A” - FEE SUMMARY ALGA ROAD STREET LIGHTING AND LANDSCAPING ALTISMA WAY LANDSCAPING Revised April 21,200O Project 30% Fee Alga Road Street Lighting $14,339 Landscape & Irrigation $37,707 Subtotal $52,046 Altisma Way Landscape & Irrigation $5,538 $11,235 Direct Expenses Street Lighting $540 Landscaping $894 Subtotal $1,434 Total Budget $59,018 70%, 90% & 100% Fee Project Total $21,814 $56,797 $78,611 $1,617 $8,100 $9,717 $99,563 $36,153 $94,504 $130,657 $16,773 $2,157 $8,994 $11,151 $158,581 Note: The base map prepared for the Alga Road Street Lighting will also be used for Landscape and Irrigation Plans. The fee for preparation of the base map has been allocated 30% to electrical, 70% to landscaping. One (1) Environmental Impact Assessment Form will be completed addressing both projects. 30% of the fee has been allocated to the electrical project and 70% to landscaping. Kldvihksith!aiga RoadU3hibii A.doc EXHIBIT “A-l” - r’roject #3616 - Alga Road Street Lighng Tables 1 through Table 3 define the City Plancheck Milestones, the timing and requirements of each submission, and the fee allocation per submit-ta! milestone. written Notice to Proceed. written notice to proceed return of 70% plancheck. return of 90% plancheck. PLANS SPECIFICATIONS 0-l-E: I Green Book format used throughout document for each milestone. ) Use MS. Word format throughout. OS1 ESTIMATE DTE: se Excel format. TABLE 2. 39% Preliminary street lighting layout on base sheets for eacf project per Scope of Work. 11 Copies Index and outline of all categories for Special Provisions. l 11 Copies scoping estimate I 25% l 11 Copies 7OYm Full and complete plans with corrections and plancheck set 1. 0 11 Copies First rough draft of entire set of Soecifications l 11 Copies Detailed estimate q 10% l 11 copies VllSSlONS 90% Full Bid-ready plans with I 100% I a Photo or ink on mylar corrections and plancheck set 2. l 11 Copies Final draft of entire set ,f Soeciftcations 0 Same as 100%. excepting MS. Word l 11 Copies ready for City Engineer signature. l 11 Copies Bid-ready text of the following: signature. l MS. Word disk. l Special Provisions to Standard Specifications for Public Works Construction. l Standard Reference Drawings and/or Utitii Company Drawings. l 11 Copies -inal draft in bid set ormat m 10% Same as 90%. No further action. l 11 Copies I l Excel diik 0 11 Copies ‘ c TABLE 3. SUBMITTAL MILESTONE VS. FEE ALLOCATION k:\wordprockivihkeith\algaroad\euhibit A-l .xls Updated: 4/24/00 EXHIBIT “A-2” - Projet& #3637 - Alga Road and Altisma Wa, Medians Table; 1 throu$h Table 3 define the City Plancheck Milestones, the timing and requirements of each submission, and the fee allocation per submittal milestone. MILESTONES Elapsed Time TABLE 1. TlMlNG OF SUBMISSION 30% 70% 90% 40 Calendar days aRer SO calendar days aRer 40 calendar days aRer written Notice to Proceed. written notice to proceed return of 70% plancheck. 100% 30 calendar days aRer return of 90% plancheck. TABLE 2, 0 11 Copies SPECIFICATIONS Index and outline of all document for each milestone. ) Use MS. Word format throughout. ‘OTE: ) Green Book format used throughout categories for Special Provisions. 0 11 Copies OST ESTIMATE 15ziGGzr OTE: se Excel format. 0 11 Copies 3EQUIREMENTS OF SU 70% 90% Xrll and complete plans Full Bid-ready plans with vith corrections and corrections and plancheck llancheck set 1. set 2. m 11 Copies Vrst rough draft of entire et of Specifications b 11 Copies tetailed estimate I 10% b 11 copies MISSIONS l 1lCoples Final draR of entire set zrf Specifications 0 Same as 1 OO%, scepting MS. Word l 11 copies -inal draR in bid set ormat I 10% l 11 Copies 100% l Photo or ink on mylar ready for City Engineer signature. 0 11 Copies Bid-ready text of the following: signature. l M.S. Word disk. 0 Special Provisions to Standard Specifications for Public Works Construction. l Standard Reference Drawings and/or Utility Company Drawings. l 11 copies Same as 90%. No further action. s Excel disk 0 11 copies ITTAL MILESTONE VS. FEE ALLOCATION ** $20,337.00 rd EXHIBIT “B-l” ALGA ROAD STREET LIGHTING - PROJECT NO. 3616 ALGA ROAD AND ALTISMA WAY MEDIANS - PROJECT NO. 3637 Revised April 21,200O The proposed project consists of two different elements of work at approximately the same locations as follows: j Elements of Work 1 Location 1 Length 1 Location 1 1. Street Lighting. 