HomeMy WebLinkAbout2004-02-10; City Council; 17498; Agreement for Design Services for Pine School Parkn w
IT a
6
a a
.. z 0 F 0 4
J 5 2 3 0 0
AB# 17,498
MTG, 2-10-04
DEPT. Recreation
CITY OF CARLSBAD -- AGENDA BILL
TITLE :
AGREEMENT FOR DESIGN SERVICES
FOR PINE SCHOOL PARK
CITY ATN
ClN MGR.
RECOMMENDED ACTION :
Adopt Resolution No. 2004-042 approving the design agreement with Schmidt
Design Group, Inc. for Pine School Park.
ITEM EXPLANATION :
In January 2003, the City Council approved, in concept, the Master Plan for Pine School Park
(also known as the Northwest Quadrant Community Park) and directed staff to proceed with
processing entitlements. With the subsequent approval of the Conditional Use Permit by the
Planning Commission on December 17, 2003, staff is ready to proceed with final design of the
park. The final design does not include the community center, which is currently scheduled for
fiscal years 2010-14.
Schmidt Design Group was selected in March of 2002, in accordance with the City’s consultant
selection process, to be the design consultants for Pine School Park. They were selected to
provide master planning, preliminary, and final design services. To date, they have successfully
completed the park master plan and preliminary design. Their original contract and subsequent
amendments will expire in March 2004, prior to completion of the required final design work.
Therefore, it is necessary to execute a new contract (Exhibit 3) for the final design phase, which
is expected to be complete this summer.
Construction of the park is scheduled to start toward the end of 2004, with park opening at the
beginning of 2006
ENVIRONMENTAL REVIEW:
On December 17, 2003 the Planning Commission adopted a Negative Declaration and approved
CUP 03-18 for Pine School Park.
FISCAL IMPACT:
Staff has negotiated an agreement in the amount of $249,060 for Schmidt Design Group, Inc. to
complete the final design documents. Sufficient funds are available in the Pine School Park
Capital Improvement Program account (Public Facility Fee funds) to cover this contract.
EXHIBITS:
1. Resolution No. 2004-042
2. Location Map of Northwest Quadrant Community Park (Pine School Park)
3. Design agreement with Schmidt Design Group, Inc. for Pine School Park
DEPARTMENT CONTACT: Scott Bradstreet, (760) 434-2856, sbrad@ci.carlsbad.ca.us
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
RESOLUTION NO. 2004-042
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CAFUSBAD, CALIFORNIA, APPROVING THE AGREEMENT FOR
LANDSCAPE ARCHITECTURAL CONSULTING SERVICES FOR
PINE SCHOOL PARK WITH SCHMIDT DESIGN GROUP, INC.
WHEREAS, the City Council has determined it necessary, desirable, and in the public interest to
appropriate funds and has budgeted in the 2003-2004 Capital Improvement Program for final design
services; and
WHEREAS, on December 17,2003, the Planning Commission, adopted the Negative Declaration
and approved the Conditional Use Permit for Pine School Park; and
WHEREAS, the Schmidt Design Group, Inc. has successfully completed the Master Plan and
preliminary design; and
WHEREAS, a fair and equitable fee was negotiated with Schmidt Design Group for a determined
scope of work to complete final design documents.
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. The Consultant Agreement for landscape architectural consulting services for Pine School Park
with Schmidt Design Group, Inc. is hereby approved and the Mayor and City Clerk are
authorized and directed to execute said agreement.
PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held
onthe loth day of February - ,2004 by the following vote, to wit:
AYES: Council Members Lewis, Finnila, Kulchin, Hall and Packard
ATTEST
EXHIBIT 2
AGREEMENT FOR LANDSCAPE ARCHITECTURAL CONSULTING SERVICES
FOR PINE SCHOOL PARK
Schmidt Design Group, Inc.
THIS AGREEMENT is made and entered into as of the * day of
, 2004, by and between the CITY OF CARLSBAD, a municipal
and SCHMIDT DESIGN GROUP, INC., a Corporation,
("Contractor") for design services for Pine School Park.
