Loading...
HomeMy WebLinkAbout2002-09-24; City Council; 16900; Construction Mgmt Services for Aviara Comm ParkMTG. 9-24-02 CONSTRUCTION MANAGEMENT SERVICES FOR AVIARA COMMUNITY PARK 1 RECOMMENDED ACTION : It is recommended the City Council ADOPT RESOLUTION NO. 2002-282 approving three (3) agreements to provide construction management and related architectural construction phase services for Aviara Community Park, City Project No. 36991. I ITEM EXPLANATION : On August 13, 2002, the City Council adopted Resolution No. 2002-244 approving the plans and specifications and authorizing the advertisement of bids for the construction of Aviara Community Park, City Project No. 36991. The project is currently out to bid with receipt and opening of bids scheduled for mid-October. Attached for the City Council’s review and approval are three (3) consulting agreements to provide: (a) construction phase building architecture services from NTD Architects, Incorporated, (b) construction phase civil engineering and landscape architecture services from P & D Consultants, Incorporated, and (c) construction management services from B & G Consultants, Incorporated to the City for the Aviara Community Park project. Regarding both the proposed building architecture and landscape architecture I civil engineering services ((a) and (b) above), it is customary during the construction phase for the design team architects and engineers to work closely with the City’s construction managers and inspectors. This is particularly important on a project of the size and complexity as Aviara Community Park in which multiple construction trades will be involved. The design team architects and engineers will, therefore, provide the following needed services to the City: - Respond to all questions and clarifications during the bid period; - Prepare the bid addendum along with any revisions to drawings or specifications; - Participate in the Pre-Construction meeting; - Evaluate and respond to all project submittals; - Prepare all Architect Supplemental Instructions (“ASls”) and Project Memorandum; - Prepare all responses to Requests for Information (“RFls”); - Review Contractor’s Monthly Progress Payments; - Review Contractor’s Change Order Requests; - Conduct on-site inspections for conformance with design detail; - Prepare design detail for Owner requested changes; - Provide quality control review of site and building finishes; - Coordinate work of subconsultants; - Prepare Preliminary and Final Punch Lists; - Participate in project close-out and as-built drawing review; - Provide all Design Team support to the Construction Manager. Because of the need for full-time, onsite construction management of this large project, staff recommends retaining the services of consulting construction managers who will act as the City’s 'age 2 of Agenda Bill No. 16,900 authorized representatives during the construction of the project. The following services will be lrovided to the City by the construction managers: Provide all technical and managerial staff assistance to the City during construction; Organize, schedule, attend, and record all program related meetings; Generate and distribute management information reports; Establish and maintain records, design data, drawings, and project correspondence; Develop a management information system ("MIS") as the communication framework; Establish a cost control model, including monitoring and control procedures; Prepare, monitor, and maintain a master program schedule; Prepare a master construction schedule including critical milestone schedule; Monitor, assess, and expedite City's acquisition of construction phase permits; Organize and record the Pre-Construction Meeting; Provide all onsite project management with emphasis on contract administration; Monitor all construction activities and ensure the project is in plan compliance; Conduct weekly progress meetings and record and distribute minutes; Receive, review, disseminate, and coordinate all RFl's, ASl's, submittals, shop drawings; Evaluate and monitor the contractor's construction schedule; Prepare daily progress reports of all construction activities; Provide photographic documentation of project site and all construction activities; Coordinate and manage other special inspection personnel as may be retained by City; Evaluate and monitor contractor's safety program; Process all monthly progress payments and related forms and requirements; Implement systems for processing, evaluating, and recording all change orders; Coordinate project close-out and provide all project records to City; Provide all onsite representation on behalf of the City during construction phase. I respect to the requirements of CMC Section 3.28.150, all three (3) of the proposed :onsulting firms have already been previously retained by the City via the standard City )rofessional services process and have worked on pre-construction activities for this project. qTD Architects has designed all of the building structures to be constructed within the park. P & 1 Consultants has designed all of the grading, drainage, utilities, and extensive landscape irchitecture park components. B & G Consultants has provided an exhaustive quality control .eview of the project's sizeable drawing and specification package and has provided invaluable 'inal design input. These three (3) consulting firms already have established knowledge, design ?xpertise, and professional relationships with each other and the City on the Aviara Park Project. Soliciting other professional services proposals for this project would not be advantageous to the 2ty nor produce different results in the selection of these needed construction phase services. The Purchasing Officer has reviewed the matter and approved the recommended "sole source" lrocurement of these professional services. Therefore, staff recommends the City Council adopt ,he findings contained within the companion resolution and waive the requirements of CMC Section 3.28.1 50 for this project. Nork under all three (3) of these agreements will begin immediately since the Aviara Park Project s currently out to bid and will continue through completion of construction and occupation of the ,ark facility by the City. 2- Page 3 of Agenda Bill N0.16~900 FISCAL IMPACT: The City Council has appropriated a total of $1 1,997,890 for the design and construction of Aviara Community Park within the FY 2002 - 2003 Capital Improvement Budget. The construction estimate for the project is approximately $10,000,000. The following is the breakdown of costs for the three (3) construction phase services contracts: NTD Architects, Inc. Building architecture $ 93,966 P & D Consultants, Inc. Civil engineering & landscape architecture $ 82,460 B & G Consultants, Inc. Construction rnanaaernent $489.880 Total Cost for Services: $666,306 Costs for the required construction phase architecture and construction management services are available within the existing project budget without requiring additional appropriations at this time. Staff recommends approval of the three (3) professional services agreements. EXHIBITS: 1. Resolution No. zoo2-282approving three (3) agreements for Aviara Community Park. 2. Agreement with NTD Architects, Incorporated. 3. Agreement with P & D Consultants, Incorporated. 4. Agreement with B & G Consultants, Incorporated. 