Loading...
HomeMy WebLinkAbout2000-08-15; City Council; 15869; Zone 19 Park Planning ServicesCITY OF CARLSBAD - AGENdA BILL AB# &8bq TITLE: MTG. 8-15-O DEPT.Recreation CONSULTANT AGREEMENT FOR PARK MASTER PLANNING SERVICES FOR ZONE 19 PARK i /\/ DEPT. HD. &= CITY ATTY. GE * CITY MGR RECOMMENDED ACTION: Adopt Resolution No. m *&bapproving a consultant agreement with P&D Consultants for the Zone 19 Park Master Plan. ITEM EXPLANATION: The City Council has approved funds in the F.Y. 2000-2001 Capital Improvement Budget for master planning Zone 19 Community Park. The proposed 24.25 acre park is located in the northern portion of Aviara, at the corner of Poinsettia Lane and Ambrosia Rd. Staff is asking Council to approve a contract with P&D Consultants, of San Diego, to assist the City in preparing a master plan for the park. Staff is recommending P&D for several reasons. First, this firm has previous involvement in this project. In 1993, they were commissioned by Hillman Properties to prepare conceptual park plans for this site. The purpose of this planning effort was to show the property’s viability for park purposes and resulted in the City’s acceptance of the dedication of this land by Hillman Properties for a future park. These preliminary park plans showed an expertise in park planning and were used in presentations to the Parks and Recreation Commission and City Council. Secondly, in 1998, P&D Consultants performed grading studies, at the City’s request, related to this park site. The purpose was to analyze whether or not it would be in the City’s best interest to accept fill dirt being offered by the adjacent developer. Finally, the City and P&D Consultants have had an excellent working relationship on other past and current projects. Based on P&D Consultant’s unique knowledge of this project, the Purchasing Officer has waived the requirement for multiple proposals. The consultant will assist staff in the following general tasks: n Prepare opportunities and constraints analysis of the site. . Preparation of preliminary park designs. . Facilitate outreach process for input from the community. . Finalize the Park Master Plan. FISCAL IMPACT: There is currently $250,000 budgeted in the CIP for the Park Master Plan process. The proposed contract with P&D Consultants is for $129,110. EXHIBITS: 1. Resolution No.&&&approving the contract with P&D Consultants 2. Consultant Contract. 3. Zone 19 Map RESOLUTION NO. 2000-266 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A CONTRACT WITH P&D CONSULTANTS FOR A PARK MASTER PLAN FOR ZONE 19 PARK WHEREAS, the City Council of the City of Carlsbad, California, has determined it necessary, desirable and in the public interest to appropriate funds and has budgeted funds in the Fiscal Year 2000-2001 Capital Improvement Program for the Zone 19 Park; and WHEREAS, P&D Consultants of San Diego, California, have been determined to have unique knowledge and expertise to provide a park master plan for Zone 19 Park; and WHEREAS, a consultant agreement has been negotiated with P&D Consultants for preparation of a park master plan. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, the following: 1. That the above recitations are true and correct. 2. That a consultant agreement with P&D Consultants is hereby approved and the Mayor and City Clerk are authorized and directed to execute said agreement and forward copies of the agreement to the Recreation Department and P&D Consultants. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad, California, held on the 15th day of Marust , 2000 by the 1 following vote, to wit: ’ AYES Council Members Lewis, Hall, Nygaard, and Kulchin. NOES: None - ABSENT: Council Member Finnila. ATTEST: AGREEMENT THIS AGREEMENT is made and entered into as of the 28th day of August , 2000, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and P&D Consultants, a Corporation, hereinafter referred to as “Contractor.” RECITALS City requires the services of a Park Planning Contractor to provide the necessary design services for preparation of the Zone 19 Master Plan, hereinafter referred to as the “Master Plan”, 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 (refer to attachment “A” for scope of work) 2. CITY OBLIGATIONS The City shall designate an authorized representative of the City to assist in the coordination of the Master Plan with the Contractor. The City shall make available to the contractor any existing City reports, records, photographs, studies, data, or other information as will assist the Contractor in preparation of the Master Plan. 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 5 months of that date. -1 - rev. 4/24/00 Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City. The City 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 $129,110. 