RECITALS
A. City requires the professional services of a landscape architecture firm
B. Contractor has the necessary experience in providing professional
C. Contractor has previously prepared the Master Plan and preliminary
D. Selection of Contractor is expected to achieve the desired results in an
E. Contractor has submitted a proposal to City and has affirmed its
that is experienced in park development.
consulting services for the preparation and coordination of construction documents.
design for Pine School Park.
expedited fashion.
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 one (1) year 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 One
hundred thousand dollars ($1 00,000) 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
4.
Time is of the essence for each and every provision of this Agreement. Contractor
agrees to complete all work specified in the scope of work by June 30, 2004.
TIME IS OF THE ESSENCE
5. COMPENSATION
The total fee payable for the services to be performed during the initial Agreement term
will be Two hundred forty nine thousand and sixty dollars ($249,060). 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.
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.
10. 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-:VI'.
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.
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.
Professional Liabilitv. 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.
10.1.4
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
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
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 Providing 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:
Scott Bradstreet Glen Schmidt
Park Planner President
Recreation Administration Department
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
Schmidt Design Group, Inc.
2655 Fourth Avenue
San Diego, California 921 03
(760) 434-2826 (61 9) 236-8792
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,
City Attorney Approved Version #04.01.02
5
8
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 (1 0) 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.
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
6
City Attorney Approved Version #04.01.02
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 solicitor 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
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
7
City Attorney Approved Version #04.01.02
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.
Emaikqschmidt @ schmidtdesiqn.com ATTEST:
City Clerk -
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
By:
Deputy City Attorney
City Attorney Approved Version #04.01.02
8
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of Californ
personally appeared
rsonally known to me
eoved to me on the basis of satisfactory
evidence
to be the persod whose name&fis/’
subscribed to the within instrument and
acknowledged to me that he/skefthe)cexecuted
the same in his- ’ authorized
capacitm and that by his/b&thek signaturwn the instrument the persow or
the entity upon behalf of which the personfsj
OPTlONA L
Though the information below is not required by law, it may prove valuable to persons reking on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Title or Type of Docu
Document Date:
Signer(@ Other Than Named Above:
U Capacity(ies) Clai
Signer’s Name:
gividual
orporate Officer - Title(s): 0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
Guardian or Conservator 0 Other:
Signer Is Representing: -
0 1999 National NotavyAssociation - 9350 De Soto Ave.. P.O. Box 2402 - Chatsworth. CA 91313-2402 * w.nationalrotav.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
SCHMIDT DESIGN GROUP, INC.
BALANCING ARTISTIC EXPRESSION IN DESIGN WITH ENVIRONMENTAL SENSITIVITY
9 0 a a &,, rl) www.schmidtdesign.com
2655 Fourth Avenue, San Diego, CA 92103 Lic. CA 2138, NV 219, AZ 34139
telephone (619) 236-1462 facsimile {619} 236-8792
December 23,2003
Scott Bradstreet
Park Planner
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
Regarding: Pine School Park Additional Services -
100% Construction Documents and Bid Administration - Phase 1
(Revised)
Dear Scott:
Thank you for the opportunity to provide the following additional services to finalize the
Construction Documents and Specifications from the previous submittal for the above
referenced project. As previously requested we will provide utilities for the future Community
Center and locate the capped services near the building footprint. However, all utilities for the
building will be to the proposed footprint and capped for future connections. The following
reflects our understanding of what is required for this portion of the project.
SCOPE OF WORK
100% Construction Documents
Traffic Control and Signing/Striping Plans
Storm Water Pollution Prevention Plan
Reimbursable / Reproduction Costs
Our anticipated design team for the 100% Construction Document phase ofthis project is as
follows:
0 The Schmidt Design Group, Inc. will act as the prime consultant and provide contract
administration, and lead Landscape Architectural design services and project
management.
Flores Lund Consulting will provide Civil Engineering.
Turpin & Rattan, Inc. will provide Electrical Engineering services.
Linscott, Law, & Greenspan, Inc. will provide Traffic Engineering services.
Ninyo and Moore will be provide geotechnical review ofthe construction documents
package for conformance to the geotechnical report.
DiCeronimo-Mikula Associates, LLC will provide synthetic turf consultation for design and
construction of the synthetic turf field.
0
0
0
0
0
EXHIBIT A
The names and addresses of the design team follows:
Prime Consultant, Landscape Architectural Design, Project Management
Schmidt Design Group, Inc.