3 1 1 L < t I E s IC 11 12 13 14 I5 16 17 18 19 20 21 22 23 24 25 26 21 28 RESOLUTION NO. 2002-282 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA APPROVING THREE (3) AGREEMENTS REGARDING AVIARA COMMUNITY PARK WHEREAS, the City Council of the City of Carlsbad, California, has previousll appropriated funds for the design and construction of Aviara Community Park, Cit, Project Number 36991, hereafter referred to as the “Project;” and WHEREAS, the City Council has previously approved the plans anc specifications for the Project and has authorized the advertisement of construction bids; and WHEREAS, three (3) different private firms have previously provided professional services under contract to the City by completing the design of the Project; and WHEREAS, there is a need for additional and ongoing professional services during the construction of the Project; and WHEREAS, professional service agreements have been prepared which include respective scopes of work and fee schedules to provide needed services to the City during construction of the Project; and WHEREAS, the City Council hereby finds it necessary, desirable, and in the public interest to proceed with the approval of the aforementioned professional services agreements to provide needed construction phase services to the City. 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 City Council does hereby find it necessary, desirable, and in the public interest of the City of Carlsbad to waive the requirements of CMC Section 3.28.150 and approve three (3) professional service agreements with NTD 1 2 3 4 5 6 I 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 . .. Architects, Incorporated, P & D Consultants, Incorporated, and B & C Consultants, Incorporated, respectively, to provide ongoing services to the Cit) during the construction of the Project. 3. That the Mayor is authorized to execute the aforementioned three (3; agreements on behalf of the City. Following the Mayor’s signature of said agreements, the City Clerk is directed to forward copies of this resolution and the signed agreements to the Recreation Department and the Public Works, Department, Construction Inspection Division, for their records. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 24th day of SEPTEMBER , 2002 by the following vote, to wit: AYES: Council Members Lewis, Finnila, Hall NOES: None Kulchin, Nygaard ATTEST: J 977, mPt. M. WOOD, City Clerk -2- (SEAL) EXHIBIT 2 AGREEMENT FOR ARCHITECTURAL CONSTRUCTION ADMINISTRATION SERVICES FOR AVIARA COMMUNITY PARK: NTD ARCHITECTS, INCORPORATED THIS AGREEMENT is made and entered into as of the 2 7 714 day of corporation, ("C,ity"), and NTD ARCHITECTS, INCORPORATED, a California corporation, ("Contractor"). &?7&4B& , 2002, by and between the CITY OF CARLSBAD, a municipal RECITALS A. City requires the professional services of an experienced architectural firm in construction administration services. B. Contractor has the necessary experience in providing professional services and advice required of City for the construction phase of the Aviara Community Park, Project No. 36991, hereafter referred to as the "Project.". C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A, which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM .. The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed thirty- thousand dollars ($30,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 1 City Attorney Approved Version #04.01.02 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be ninety-three thousand, nine hundred sixty-six dollars ($93,966). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax. withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services. Contractor will be fully responsible to 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 Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 2 City Attorney Approved Version #04.01.02 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City 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 in whole or in part 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will 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-:V". 10.1 Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3 City Attorney Approved Version #04.01.02 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000.000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability. Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 4 City Attorney Approved Version #04.01.02 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written .' notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Contractor: Name: C. Hammann Title: Deputy City Engineer Name: Richard E. Nowicki, AIA Title: Principal Department: PW - Inspection Address: 4719 Viewridge Avenue, Suite City of Carlsbad 200, San Diego. CA 92123 Address: 5950 El Camino Real, Phone No.: 858-277-51 15 Carlsbad, CA 92008 Phone No.: 760-602-6780 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, 5 City Attorney Approved Version #04.01.02 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor‘s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor’s services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 City Attorney Approved Version #04.01.02 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, City will 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 the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act applies to this Agreement and, 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 City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor 7 City Attorney Approved Version #04.01.02 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authoritymontractor to the terms and conditions of this Agreement. rl 7 City Clerk 8 City Attorney Approved Version #04.01.02 If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group 0. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: A Deputy City Attorney NTD EXHIBIT A August 22.2002 Mr. John Cahlll Municipal ProJects Manager CITY OF CARLSBAD 1200 Carlsbad Village Drlve Carisbad. CA 92008 RE: Avlara Community Center NTD Project Number: 2000-0247-01 Subject: Proposal for Service -REVISED Dear John: On behalf of NTD Architects. I am pleased to provide you wlth this proposal for contlnued the Construction Administration services the slte electrlcal work of ILAIZammit. ILAnammit is archilectural service* for the referenced project. At the City's request, we are includlng within requesting an increase in their original foe for Construction Adminlstratlon besed on the final without additional mark-up. The addition of IlAlZarnrnlt is reflected on the Scope of Services scope of work as deslgned. We do not see the increase as unreasonable and include it worksheet attached. We are also including a copy of IWZammil's proposal to PBD Consultants and their request for me fee increase for Construcllon Administration. Our understanding of the project and proposed scope and terms. therefore. are as foliows: PROJECT SCOPE Phase two of lhe project is understood to be the blddlng and construction administration phases of the Aviare Community Center project. The documents are considend complete and plancheck and owner directed comments are understood to be incorporated Into the set by prior contract. SCOPE OF SERVICES BhJcj@ and Construction Administration The services include: Assist City with advertisement & publlc bidding process 1 Attend pre-bid conference (if required), Issua addenda, dlstribute 9 Provide c~nstruction admlnistration services . Attend pre-construction conference Attend Job-site meetings as required - Prepare preliminary punch-list for Architecture1 work. Prepere document clerifications. change requests. change orders. etc. COnStructiOn Administration tees for Sub-coqsultants contracted directly to documents. attend bid opening and recommend award of contract A6sist City with project close-out procedures NTD NTD " Exclusions City of Carlsbad to provide soiis and seismicity report for conslruction admlnistralion . City of Carisbad to reimburse NTD for costs incurred for reproduction of Additional servlces requested by City of Carlsbad of NTDs consulllng purposes. documents for agency approval$. blddlng, and construction at cost X 1,15. engineers will be reimbursed to NTD at cost x 1.15. FEE PROPOSAL Reference attached Architectural Construction Administratian. Scope of Service% ADDITIONAL SERVICES of servlces required, our fees may be negotiated or our services may be prwlded on the basis For extra services or speclal project8 where it is dlfflcult to establish in advance a definitive list of the foilowlng hourly rates of compensation for each classlflcalion of employee: . . ... . .. Drafts erson", .. . * Plus 1.20 mulliplied by the amount billed the Archltectfor services of professional consultants - Relmbursable expenses at cost plus 15%. The above rates are subJect to adjustment8 annualty. Should this meet with your epproval. please sign and return one copy of this proposal to our office for our files. Should you have any further questions please do not hesitate to call. On behalf of the City of Csrlsbad .. - Slgnature Principal RENlmsb Attachments Printed Name and Titie Date: 3 Conanuctlon Adminlstdlon Satvlcw (Including lob-clts meatlngs and dcoumwni praparatlon psr scwe ol le 6 120 s 12.ooo.oo 30 I 4,650.00 36 $ 4.500.W 4 Prallmlnuy Punch List P"nclpsl PWOCI Armltect 1 3s 300.00 Spaclllcalhm WrlIar 5 Dralbperrwn clarlcal 4 s 5 Gub-totll 200.00 s 500.00 2 4 35 S 3,500.00 46 620.00 45 500.00 Clerlcal 35 S 2,450.00 60 $ 3.0W.W 5ub-10bl $ 10,070.00 6 Sub-Consultonla Glruclural Mochmrisal! PlumbhQ Elecfdcar 6 6 6 5 11.048.00 I 7.560.00 3 7.360.