2. Landscape and Alga Road (El Camino to El Fuerte) l Alga Road (4,663 ft. east of El - 1.8 miles 1.1 miles Within Street North/South Existing Irrigation Camino Real to El Fuerte) median l Altisma Way (Alicante to Caringa) 370 feet A more detailed description of the work to be performed at these locations includes: Street Lighting - Alga Road 1. Removal of approximately 37 existing streetlights. 2. Installation of approximately 30 new 200 HPS streetlights to meet minimum City standard. 3. Installation of new conduit, and conductors to service new streetlights. 4. Provide power supply to irrigation controllers. Landscape and Irrigation Alga Road - Altisma Way 1. Removal of dying and unsightly trees and shrubs. 2. Installation of stamped concrete as directed by the City. 3. Installation of new median island trees and shrubs per City streetscape theme or as agreed upon by neighborhood workshop. 4. Installation of new irrigation system. Assumptions The following assumptions have been made in preparing the Scope of Services contained in Exhibits “C-l” and “C-2” 1. One set of plans, specifications and cost estimates (construction documents) will be prepared for the street lighting and median island improvements. However, two (2) construction phases will be delineated for the Landscape Improvements to Alga Road. 2. The P.S.&E for the median island improvements on Alga Road and Altisma Way and Alga Road electrical improvements will be combined with the previous Alga Road sidewalk project (Project No. 3560). tivK!keithLlga RoadExhibit Bl.doc EXHIBIT “B-l” - ALGA ROAD STREET LIGHTING - PROJECT NO. 3616 ALGA ROAD AND ALTISMA WAY MEDIANS - PROJECT NO. 3637 Revised April 21, 2000 Assumptions Con’t. 3. Separate cost estimates will be prepared for each element of work (Alga Road - Electrical and Landscape, Altisma Way - Landscape. 4. The existing street light conduit will be replaced in its entirety. 5. City will provide the following: a. Soil horticultural analysis and/or testing b. Processing of the Environmental Impact Assessment Form. c. Copies of pertinent street plans that depict existing site conditions 6. The following are excluded from the Scope of Services: a. Striping Plans b. Curb and Street Improvements Plans (except median curb) c. Construction staking d. Traffic signal relocation or modifications e. Grading and drainage plans (except for minor median drainage) f. “As-Builts” Plans 7. The following items will be performed on a time and material basis: a. Construction support services - bid support, construction observation/inspection and “As-Built”. KkMN&Jklga Road\Exhibit E-1 .doc EXHIBIT “C-l” PROJECT NO. 3616 ALGA ROAD STREET LIGHTING SCOPE OF SERVICES Revised April 21,200O Meeting Minutes & Meeting times are flexible and may occur more often depending on the level of activit - Action Items The Project Schedule will be updated on a monthly basis. Project Schedule - Monthly Update of current activities only (8 Coordinate with SDG&E for service point location and Consultant will research and obtain copies of all existing street and plans to ascertain location of respective underground 1 .I .4 Environmental Impact Assessment Form 1.2.1 Base Mapping - Base map generated in Consultant will prepare a base map from existing “As-Built” plans an AutoCAD format, at and record drawings. The base map will be prepared in an le (1”=20’). The base mapping will 1.2.2 Right-of-Way Delineation - Composite topo base map reflecting existing right-of-way and utilities the identified utility companies will be notified of the 1 t\CviMeithlMga RoadExhibit C-l EXHIBIT C-l (CONTINUED) TASK DESCRIPTION DELIVERABLES 1.2.4 Supplemental Field Surveying - Field survey notes, electronic file and plot ay impact the proposed improvements and approximately 30% mounted along with the necessary conduit and conductors. Plans will depict service point locations and power to irrigation controllers. completion level categories for special provisions for each coping Estimate with 25% Consultant will revise the preliminary plans (30 %) based upon input and comments received and produce a final set of bid documents for the project. Progress submittals will be revised based upon comments from each submittal. Plans will include: Typical street section and detailed sheet 7 street plan view only sheets - Eleven (11) copies each submittal - Standard reference drawings and/or utility company drawings - Photo or ink mylar Engineers signature at 100% submittal 2 k:\CiviN+thiNga RordU3hibit C-i - EXHIBIT C-l (CONTINUED) 1.4.2 Specifications and Estimate a) Consultant will prepare contract specifications required for the project, utilizing the City’s boilerplate documents. Specifications will include revisions to the boilerplate documents and special provisions based upon comments from each submittal. b) An opinion of probable construction cost will be provided for each project with an accuracy of_+lO%. - Draft and final specifications and estimates to accompany plan submittals - Eleven (11) copies each submittal - At 100% Submittal MS Word disk, Specifications Excel disk, Cost Estimate t\CiithUlga RoadtExhibii Cl EXHIBIT “C-2” - PROJECT NO. 3637 ALGA ROAD AND ALTISMA WAY MEDIAN LANDSCAPING SCOPE OF SERVICES Revised April 21,200O le and may occur more often depending 2.1.2 Project Scheduling The Project Schedule will be updated on a monthly basis. - Action Items - Hard copy plot of Project Schedule 2.1.3 Coordination and Research Coordinate with SDG&E for service point location and Consultant will research and obtain copies of all existing street and lans to ascertain location of respective underground orm and submit for AutoCADD environment at a scale (1”=20’). The base mapping will map reflecting existing right-of-way and utilities ed utility companies will be notified of the 1 k:\CiiiMeiiUlgr RoadExhibit C-2 EXHBIT C-2 (CONTINUED) We have budgeted two (2) days of field survey time to tie-in pertinent features that may impact the proposed improvements and electronic file and plot 2.3.1 Preliminary Concept Studies The consultant will prepare preliminary studies of the project site indicating proposed median curb modifications, if any, and - Written documentation of issues and wncems - Concept sketches A certified Arborist will be retained by the consultant to review the health of the existing trees and make written rewmmendations regarding their chance of survival as a result of the proposed improvements. Recommendations for protection and special treatment for existing trees will be provided. ~ 2.4.1 Preliminary Plan Following concept approval by the City, consultant will prepare a - Presentation graphics, color enhanced - Auto CADD drawings of 2.4.2 Community Workshop The consultant will attend and make presentation at one (1) - Meeting notes Consultant will utilize the base map prepared for the street lighting services and prepare preliminary drawings (30%) which will show: l Median island curb locations and configuration l Median island curb modifications for maintenance vehicle approximately 30% completion level l Type and detail of hardscape paving l Location of design features l Preliminary landscape planting l Landscape irrigation system concept statement and sample 2 k\CivRKeiilAlga RoadExhibit G2 TASK DESCRIPTION DELIVERABLES outline of all categories for special provisions for each outline using MS Word 2.5.3 Preliminary Cost Estimate - Plan submittals at Consultant will revise the preliminary plans c+30 %) based upon input and comments received and produce a final set of bid documents for the project. Progress submittals will be revised based upon comments from each submittal. Plans will indude: - Eleven (11) copies Typical street section and detailed sheet each submittal Demolition Plan - Standard reference Median curb details for maintenance vehicle access drawings and/or utility Median curb detail/modification to achieve 6-inch minimum company drawings - Photo or ink mylar Median Paving Improvement Plan Landscape Irrigation Plans Landscape Planting Plans Tragic Control Plans onsultant will prepare contract specifications required for the specifications and project, utilizing the City’s boilerplate documents. estimates to Specifications will include revisions to the boilerplate accompany plan documents and special provisions based upon comments from each submittal. - b) An opinion of probable construction cost will be provided for Eleven (11) copies each submittal each project with an accuracy of +/-lo%. - At 100% Submittal MS 3 k\CiNAKeithl4lgr RoadlExhibit C2