2655 Fourth Avenue
San Diego, CA 92103
Phone (619) 236-1462
Civil & Structural Engineering
Flores Lund Consulting (FLC)
7220 Trade Street, Suite 120
San Diego, CA 92121
(858) 566-0626
Electrical Engineering
Turpin & Rattan Engineering
4719 Palm Avenue
La Mesa, CA gig41
(619) 466-6224
Traffic Engineering
Linscott, Law & Creenspan, Inc.
1565 Hotel Circle South, Suite 310
San Diego, CA 92108
(61 9) 299-3090
Ceotechnical Engineering
Ninyo and Moore
5710 Ruffin Road
San Diego, CA 92123
(858) 576-1 000
Synthetic Turf Consultant
DiCeronimo-Mikula Associates, LLC (DMA)
P.O.Box 524, 5 Apple Hill Road
Sturbridge, MS 01566
(508) 347-51 84
Project # 01-600.05
December 23, 2003
Page 2
S:\PROPOSALS - CONTRACrS\PROP-CONTRCr-WBLIC-RFQ\PARKS\ClTY OF CARLSBAD\oz-4oj PINE SCHOOL PARK\mn-40j.4\PINE SCHOOL PARK-CD1z-23
qREV.DOC.
Project # 01-600.05
December 23,2003
Page 3
Scope of Work and Fee Proposal
BASIC SERVICES
A. CONSTRUCTION DRAWINGS
Landscape Architecture - Schmidt Design Group, Inc. - Prime Consultant
We will prepare the following construction drawings in detail for 75%, go% loo%, and Final Bid Document submittals.
1.
2.
3.
4.
5-
6.
7.
8.
9.
Construction Plan - This plan will provide locations and detail references for all pedestrian
paving and landscape construction improvements.
Sidewalk connections to the existing east entrance into the Senior Center and the parking
lot will be shown.
Construction Details - Construction details will be prepared for pedestrian and landscape
construction improvements such as (but not limited to) mow strips, fencing (if necessary),
seat walls, paving, decorative paving, playgrounds, overhead shade structure, median
design, enhanced concrete pedestrian paving, etc. We will provide coordination with the
project Civil Engineer regarding finish grading and drainage to be included in their
drawings.
Planting Plan - This plan will locate and identify all plant material to be used indicating
botanical name, common name, and proposed container size. The Chestnut Avenue and
traffic circle planting improvements will be shown on separate sheets so that they may be
included in both the Street Improvement Plans and park construction documents.
Irrigation Plan - This plan will indicate the location of the mainline, point of connection,
and general irrigation requirements. The irrigation system will be designed for future
reclaimed water and will be specified with purple piping and equipment as required. A
legend will be shown to indicate the irrigation equipment being proposed. Irrigation plans
will also include improvements within the Chestnut Avenue and turn-circle improvements.
An additional title sheet will be provided for a separate irrigation submittal to the City as
well as the local water district.
Irrigation, Planting notes, details and specifications as required to carry out the preceding
work.
Specifications -will be prepared in Greenbook format. CSI format specifications may also
be provided based on needs for clarification.
Opinion of Probable Costs - will be prepared and submitted for each of the review
submittals and Final Bid Documents.
Locations of portable buildings between the proposed east parking lot and the existing
northeast parking lot will be shown. Building sizes and requirements are to be provided by
the City of Carlsbad.
The multi-purpose field will be constructed of synthetic turf including sub-surface drainage
per synthetic turf consultants specifications. The technical specifications for this material
will be provided by the City of Carlsbad and reviewed and revised by the synthetic turf
consultant as necessary. Plans and details for the synthetic turf, infill and sub-drainage
will be coordinated with the synthetic turf consultant.
S:\PROWSALS - CONTRACTS\PROP€ONTRCT-PUBLIC-RFQ\PARKS\CllY OF CARLSBAD\oz-4q PINE XHOOL PARK\oz-@)4\PINE SCHOOL PARK€D-iz-z3
03~~v.00~.
Project # 01-600.05
December 23,2003
Page 4
io. We will coordinate the design and detailing ofthe art nodes with Kim Emerson, selected
artist for the tile art sculptures.