(10 Interlor8 Slk Eleclrlfsl Sub-Iota1 4 4 $ 7:200.0 S a,400.00 s 37.IllLDO EXHIBIT 3 AGREEMENT FOR CONSTRUCTION PHASE LANDSCAPE ARCHITECTURE AND CIVIL ENGINEERING SERVICES WITH P & D CONSULTANTS FOR AVIARA COMMUNITY PARK sk@7-&MXH THIS AGREEMENT is made and entered into as of the 6?77T/l day of , 2002, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and P & D CONSULTANTS, INCORPORATED, ("Contractor"). RECITALS A. City requires the professional services of a landscape architecture and civil engineering firm that is experienced in construction phase services of public construction projects. B. Contractor has the necessary experience in providing professional services and advice related to the required said services. C. Selection of Contractor is expected to achieve the .desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit 'A, which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 1 City Attorney Approved Version #04.01.02 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be eighty-two thousand four hundred sixty dollars ($82,460). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to 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 Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City 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 2 City Attorney Approved Version #04.01.02 caused in whole or in part 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will 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-:V". 10.1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Clty Attorney or City Manager approves ..a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 3 City Attorney Approved Version #04.01.02 10.1.4 Professional LiabiIitE Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability. Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 4 City Attorney Approved Version #04.01.02 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name C. Hammann Name Charles Moore Title Deputy City Engineer Title Vice President Department PW - Inspection Address 8954 Rio San Diego Drive, City of Carlsbad Suite 610, San Diego, California 92108 Address 5950 El Camino Real Phone No. 619-291-1476 Carlsbad, California 92008 Phone No. 760-602-6780 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, 5 City Attorney Approved Version #04.01.02 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 City Attorney Approved Version #04.01.02 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, City will 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 the fee, commission, percentage, brokerage fees, gift, or contingent fee, 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, 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 City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor 7 City Attorney Approved Version #04.01.02 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR *By: /,.,Adkd ,ALL h (sign here) /..I (print namehitle) ATTEST: City Clerk a City Attorney Approved Version #04.01.02 If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the ofker(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney EXHIBIT A EXHIBIT “A” AVIARA PARK SCOPE OF SERVICES I. CIVIL ENGINEERING Task 1 -Bidding and Requests for Information (RFIs) The scope and fees for this task are included in P&D’s original design services contract with the City and indicated in Part 6.1 per City Purchase Order No. P109955. Task 2 - Preconstruction Meeting 2.1 Preconstruction Meeting Prepare for and attend preconstruction meeting and provide technical support 2.2 Site Visit Procedures Coordinate and define site visit protocol and procedures. Task 3 - Construction Administration 3.1 Weekly Job Site Meetings Attend weekly job site meetings, when requested in advance by the City’s Construction Manager. A budget of 45 hours has been established for this task. 3.2 Respond to Construction RFIs Provide the City Project Manager with responses to all RFIs within five working days, unless written authorization is given by the City’s Project Manager for an extension of time. 3.3 Review Shop Drawings Review shop drawings, catalog data, test data, samples, and other information that the Contractor is required to submit. Review each submittal for conformance to the Contract Documents. Stamp each page of the submittal with the shop drawings review stamp. Submittals may be accepted, or accepted as noted. Provide a written justification for rejecting a submittal. Return all submittals to the City’s Project Manager within 5 days of receipt. The civil engineer shall make every effort to expedite the submittal review process. 1 City of Carlsbad Aviara Park Scope of Services 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 11. Review Contractor Pay Requests Review monthly contractor pay requests for play structures and site furnishings, landscape, irrigation, grading, utilities, and related civil engineering activities. Consult with City on Contract Revision Issues Consult and advise the City’s Project Manager regarding contract revision issues that may arise during the course of construction. Provide Onsite Construction Observation Visit the project site to monitor and observe specific construction activities as required. Field Issues Address and/or resolve specific field issues within the purview of the approved civil engineering plans and documents as required. Prepare Monthly Summary Reports Prepare monthly reports which will be submitted with P&D’s invoices that delineate tasks and hours for services performed. On-Call Construction Administration Provide on-call construction administration services as may be requested by the City through its construction manager. This task also includes coordination work with the project geotechnical engineer, project’s SWPPP, and utility companies which is outside of Contractor’s responsibilities. Design/Field Support - City Artists Provide design and field support to the City’s Artists, when requested in advance by the City through its Construction Manager. Project Closing Assist the City’s Project Manager in reviewing the status of completion of punch list items associated with the civil engineering site plans and documents. LANDSCAPE ARCHITECTURE Task 1 - Bidding and Requests for Information The scope and fees for this task are included in P&D’s original design services contract with the City and indicated in Part 6.1 per City Purchase Order No. P10995. P&D Consultants, Inc NiPropi999163.W8JIAP-Scopp.doc 2 City of Carlsbad Aviara Park Scope of Services Task 2 - Preconstruction Meeting 2.1 Prepare for and Attend Meeting P&D Consultants will attend a preconstruction meeting and provide the City with a Construction Set of reproducible drawings for the project. This meeting time will also be used to walk the site with the contractor(s) and City