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.” 5. DURATION OF CONTRACT This agreement shall extend for a period of one year from date thereof. The contract may be extended by the City Manager for three (3) 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. 4/24/00 -2 - 7. FINAL SUBMISSIONS Within 15 days of completion and approval of the Master Plan by City of Carlsbad Recreation Director, the Contractor shall deliver to the City the following items: a. Original copies of all exhibits, maps, photographs, reports, data and other information used to assemble the Master Plan as requested by the City. b. 50 copies of the final Master Plan. 6. 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 -3 - rev. 4/24/00 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. ANTI-DISCRIMINATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 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 of Carlsbad Recreation Director. The City of Carlsbad Recreation 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 -4 - rev. 4/24/00 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 LAWSUtTS 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. (Initial) rev. 4/24/00 -5 - 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. (Initial) (Initial) 13. JURISDICTION The Contractor agrees and hereby stipulates that the jurisdiction for resolution of any disputes between the parties agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR proper venue and arising out of this 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’ -6 - rev. 4124100 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, 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. rev. 4/24/00 -7 - 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 -8 - rev. 4/24/00 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. 4/24/00 -9 - 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. t IoweYer, Contractor hereby acknowledges that Contractor has the legal responsibility fr.sf c:!jl!x+lying with the Political Reform Act and nothing in this agreement releases Contracior 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 current Bests 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. Coverages 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 rev. 4124100 -10 - 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. 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. rev. 4/24/00 -11 - 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. 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 Park Development Coordinator Name Mark Steyaert Address Recreation Department 1200 Carlsbad Village Dr Title Director of Planning/Associate V.P. Name Gary B. Wood, AIA Address 401 West "A" Street, Suite 2500 San Diego, CA 92101 For Contractor: Engineer/Architect/License Number: Engineer/Architect/License Number: -12 - rev. 4/24/00 28. BUSINESS LICENSE 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, 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. rev. 4/24/00 -13 - Executed by Contractor this 2 dayof L&$6,&f ,+!Ofl CONTRACTOR: /qlt? hSd&& (name of Contractor) By: (sign here) / (print name/title) ATTEST: By: (sign here) (print name/title) (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: RONALqR. BALL, City Attorney rev. 4/24/00 -14 - ALL-PURPOSE ACKNOWLEDGMENT o-*-~-*-*-o-o ~8~*~*-m-.~~~m-*-.-~~m The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unautborized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) . I 0 PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: NUMBER OF PAGES 0 I DATE OF DOCUMENT l I OTHER State of California County of -i&s40 1 ss. On (IlwWskd, personal1 yyppeared before me, X&Jh&~ J4MM k @US% , (DATe) / c)Tbrks x&a Qg5m-e (NOTARY) SIGNER(S) 0 personally known to me - OR- B proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that hekhe&ey executed the same in his/he&Mr authorized capacity(ies), and that by his/krftkk signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. &b%wt NOTARY'S SIGNATURE OPTIONAL INFORMATION RIGHT THUMBPRINT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) OF B SIGNER s 5 B m-*-m- e-e-e-e- *-o-*-o -0 -e-e- mom-m-m- APA 5197 VALLEY-SIERRA, 800-362-3369 P & D CONSULTANTS, INC. Record of Unanimous Written Action and Action of the Board of Director The Directors of P & D Consultants, Inc. (Pa@, by unanimous consent, have consented to the adoption of the following resolution as if such resolution had been adopted at a meeting of the: corporation dufy called and held in accordance with the Bylaws of the Corporation, and hereby direct that a copy hereof be filed with the minutes of the proceedings of the Board of Directors. NOW THEREFORE, BE IT RESOLVED, that Mr. Charles Mock, of P&D Consultants, Inc.: has the authority to execute the