11. We will attend meetings with the City to facilitate the development ofthe preceding scope
of work. We anticipate up to a maximum of 24 man-hours (8 meetings x 3 hours = 24
hours).
100% reviews.
12. We will provide redline coordination with the City of Carlsbad during the 75%, go%, and
13. We will submit specifications with the go% and final plan check.
14. Revise plans per City comments and resubmit until approval is reached.
15. After plans are approved, we will submit a mylar plan to the City for signatures.
16. CD’s with all final documents including plans and specifications will be provided to the
City of Carlsbad. These documents will be in AutoCAD and Word formats.
Civil Engineering - Flores Lund Consultants, Inc.
On-Site Improvements
1. Civil Engineering services for onsite improvements, consisting of preparation of
construction documents for onsite demolition, grading, storm drainage, sewer system,
domestic water supply, onsite fire water supply, hydrology calculations, pavement layout,
hardscape layout, retaining wall less than five (5) feet in height, horizontal and vertical
control, preparation of Division 2 sitework specifications and attend up to (3) meetings.
2. Will coordinate with both Schmidt Design Group, Inc. and the synthetic turfconsultant on
the sub-surface drainage system design and will incorporate the consultants
recommendations into the plans and details.
Off-Site Improvements
I. Civil Engineering Services for offsite improvements, consisting of preparation of City of
Carlsbad Public Improvement Plans for improvements to Chestnut Avenue and Harding
Street, consisting of the following:
a. Enhanced pavement crossings at east and west end, and one crossing at the
approximate mid-point of Chestnut Avenue. b. Planting island along the approximate centerline of Chestnut Avenue.
c. Traffic circle at Chestnut and Jefferson. d. Revising parking configuration to provide some parallel parking.
e. Curb cut (driveways) at access points along Harding Street.
Redline coordination with the City of Carlsbad during the 75%, go%, and 100% reviews will be
included.
Structural Engineering - Flores Lund Consultants, Inc.
1. Structural Engineering services for onsite improvements, consisting of preparation of
construction documents for pavements, retaining walls, shade structures, seat walls, etc.,
preparation of specifications and attend up to (3) meetings.
S\PROPOSALS . CONTRAffS\F’ROP€ONTRff-PUl3LIC-RFQ\PARKS\CIlT OF CARLSBAD\oz-40) PINE SCHOOL PARl(\oz-403.4\PtNE SCHOOL PARK-CD-IZ-Z~
o)REV.DC€.
Project # 01-600.05
December 23,2003
Page 5
Redline coordination with the City of Carlsbad during the 75%, go%, and 100% reviews will be
included.
Ceotechnical Engineering - Ninyo and Moore
The Geotechnical Engineer on record, Ninyo and Moore, Inc., will review the contract
documents and veri6 that the specifications, drawings, details and notes within the contract
documents are in conformance with the recommendations shown within the previously
prepared geotechnical report at the 100% review level.
Electrical Engineering - Turpin and Rattan, Inc.
The scope of services for the Construction Document Phase of work will consist of plans and
1.
2.
3.
4.
5.
6.
7.
8.
9.
specifications for bidding purposes, which will include the following tasks and/or electrical
system designs. The scope of work will include site electrical and telephone service, power
distribution, SDC&E and PacBell conduits to future building pad for the recreation center, field
lighting for the play fields, lighting controls for the fields, parking lot lighting, power for
irrigation and site signage. The scope also includes point-by-point foot-candle calculation for the field lighting and the spillage, specifications, cost estimates, construction administration
services and The contract documents will conform to the standard of care for a project ofthis
type, size and complexity. The design and engineering for this phase of the work will comply
with accepted electrical engineering practices.
The final coordination for the site electrical service with San Diego Gas & Electric will be
completed. The site electrical service will include all sub-structGes, duct banks, and
transformer pads that will comply with the utility company’s requirements.
Coordination with San Diego Gas & Electric regarding overhead poles in conflict with site
improvements.
Final coordination with Pacific Bell for the site telephone service. The site telephone
service will include all sub-structures and duct banks, which will comply with the telephone
com pa ny’s requirements.
Exterior lighting design will consist of parking lots, pedestrian pathways, and sports fields.