representatives to verify existing conditions. Task 3 -Construction Administration 3.1 3.2 3.3 3.4 SiteKlope Grading At the completion of rough grading, P&D Consultants will visit the site to verify that site and slope grading are as anticipated. Variations to plans will be brought to the attention of the City and proper actions will be suggested. Landscape Construction P&D Consultants will provide the City with consultant reviews of all landscape construction tasks which relate to the landscape construction documents. These reviews will include (1) site visits to review the soccer field layout and surface installation, including the adjacent walks and concrete curbs; (2) site walkway layout; (3) playground surfacing installation; and (4) playground layout, including the adjacent walkways and play structure organization. This will also include inspection and approval of landscape and irrigation materials, equipment and play structures, site furnishings, and the Community Center Terrace. Landscape Irrigation P&D Consultants will provide the City with consultant reviews of irrigation system installation at the following critical milestones which will (1) include open trench mainline review; (2) mainline pressure test; (3) open lateral line review; and (4) overall installation and coverage. Landscape Planting P&D Consultants will provide the City with Landscape Planting services which will include (1) selection and tagging of trees; (2) review and recommendations for treatment of relocated trees; (3) tree placement and facing to ensure design intent is being considered; (4) review of typical shrubs and groundcovers provided by the contractor; (5) review of shrub and groundcover placement and planting; and (6) review of turf sod and hydroseeding. P&D Consultants, Inc. N~opi999763.OOsSiAP-Ssopedos 3 City of Carlsbad Aviara Park Scape of Services 3.5 Final Construction Acceptance P&D Consultants will visit the site, at the contractor’s request, to review the project for substantial compliance with the drawings and give written approval by the Landscape Architect. With P&D’s approval of the project, a recommendation will be given to the City to have the contractor begin the maintenance period. 3.6 Maintenance Walks P&D Consultants will provide the City with consultant reviews of the landscape maintenance in accordance with Specification Section 02951 - Landscape Maintenance. P&D will visit the site three times at approximately 30-day intervals, with the contractor’s representative, to review the maintenance and health of the landscape. P&D Consultants will provide the City with a written status report after each visit. This report will indicate the general status of the landscape and outline any areas of particular concern. 3.7 Final Maintenance walk P&D Consultants will perform a final maintenance walk at the request of the City. If acceptable by P&D Consultants, a certificate of substantial conformance will be provided as a recommendation to relieve the contractor of landscape maintenance responsibilities. 3.8 Final Acceptance and Turnover At the request of the City, P&D Consultants will visit the project site at the completion of all construction and maintenance. If appropriate, a letter of final acceptance will be provided and all project-related documents will be given to the City. 111. REIMBURSABLES The City will reimburse P&D for photocopies, printing, reproduction, travel, lodging, graphic supplies, and other materials as authorized by the City for the completion of the project. 4 City of Carlsbad Aviara Park Scope of Services i- , , 1. i AVIARA PARK SCHEDULE OF FEES The following represents the fees for professional services as defined in Exhibit “A”, Scope of Services. Services will be provided on a time-and-materials basis, not to exceed the amount of $82,460.00 without written authorization from the City. Services provided by P&D Consultants will include civil engeering and landscape architecture. Fees for Task 1 of each phase, for Bidding and Requests for Information Services, are included in P&D’s original design services contract for engineering and landscape architecture as defined in Part 6.1 per City Purchase Order No. P109955. P&D is not obligated to perform any services that are not specifically included in Exhibit “A”, Scope of Services. Services requested by the City that are not included in Exhibit “A” shall be performed by a change order per signed authorization by the City prior to commencement of work. Description I No. Of I Hours I Fees I. CIML ENGINEERING Visits Total Engineering Fees: $63,720.00 472 43 1 City of Carlsbad Aviara Park Schedule of Fees Description 1 No* Of I Hours I Fees Visits II. LANDSCAPE ARCHITECTURE I III. REIMBURSABLE.!? I I I $6,000.00 I TOTAL FEES: I 65 I 583 I $82,460.00 Note that there is not a direct correlation between the number of visits and hours per task. Tasks will require various site visits, visits to offsite locations, and office time. P&D Consultants, Inc. NiPmpi999763.0085iAP-Feesdoc 2 City of Carlsbad Aviara Park Schedule of Fees EXHIBIT 4 AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AVIARA COMMUNITY PARK StzPmARrn THIS AGREEMENT is made and entered into as of the 277% day of , 2002. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and B & G CONSULTANTS, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an experienced construction program management firm to assist City with the management of the construction of the City's Aviara Community Park Project, hereafter referred to as the "Project." B. Contractor has the necessary experience in providing professional services and advice related to the services required by City. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A, which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of five (5) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 1 City Attorney Approved Version #04.01.02 5. COMPENSATION The total fee payable for the services to be performed during the initial Agreement term will be four hundred eighty nine thousand eight hundred eighty dollars ($489,880). No other compensation for the services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in both Exhibits 1 and 2 contained within attached Exhibit "A and made part of this agreement. All office equipment, tools, systems, hardware, software, exhibits, remaining consumable supplies, and all other items as outlined in Exhibit 2 of attached Exhibit "A purchased by Contractor and utilized in the performance of the services to be provided herein shall become the property of City and shall be delivered to City in good working order at the conclusion of the services provided by Contractor to City as herein described. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an indeDendent contractor and in pursuit of Contractor's independent calling, and not as an empioyee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to 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 Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 2 City Attorney Approved Version #04.01.02 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City 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 in whole or in part 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will 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-:V". 10.1 Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 3 City Attorney Approved Version #04.01.02 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of three (3) years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability. Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverase. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 4 City Attorney Approved Version #04.01.02 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement, Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: Name: C. Hammann Title: Deputy City Engineer Department: PW-Inspection Citv of Carlsbad Address: 5950 El Camino Real Carlsbad, CA 92008 Phone:760-602-6780 For Contractor: Name: Michael Giffin Title: President B & G Consultants Address: 750 B Street, Suite 1860 San Diego, CA 921 01 Phone: 619-595-7800 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 5 City Attorney Approved Version #04.01.02 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement, 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 City Attorney Approved Version #04.01.02 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, City will 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 the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act applies to this Agreement and, 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 City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor 7 City Attorney Approved Version #04.01.02 on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms CONTRACTOR *By: ATTEST: 8 City Attorney Approved Version #04.01.02 If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Br eputy City Attorney City Anorney Approved Version #04.01.02 9 CITY OF CARLSBAD, AVIARA COMMUNITY PARK Proposed Scope of Construction Management Services 1 .o Basic Services and Responsibilities 1.0.1 I .I 1.2 1.3 1.4 1.5 1.6 Terms - City of Carlsbad shall also be referred to as the “Owner“ and / or “City”. The Construction Manager shall also be referred to as “B&G Consultants, Incorporated,” and I or “CM” Staff Assistance - The CM will provide technical and managerial staff assistance to the City for the specific tasks described hereupon for the construction program. Meetings - Organize, schedule, attend and record all program-related meetings. Reports - Generate and distribute management information reports throughout project detailing progress, schedule, compliance with specifications and financial status. Document Control - Establish and maintain records, design data, drawings, and correspondence pertaining to the project. Project Management Information System (MIS) - Develop a MIS to establish communication between the City, CM, Design Professional@.), contractor and other parties on the Project. Determine the type of information for reporting, the reporting format and the desired frequency for distribution of the various reports. Cost Control - Under the direction of the City, establish cost monitoring and control procedures. Provide monthly cost and cash flow reports to City. a Scope of Construction Management Services - Cont'd 1.7 Consultant Selection -When requested by the City, assist in the selection of consultants, developing lists of potential firms, and criteria for selection, preparing requests for proposal, assisting in reviewing written proposals, assisting in conducting interviews, and making recommendations, and the administration of all consultants retained by the City. 1.8 Consultant Contract Preparation -Assist the City with preparation of the Agreement between the Owner and any required consultant. 1.9 Overall Program Evaluation - Provide preliminary evaluation of the Master Plan program (if available) and individual project budget requirements. With the Architect's assistance, prepare preliminary estimates of construction cost from schematic designs. Assist the City and the Architect in achieving program and individual project budget requirements and design parameters. 1.10 Master Schedule - Prepare a master program schedule based on . ., ., anticipated design and construction schedules, that integrates all reviews, approvals or other action required of review agencies. 1.11 Project Construction Schedule - Prepare a Master Construction Schedule. Critical Path Method scheduling network systems shall be utilized. 1.12 Design Phase Milestone Schedule - Prepare a Milestone Schedule for design work, which shall be a method for judging progress during the Design Phase. 1.13 Permit Responsibility - Monitor, assess, and expedite obtaining permits from governmental agencies and utility companies. 1.14 CM provided Equipment, Materials, and Systems - To the extent not provided by the General Contractor under the terms of their contract, the CM shall provide, subject to a negotiated reimbursement by the City, all equipment, materials, and systems required to undertake and complete the services specified herein. All equipment, materials and systems acquired and I or provided by CM for which City reimbursement has been provided shall become the property of City upon conclusion of the work under this contract. Said equipment, materials, and systems shall be maintained in good working order by CM and shall be turned over to City along with any and all operating manuals, warranties, supplies and all other support hardware and Page 2 of 11 e Scope of Construction Management Services - Cont'd equipment of any kind at the conclusion of the work under this contract. The scope of reimbursable items for which the CM is responsible under the terms of this contract is set forth in Exhibit 2 of this CM Proposal. 2.0 Preconstruction Phase Services 2.1 2.1.1 2.1.2 -r._ 2.1.3 2.1.4 2.1.5 2.1.6 Design Phase Services Design Schedule - If requested by City, recommend project design schedules to the City and work with the design professional to execute schedules. Project Conference - If requested by City, conduct a Project Conference attended by the design professionals, the Owner and others. During the Project Conference, review the project program, the Master Schedule, Design Phase Milestone Schedule and the Budget. Design Review Meetings - If requested by City, coordinate periodic design review meetings, to review design plans and specifications for clarity and completeness and recommend revisions as required. Payment Coordination - If requested by City, review all request for payments by the design professionals and make recommendation for payments. Design Phase Change Order Report - If requested by City, prepare and distribute Design Phase Change Order reports that list Owner approved change orders and effect of the change orders on the Project Budget and the Master Schedule. Project Cost Estimates - If requested by City, prepare for the City approval an estimate of construction costs by using local estimating data based on the Schematic Design Documents prepared by the Architect and consultants. Refine this estimate at completion of the Design Development and Construction Documents phases. Confer with the Architect and City after analyzing the estimates versus the project budget. Page 3 of 11 @ Scope of Construction Management Services - Cont'd 2.1.7 Program Cost Estimates - The CM will continuously review the project budget. He shall confer with the design professionals and the City in these matters in an effort to execute the construction program in the most cost efficient manner. 2.T.8 Value Engineering - Review designs during development to ensure a cost-effective design. Advise on the site use and improvements, selection of materials, building systems and equipment and methods of project delivery. Provide recommendations on feasibility of construction methods, availability of materials, time requirements for procurement, installation and construction. 2.1.9 Construction Management Plan - Prepare a Construction Management Plan. In preparing the Construction Management Plan, consider the master schedule, cost and general design requirements for the Project. Develop various alternatives for the sequencing and management of the construction and make recommendations to the City. 2.1.10 Bidding Document Preparation - Assist in the writing of the General and Special Conditions of the specifications. Review project drawings and make recommendations to City regarding changes, modifications, corrections, clarity, completeness, and other suggested changes. Forward suggested changes to the Design Professional(s) if requested by City. Meet with Design Professional@) and City to coordinate changes. 