contract with the City of Cartsbad for the Zone 19 Park Master Plan Project. I hereby certify that the foregoing is a true and correct capy of the resolution adopted by the Board of Directors this 2”d day of August, 2000. c I I II I I Y,-.CI IA- “* I F&S TIITLJ- PeE-22 ** /# r * 1IL. I- Proposal Zone 19 Park Master Plan City of Carlsbad INTRODUCTION The following Scope of Work is organized around the tasks outlined in the Request for Proposal. The scope is focused on producing up to three Concept Design Studies (Task 8) that result in a Preferred Plan Approach (Task 9) and, subsequent to City and public review and comment (Task lo), will lead to a Final Master Plan (Task 11). Should the process require more concept studies or additional steps of review and decision-making, these would be additional services. The scope also uses one of the public workshops to present the findings of Tasks l-7 and obtain community comments prior to initiation of concept planning. The second public workshop is to present the Preliminary Master Plan. Should the City wish to sequence these workshops and reviews differently, the schedule can be changed. Task 1 Project Coordination Meetings P&D will schedule regular project meetings throughout the course of the project. They are expected to occur on a regular every-other-week basis. The Project Manager will attend all meetings and an average of one additional member of the team (engineer, environmental analyst, landscape architect, or other specialist). A total of ten (10) meetings are included in the scope/budget, Meeting minutes and action items will be prepared subsequent to each meeting for distribution to all participants. Task 2 Data Collection and Analysis P&D will gather and analyze available data that may impact the design of the Master Plan and the subsequent development of the park property. This will include recent adjacent development activity, the location and capacity of utilities, existing environmental documentation, and plans and policies of the City of Carlsbad that are relevant to the preparation of the Zone 19 Community Park Master Plan. The budget includes a review of a preliminary soils analysis that has been previously prepared by the City. Task 3 Topographic Base Map P&D will prepare a new topographic map of the site and the immediately adjacent property (100’ from boundary). The map will be at a scale of 1”=40’ and 2’ contour interval. The site map will include the coastal resource areas on the north and west and the edge condition of the adjacent residential development to the east and south. Additional data will be added to the Base Map electronic file including boundary, utilities, easements, coastal resource area designations, proposed utility connections through the property, and the key biological information that may result from the work efforts of Task 2 or Task 5. Task 4 Subconsultant Coordination As Project Manager for the consultant work efforts, P&D will coordinate all the subconsultants. At this time, it is anticipated that there will be three consultants; the artist for the public art portion of the project, Scott Bernet Architects for concept recreational building plans and Dennis Gallegos & Associates for archeological consultation. P&D Consultants, Inc. Page 1 EXHIBIT A Car-Mad Park Master Plan Task 5 Biological Survey Update P&D will prepare an update of the existing biological survey and mapping of the property. As the site has been disturbed through prior agricultural and brush clearing activities, it is anticipated that this will be a confirmation of no new biological issues in support of a negative declaration environmental clearance. Biological resources will be mapped as one or more layers in the Constraints Analysis (Task 7) and a letter report of the findings will be prepared. Task 6 Archeological and Paleontological Survey The P&D team will include a archeological consultant to review the existing data on the site and determine the status of the archeologicaI/paleontologicaI reconnaissance and testing. P&D will conduct an overview of the potential for the site to be underlain by fossiliferous forming strata. Should work be required beyond the review described above, the consultants can perform the testing and data recovery tasks as an additional service. Task 7 Opportunities and Constraints Mapping Using the findings of Tasks 2, 3, 5 and 6, P&D will prepare a composite map illustrating the significant opportunities and constraints that are associated with developing this site for a Community Park. Each attribute that has been documented during the prior work effort will constitute a separate layer in the mapping system. The Opportunities and Constraints Map will identify the most significant items and convert them into a graphic map