2.1.11 Procurement Review - Recommend a schedule for the Owners purchase of materials and equipment requiring long lead time procurement, and coordinate the schedule with the early preparation of portions of the Contract Documents by the Architect and their design professionals. 2.2 Bid Phase Services 2.2.1 Pre-Qualifying Bidders - If requested by City, assist City in developing lists of possible general construction bidders and in pre- qualifying bidders. This service shall include the following: preparation and distribution of questionnaires; receiving and analyzing completed questionnaires; interviewing possible bidders, bonding agents and financial institutions; and preparing recommendations for the City. Page4of 11 .a Scope of Construction Management Services - Cont’d 2.2.2 2.2.3 2.2.4 2.2.5 2.2.6 Bidding Assistance - Recommend bidding schedules to City. Assist the Architect in issuing bidding documents to bidders. Assist the Architect with the receipt of questions from bidders, and with the issuance of bid addenda. Pre-Bid Conference - In conjunction with the City, Architect and the other Design Professionals, conduct Pre-bid Conferences. Conferences shall explain the project requirements to the bidders, including information concerning schedule requirements, time and cost control requirements, access requirements, administrative requirements and technical information. Bid Protest - Assist in the review, evaluation and resolution of any protest filed by a bidder. Bid Review - Prepare detailed bid tabulation, review all bids for conformance to requirements review and report on bidders acceptability. Make recommendations to the City for award or rejection of bids. Pre-Award Conference - With the assistance of the Architect (and other Design Professionals), conduct pre-award conferences with successful bidders. Advise the City on the acceptability of subcontractors and material suppliers proposed by the Contractor(s). 3.0 Construction Phase Services 3.1 Pre-Construction Conference - Organize, and record a pre- construction conference. 3.2 On-Site Management and Inspection - Provide an on-site project management team to provide contract administration as an agent of the City and establish and implement coordination and communication procedures among Owner, CM, Architect and other Design Professionals and Contractor(s). Carry out the Construction Management Plan and ensure the project is constructed in accordance with the contract documents. 3.3 Weekly Progress Meetings - Conduct weekly progress meetings, record and distribute minutes. Page 5 of 11 -e Scope of Construction Management Services - Cont’d 3.4 Reports - Prepare monthly project status reports for review by the City. The CM shall furnish 25 copies of said report to City each month through the conclusion of the project. Said report shall contain photographs of periodic construction progress and construction issues of interest and concern to City and CM. 3.5 Permits, Bonds, and Insurance -Verify that the required permits, bonds and insurance have been obtained and are current throughout the project. These documents shall be forwarded to the City with a copy to the Architect. 3.6 Review of Requests for Information, Shop Drawings, Samples and Other Submittals - Review the Contractor’s requests for information, shop drawings, samples and other submittals to determine the anticipated effect on compliance with the project requirements, and Master Schedule. Forward to the Architect (or appropriate design professional) for review. Maintain a log of all submittals and requests for clarification, and expedite processing and approval. ”. 3.7 Cost Loading Construction Schedule - The Contractor’s construction schedule shall have the total contract price allocated among the Contractor’s scheduled activities. Review the contract price allocations and verify allocations are in accordance with contract documents. Review to prevent “front end loading.” Progress payments to the Contractor shall be based on the Contractor’s percentage of completion of the scheduled activities as set out in the construction schedule reports and the Contractor’s compliance with the requirements of the contract documents. 3.8 Daily Progress Reports - Record the progress of the project. Submit written progress reports to the City and the Architect including information on Contractor’s work showing percentages of completion and the number and amounts of Change Orders. Keep a daily log containing a record of weather, number of workers, work accomplished, problems encountered, and other relevant data as the City may require. 3.9 Contractor’s Construction Schedule - Review Contractor’s Construction Schedule and verify that the schedule is prepared in accordance with the contract documents. Construction schedule updates shall be accomplished at a minimum with each progress payment. Page 6 of 11 B) Scope of Construction Management Services - Cont'd 3.10 3.11 3.12 3.1 3 3.14 3.15 ,3.16 3.17 Master Schedule Control - Consistent with the Construction Schedule issued with the bidding documents, and utilizing the Contractors' construction schedules, update the Master Project Schedule incorporating the activities of Contractor, including, processing of shop drawings, product data and samples and delivery of products requiring long lead time procurement. Include the Owner occupancy requirements showing portions of the project having occupancy priority. Photo and Videos - Provide photographic documentation of project site prior to and during construction. Minor Variations in the Work - The CM may authorize variations in the work from the contract documents that do not involve an adjustment in the contract price or time, which are consistent with the intent of the contract documents. Copies of such authorizations will be provided to the City, the Architect andlor other Design Professional(s) as applicable. Rejection of Work - Endeavor to guard the City against defects and deficiencies in the work. As appropriate, require special inspection or testing, recommendations to the Architect (or other Design Professional(s)) regarding special inspection or testing of work not in accordance with the contract documents. Contract Non-Compliance - Endeavor to achieve satisfactory performance from the Contractor(s). Recommend courses of action to the City when requirements of a Contract are not being fulfilled, and the non-performing party will not take satisfactory corrective action. Manage Off-Site Inspection Services - Coordinate off-site inspection services including other special inspection services as may be obtained by City and provided by others. Manage Field Testing Services - Coordinate special field testing services. Surveying - Coordinate surveys to verify lines and grades with contract documents and to provide building benchmarks. Page 7 of 11 e Scope of Construction Management Services - Cont'd 3.18 Contractor's Safety Program - The CM shall require Contractor to prepare and submit for review a safety program, as required by the contract documents. Review safety program to determine that the programs of the prime Contractor performing work at the site, as submitted, provides for proper coordination among their sub- contractors (and other direct vendors of the City not directly under the control of the Contractor) of their respective safety programs. Notify Contractor of safety problems. Direct Contractor to suspend work if imminent hazard is not immediately remedied or a dangerous condition persists. Investigate all accidents. Gather all information relating to any accidents. Prepare accident reports. 3.1 9 Traffic Control and Public Safety - Review and monitor all traffic control and public safety plans as submitted by the Contractor(s) for compliance with all safety laws and regulations. Review all detours, temporary access, signing, delineation and traffic control plans. Report deficiencies to Contractor. 3.20 Cost Accounting - Revise the approved estimate of Construction Cost, incorporate approved changes and develop cash flow reports and forecasts as needed. Maintain cost accounting work performed on the basis of actual costs of labor and materials, or other work requiring accounting records. L: 3.21 Progress Payments - Review payment applications submitted by Contractor to determine if amount reflects progress of Contractor's work. Make appropriate adjustments to each payment application and forward to the City a Progress Payment Report. The report shall state the contract price, payments to date, current payment requested, retainage and actual amounts owed for the current period. 3.22 Change Order Preparation, Negotiation and Processing - Implement systems for processing all Contract Change Orders. Prepare cost evaluations of all contract change orders and reconcile with Architect's cost estimate. Negotiate contract change orders with the Contractor. Prepare contract change order document for execution by Contractor and the City. 3.23 Change Order Reports - Prepare and distribute Change Order Reports during the construction phase. The report shall list all City approved change orders by number, a brief description of the change order work, the cost established in the change order and percent of completion of the change order work. Page 8 of 11 Scope of Construction Management Services - Cont‘d 3.24 Maintain “As-Built” Drawings - Maintain one set of contract documents (i.e., “As-Built‘s’’) with up-to-date information regarding all addenda, substitutions, clarifications and change orders. The As-Built documents will be kept at the jobsite and shall be available to the City and the Design Professionals. 3.25 Record Documents - Maintain at the project site (or other location as deemed appropriate by the City), a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings; product data; samples; submittals, purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which arise out of the Contract@) or work. Maintain records of principal building layout lines, elevations of the bottom of footings, floor levels and key site elevations certified by a qualified surveyor or professional engineer. Make all records available to the City and the design professionals. At the completion of the project, deliver all such records to the Architect on behalf of the City. 3.26 Initial Start-up - With the Architect (and other design professionals as appropriate) and the City maintenance personnel, observe the Contractors check-out of utilities, operational systems and equipment for readiness and assist in their initial start-up and testing. 3.27 Furniture, Fixtures, and Equipment (FF&E) -With the assistance of the City and the design consultants, develop a complete FF&E package including materials supplier and subcontractor request for proposals. Monitor and manage the proposal process including processing of requests for information etc. Provide proposallbid analysis for the City review. Provide required project management services during FF&E installation and post installation phases. 4.0 Post Construction Phase Services c:. 4.1 Final Punchtist - When the Construction Manager considers the Contractor’s work substantially complete, the Construction Manager shall prepare for the Architect a list of incomplete or unsatisfactory items (“punchlist”) and a schedule for their completion. The Construction Manager shall assist the Architect in conducting inspections. Page 9 of 11 a Scope of Construction Management Services - Cont’d 4.2 Final Inspection - Following the Architect‘s issuance of a Certificate of Substantial Completion, evaluate the completion of the work of the Contractor and make recommendations to the Architect when work is ready for final inspection. Assist the Architect (and other appropriate design professionals) conducing final inspections, Secure and transmit to the City the required guarantees, affidavits, releases, bonds and waivers. Deliver all keys, manuals, record drawings and maintenance stocks to the City. Process Owner Notice of Completion for approval. 4.3 Other Agency Documentation - On behalf of the City complete and submit any record and documentation required by the State of California or other agencies. 4.4 Operation and Maintenance Manuals - Coordinate the Contractor’s submission of operation and maintenance manuals. Ensure all manuals are bound, indexed and complete in all respects. f 4.5 Training Maintenance Personnel - Coordinate the training of Ipi. maintenance personnel by the Contractor. Ensure timely scheduling such that the O&M manuals are submitted and approved prior to training. 4.6 Close-out Documentation - Specific attention is to be paid to close- out documents, including, but not limited to the following: All disciplines’ record drawings; unconditional lien waivers from subcontractors, suppliers and vendors; list of contractor and subcontractor addresses, telephone numbers, and contact person; final lien waiver from General Contractor, all warranties and/or guarantees, equipment manuals and maintenance schedules for all related equipment; Certificate of Substantial Completion; copies of all permit inspections by city departments (buildinglsafety, planning, engineering, mechanical, electrical, plumbing, lifekafety), occupancy permit, final completion and notification of acceptance. 4.7 Final Payment - Make recommendation to the City regarding Contractor’s final progress payment. Prepare final progress payment report for submission to the City. Page 10 of 11 * Scope of Construction Management Services - Cont’d 4.8 Final Report - Provide City with a project final report that includes the following: A financial summary of the construction contract, change orders, architectural services, project management services and direct purchase items. A summary of project change orders. A construction summary and schedule review. A summary of final acceptance. 4.9 Occupancy Assistance - Coordinate the planning for move-in and occupancy. Assist the City in implementing their move-in and occupancy plan. 4.1 0 Warranty Coordination -Assist the City during project warranty period if corrective work is required. 5.0 Additional Services 5.1 Services not specifically referenced above shall be determined following negotiations between the City and CM and shall be subject to a separate agreement. Note: All red lettering above represents changes to the Proposed Scope of Construction Management Services document that was contained in the April 19,2002 RFP document from The City of Carlsbad c 1. Page 11 of 11 Construction Management Services Fee Proposal to City of Carlsbad for the Aviara Community Park Project July 1,2002 I. Project Description The Aviara Community Park project consists of an active use public park and recreation facility on 22 City owned acres within the masterplanned residential community of Aviara in the City of Carlsbad. The project includes a synthetic turf lighted soccer facility, natural turf lighted baseball I softball facility, a large tot-lot and open space play area, group picnic areas with sheltered structures, 2 restroom buildings, a maintenance facility with building, and an integrated public art component. The project also includes an 18,000 square foot Community Center building with several interior features and an exterior terrace area. The project also includes 2 parking lots with a total of 272 parking spaces, monument and directional signage, site walls, extensive landscaping, lighting, irrigation and drainage systems and structures, and other features. The project is now being designed by P & D Consultants and is expected to go out to RFP and public bidding in June, 2002 with construction scheduled to begin in early-September, 2002. The total construction budget for the project is +/-$IO million (US$). As part of the management effort of the project the City of Carlsbad has asked B&G CONSULTANTS to provide this proposal for complete construction management services, including pre-construction services, on-site CM services throughout construction, and post-construction services. The specific duties and responsibilities are detailed in Section B of this Proposal. 