suitable for presentation to City officials and community groups and residents. Task 8 Concept Design Studies It is understood that the point of beginning for the concept design studies is the concept plans prepared in June 1993. However, revised park design standards and facilities program changes may emerge from the City staff or the public workshops that will result in significant new concept plans. It is anticipated that one of the public workshops will occur prior to the initiation of Task 8. The Concept Design Studies will address key issues such as grading of pads, the backbone infrastructure and utilities, earthwork quantities and siting of all programmed facilities. Up to three Concept Studies will be prepared. This will include details of selected features and, where possible, photos of similar facilities that have been constructed elsewhere. At this time, it appears that the key variables are the extent to which the site is terraced with sports fields at several different levels, the type of facilities to be contained within the park, and the relationship to the surrounding land uses. The Preliminary Master Plan will include, working with City staff, the preparation of a space program for the Recreation/Community Center. Based on this program concept architecture will be prepared in Task 9 and 11. The Concept Design Studies will include one preliminary opinion of probable cost for the construction of the basic park facilities common to all concept plans, and an opinion of probable cost for those specific items that are unique to one or more plans. P&D Consultants, Inc. Page 2 Car/&ad Park Master Plan Task 9 Preliminary Master Plan The Concept Design Studies will be presented at one of the regular project coordination meetings. The result of that review will be a preferred plan approach that will be refined by the P&D staff as the Preliminary Master Plan. The Preliminary Master Plan layout and sketches of details will be prepared suitable for presentation to other City departments, community workshops. This will include details of the key features, and sections between the park and adjacent uses and photographs. Scott Bernet Architects (SBA) will provide architectural services for P&D, for the design of a 15,000 SF recreation building. During this task they will meet with the City to define initial programming for the Concept Floor Plan. This work effort will include coordination with the City for site location, orientation, and integration with park infrastructure. SBA will prepare concept plan and elevations sufficiently detailed to provide basic building parameters and coordinate with the P&D’s Park Master Plan. Task 10 Public Workshops The P&D Project Manager and Landscape Architect will lead two (2) public workshops to present findings and concepts regarding the Master Plan and receive community comments and suggestions. P&D’s subconsultants for project architecture and archeology will attend public workshops as determined by the City of Carlsbad. As indicated above, one of two workshops is anticipated to occur prior to the initiation of concept design studies. The second would be at the conclusion of Task 9. Refer to the attached project schedule. Task 11 Final Master Plan Based on the results of Task 9, the second community workshop, and comments from the City staff, P&D will prepare the Final Master Plan document as outlined in RFP. The Final Master Plan will also include an opinion of probable costs for the construction of the park. This will include the preparation of a facilities program and concept floor plan and elevations of the Recreation/Community Center. A draft outline of the Table of Contents of the Final Master Plan document and list of exhibits is included as Attachment 1. Should significant additional documentation of the details of the Master Plan be required, this can be performed as an additional service. P&D Consultants, inc. Page 3 Car-Mad Park Master Plan ATTACHMENT 1 Draft 1. 2. 3. 4. 5. 6. 7. ZONE 19 COMMUNITY PARK MASTER PLAN REPORT Table of Contents Pane Introduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Executive Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . l....................,......................................... Existing Conditions/Opportunities and Constraints . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Initial Concept Design Studies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Preliminary Master Plan.. ....................................................................................... l Preferred Site Plan.. ......................................................................................... . Architectural Concept.. ..................................................................................... l Landscape Concept ......................................................................................... Final Master Plan.. ....................................................... .......................................... l Site Plan.. ......................................................................................................... l Architecture Plan .............................................................................................. l Landscape Plan ............................................................................................... . Utilities and Grading Plan.. ............................................................................... Opinion of Probable Costs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . P&D Consultants, Inc. Page 4 Carlsbad Park Master Plan 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. ATTACHMENT 1 Draft ZONE 19 COMMUNITY PARK MASTER PLAN REPORT List of Exhibits Location Map (Executive Summary) Park Master Plan (Executive Summary) Concept ,Plan Alternative 1 Concept Plan Alternative 2 Concept Plan Alternative 3 Existing Conditions Engineering Issues Opportunities and Constraints Preliminary Master Plan Final Master Plan Sections Community Center Floor Plan Community Center Elevations Landscape Plan Utilities Plan Grading Plan P&D Cons&ants, Inc. Page 5 Carlsbad Park Master Plan - Handling Fee* Mileage Reproduction Single Sided Reproduction Two Sided PRINCIPALS S/HOUR Principal $155 Project Director $135 PROJECT MANAGERS Sr. Project Manager Project Manager ENGINEERS Project Engineer Sr. Engineer Engineer Sr. Design Engineer Design Engineer Sr. Designer Designer Sr. Drafter/CADD Operator DrafterlCADD Operator Engineering/Mapping Technician PLANNERS Project Planner Sr. Planner Planner Sr. Planning Technician Planning Technician Mapping Technician P&D CONSULTANTS, INC. SCHEDULE OF FEES DEVELOPMENT SERVICES LABOR CHARGE RATES $135 $130 $120 $105 $95 $85 $75 $80 $75 $65 $60 $60 $105 $100 $85 $70 $60 $55 SURVEYORS Director of Surveying Survey Crew (2-man) Survey Crew (3-man) ENVIRONMENTAL Project Environmental Analyst Project Manager Sr. Envir. Analyst/Specialist Environmental Analyst/Specialist Sr. Researcher Researcher/Technician LANDSCAPE ARCHITECTS Landscape Architect Staff Landscape Architect GRAPHICS Sr. Graphics Graphics OTHER STAFF Word Processing Administrative Support SUBCONSULTANTS Architect Archeologist REIMBURSABLE EXPENSES 15.00% $0.315/Mile SO.O8/Copy $0.11 /copy Visual Simulation /Hour CADDKomputer Time /Hour Deliveries /Hour Reproduction 11 xl 7 /Copy $/HOUR $145 $148 $270 $115 $105 $90 $80 $70 $60 $85 $65 $65 $60 $55 $55 $110 $82 $30 $30 $35 SO.27Kopy l Includes report printing/reproduction, graphic aids, travel (airfare, meals, etc.), fees by governing bodies, computer services, photography, subcontract services, postage, telephone/fax and delivery. Amounts are due and payable within 30 days of the date of the invoice. Past due accounts will have a finance charge of 1.25% per month compounded. All rates may be subject to change at such time as adjustments are made as a result of agreements, salary adjustments and increased business expenses. Rates Effective Through 12/31/00 P&D Consultants, Inc. Page 6 Carlsbad Park Master Plan . ASSUMPTIONS AND UNDERSTANDINGS 1. A Phase I Environmental Site Assessment has been completed for the property and no toxic sites have been identified. No further testing for toxic materials will be required. 2. The City of Carlsbad will handle the public noticing of the community workshops and arranging for a suitable venue in the immediate area. 3. This scope of work does not include permitting with outside agencies (e.g., ACOE, CDFG, CCC). 4. A copy of the previously prepared preliminary soils analysis will be provided to P&D. 5. The City of Carlsbad acknowledges that architectural services are for concept plans only as part of the Master Plan document and does not include detailed information, such as structural, mechanical, kitchen equipment and other construction information. P&D Consultants, Inc. Page 7 Car/shad Park Master Plan -i , Task Description 1 Project Coordination Meetings 2 Data Collection and Analysis 3 Topographic Base Map 4 Subconsultant Coordination 5 Biological Survey Update 6 Archaeological and Paleontological Studies 7 Opportunities and Constraints Mapping . a Concept Design Studies 9 Preliminary Master Plan 10 Public Workshops 11 Final Master Plan FEES Subtotal: Reimbursable Expenses TOTAL:. GW\abl P:\Admin\Carlsbad\Master PlanEone 19 Park Master Plan-Chud& Version.doc $ 9,500 $ 5,600 ai 8,200 $ 3,100 $ 8,000 $ 7,500 $ 6,600 $ 19,970 $ 23,970 $ 2,400 $ 24,270 $119,110 $ 10,000 $129,110 P&D Consultants, Inc. Page 8 Carlsbad Park Master Plan -. . -- .’ :*. i. ‘, i . ZONE 19 PARK EXHIBIT 3