11. Schedule Duration As your Construction Manager our management responsibilities will take place during all three phases of the project (i.e., Pre-Construction Phase, Construction Phase and Post-Construction Phase). Accordingly, we have assumed these phases of the project to have the following time periods and duration(s): Construction Management Services Fee Proposal Aviara Community Park Project July 1,2002 Page 2 Pre-Construction Phase Construction Phase Post-Construction Phase 14 weeks (July 1, 2002 - October 8,2002) 55 weeks (Oct. 9,2002 - October 28,2003) 8 weeks (Oct. 29,2003 - December 28,2003) 111. Construction Management Fee Proposal a. Estimated (Hourly) Fee Proposal B&G CONSULTANTS proposes to provide construction management services to the City of Carlsbad on an hourly fee basis in accordance with the Fee Schedule set forth in Exhibit 1 of this section. The hourly fees as set forth in Exhibit 1 are exclusive of reimbursable expenses and professional liability insurance premium costs (see Exhibit 2). b. Hourly Rate Proposal (for Additional Services) For additional consulting services which, may be requested by the City of Carlsbad. the following hourly rates shall apply through the period ending December 28. 2003: Staff Function Hourlv Rate Principal (Michael Giffin and Antonio Piscitello) $125/hour Senior Construction Manager (Keir Toth) $1 15/hour Project Engineer Clerical/Administrative $95/hour $48/hour c. Reimbursable Expenses Estimated reimbursable expenses, including professional liability insurance premiums, related to our CM services are set forth in Exhibit 2 of this Proposal. Please note that the scope of reimbursable expense items set forth in Exhibit 2 do not include on-site trailer and related facilities for the CM function, nor do they include incoming utility line costs to support the on-site trailer. Also excluded are trailer furniture and furnishings. It is anticipated that all of these items will be supplied by the General Contractor as part of their RFP / bid process. A complete list of these exclusions is contained within a DRAFT dated April 26, 2002 and forwarded to John Cahill. Page 2 Aviara Community Park Project Construction Management Services Fee Proposal July 1,2002 Page 3 d. Exclusions to Construction Management Fee Proposal I. Scope of services excluded from Proposed Scope of Construction Management Services in Section B. 2. Furnished jobsite trailer facility, etc. as referenced above Page 3 Description Exhibit 1 - Fee Schedule Aviara Community Park Project Estimate of Construction Management (Staff) Fees 1Jul-02 Estimated Estimated Hours Unit $/Unit Duration Total Phase I: Pre-Construction (Julv 1. 2002 - October 7. 2002 Principal 4 hours Sr. Construction Manager 10 hours ClericalIDocument Control 3 hours Phase II: Construction (October 8. 2002 -October 28. 2003) Principal 2 hours Sr. Construction Manager 40 hours ClericalIDocurnent Control 24 hours Phase 111: Post-Construction (October 29. 2003 - December 28. 2003) Principal 2 hours Sr. Construction Manager 40 hours ClericalIDocument Control 8 hours $125 $115 $48 $125 $1 15 $48 $125 $1 15 $48 14 weeks 14 weeks 14 weeks 55 weeks 55 weeks 55 weeks 8 weeks 8 weeks 8 weeks $7,000 $16,100 $2,016 $13,750 $253,000 $55.296 $2,000 $36.800 $3,072 Total Estimated Construction Management (Staff) Fees $5,052 77 weeks $389,034 ~~ Notes: 1) Hours budgeted above are only an estimate of the total hours required for B&G to complete the assigned tasks; actual hours necessary lo complete tasks may be greater or less than budgeted hours. Any hours worked or 2) Hourly staff rates for work performed after November 30, 2003 shall be escalated at a rate of 6% per annum. invoiced in excess of budgeted hours must first be approved in writing by Owner. 4) Hourly staff rates do not include Professional Liability insurance premiums. 3) Hourly staff rates do not include reimburseable fees. Reimbursable fees are indicated on Exhibit 2 Item Reimbursable Description Exhibit 2 - Reimbursable Expenses Schedule Aviara Community Park Project Estimate of Reimbursable Expenses 1JUl-02 Estimated Estimated Estimated Quantity Unit $/Unit Total 1. Notebook Computer wlmodem 2. Stationary Computer Workstation wlmonitor 4. Network Hardware 3. JAZ Drive Back-up 5. Multi-Function Copier (color), Scanner, Fax, Printer 6. Line Conditioners 7. Prolog PM Software 8. MS OfficePro Software 9. Norton Anti-Virus Software 10. WinFaxPro Software 11. MS Project Scheduling Software 12. Back-up Software 13. Computer System(s) Installation & Svc. Agreement 14. Enhanced Warranty for Computer System@) 16. Camera -Digital 15. Cellular Phone/Pager 17. Small Refrioerator Office and Other EauiDment: 18. Desk Accessories, Hardhats. Miscellaneous 19. Subtotal -Office and Other Equipment -~ ~ ~ 20. 21. 22. 23. 24. 26. 25. 28. 27. 1 1 2 2 1 2 2 2 2 2 1 2 1 2 1 1 1 each each each each each each each each each each each each each each each each each $2,500 $2,750 $600 $650 $2,200 $800 $25 $550 $125 $125 $500 $125 $1,250 $200 $150 $250 $525 $2,500 $1,200 $2,750 $1,300 $2,200 $50 $1,600 $1,100 $250 $250 $500 $250 $1,250 $400 $1 50 $525 $250 1 each $400 $400 $16,925 Monthlv ExDenses: Cellular and Paging Telephone 15 month $135 Computer and Ofiice Equipment Maintenance 15 month $250 DSL Internet Service 15 month 15 Consumable Office Supplies 15 month $200 Document Reproduction, Binding & Blueprinting month $380 15 Messenger and Notarv Services month $325 15 month $1 00 $200 Postageand Federal Express Subtotal - Monthly Expenses ~~ 15 month $1 90 29. Travel ExDenses: 30. Job Mileage (excludes daily commute) 31. Parking Fees 32. Transportation 33. Car Rental $2,025 $3,750 $3,000 $3,000 $5,700 $1,500 $4,875 $26,700 $2,850 15 month $1 35 0 Is $0 0 Is $0 0 $2,025 $0 $0 Is $0 $0 Page 1 of 2 Exhibit 2 - Reimbursable Expenses Schedule -continued Aviara Community Park Project Estimate of Reimbursable Expenses lJu142 Item Reimbursable Description Estimated Estimated Estimated Quantity Unit $/Unit Total 34. Lodging 35. Entertainment & Meals 0 Is $0 $0 0 Is $0 $0 36. Subtotal -Travel Expenses $2,025 37. Subtotal Reimbursable Expenses 38. Mark-Up (7% of Subtotal of item 37) $45.650 $3,196 39. Subtotal (items 37 + 38) $48,846 40. $1 mm E&O Insurance - 3 year "tail" (no mark-up) 1 Is $52,000 $52,000 41. Total Reimbursable Expenses (item 39 + 40) $100,846 Notes: 1) The scope of reimbursable items referenced above do not include on-site trailer and related facilities for the CM furnishings. All of these items are intended to be supplied by the General Contractor as part of their RFPIbid process. These function. nor do they include incoming utility lines costs to support on-site trailer. Also excluded are trailer furniture and A complete list of these exclusions are contained within a DRAFT dated April 26, 2002 and forwarded to John Cahill Page 2 of 2 September 20, 2002 Carol Pearson 3265 Highland Avenue Carlsbad, CA 92008 Re: Request for Information Dear Carol: You had previously requested that the Carlsbad City Clerks Office notify you whenever an issue regarding the Capital Improvement Program is placed on a Council Agenda. Enclosed is the Carlsbad City Council Agenda for Tuesday, September 24,2002. Please note that Item No. 3, on the Consent Calendar, is requesting the City Council to adopt Resolution No. 2002-282, approving three agreements for the Aviara Community Park Project. Please note that the Carlsbad City Council Meeting will begin at 6:OO p.m. If you have any questions, please contact the Carlsbad City Clerks Office at (760) 434-2808. Sincerely, unice Breitenfeld Deputy City Clerk Enclosure 1200 Carlsbad Village Drive - Carlsbad, CA 92008-1989 - (760) 434-2808 @