Conduits and hand-holes will be designed for the future pathway lighting. The exterior
lighting design will comply with any outdoor lighting ordinances adopted by the local
municipality.
The landscape architect will determine any other exterior lighting design including signage,
monuments and other areas as identified.
Exterior lighting controls will be designed. The play field lighting controls will be located at
each field at a location determined by the client.
Miscellaneous branch circuiting will be provided to accommodate special requirements
noted by the client. This will include irrigation contollers, pumps, and receptacles at
various locations.
Exterior electrical distribution will be completed including load calculations, voltage drop
calculations, and short circuit calculations. All feeders shall be sized to include 25% future
growth including the Community Center.
Plans will include conduit and pull boxes for the future scoreboard. Wiring within this
conduit will not be included. This conduit will be located within the foul ball territorv.
io. Will coordinate with Musco Lighting to design the exterior ball field lighting. This sistem
will be set up for satellite control by Musco.
S:\PROPOSALS - CONTRACrS\PROP-CONTRCr-WBLIC-RFQ\PARKS\C~Y OF CARLSBAD\oz-4q PINE SCHOOL PARK\oz-~o~.~\PINE SCHOOL PARK-CDiz-zg-
o3REV.DOC.
’ 17
Project # 01-600.05
December 23,2003
Page 6
11. Attendance of up to (4) meetings with the client and the entire A/E team to determine the
12. Estimate of probable electrical construction costs will be established for budgeting
13. Agency review and plan check corrections will be completed.
14. Specifications will be completed for all electrical components of the project. Specifications
15. We will provide redline coordination with the City of Carlsbad during the 75%, go%, and
specific electrical scope requirements.
purposes only.
will utilize the Greenbook and CSI format.
100% reviews.
1.
2.
3.
4-
5-
6.
7.
8.
Traffic Control and SigninP/Striping Plans - Linscott Law &. Creenspan, lnc.:
Plans will supplement the roadway improvement plans to be prepared by Flores Lund
Consultants, Inc. The plans will focus on improvements to Chestnut Avenue, including the
traffic circle at Jefferson Street. We propose closing Chestnut Avenue during construction due
to the large extent of improvements needed. It is assumed that the contractor will prepare any
required traffic control plans needed for driveway cuts on Harding Street or for the alley west
of Jefferson Street.
The following Scope of Work is recommended for the preparation of the Traffic Control and
Signing/Striping Plans:
Obtain and review existing roadway improvement plans for the project area from City of
Carlsbad, Schmidt Design Group, Inc., and Flores Lund Consultants, Inc., electronically, if
available. Obtain record copies of improvement plans for the streets not available
electronically.
Incorporate into AutoCAD the street sections not available electronically, which are
necessary to present required base information for the traffic control. These
enhancements will be conducted through a field visit and/or record copies.
Coordinate with City for pertinent street/signal design standards.
Visit and photograph project site to verif) existing electrical equipment, curb and gutter
conditions, and general surface conditions. Make extensive field notes.
The signing/striping plans will include all pertinent information regarding the proposed
striping. This includes reference to specific City of Carlsbad and Caltrans standards,
appropriate dimensioning of tapers and turn pockets, type of striping (paint vs.
thermoplastic), locations of pavement markings/arrows and placement of any required
raised pavement markers.
Prepare signinglstriping plans at 40 Scale for Chestnut Avenue between Harding Street
and the alley west of Jefferson Street. All dimensions are approximate and will be
determined during the final design process. We estimate that the signing/striping plans
will require one plan sheet and one title sheet.
Traffic control plans will include all pertinent information. This includes reference to
specific City of Carlsbad and Caltrans standards, appropriate dimensioning of tapers, type
of signs, flashing arrow boards, concrete barriers, temporary traffic signal operations,
cones, barricades, parking restrictions, and detours. It is proposed to close Chestnut
Avenue during construction and detour traffic to Palm Avenue.
Prepare traffic control plans at 40 Scale for up to 2400 feet per sheet. The traffic control
plan set will contain one sheet plus a title sheet.
S\PROPOSALS - CONTRAffS\PROPCONTRff-PUBLIC-RFQ\PARKS\CiTY OF CARLSBAD\oz-40) PINE SCHOOL PARK\oz-~o~~\PINE SCHOOL PARK-CD-IZ-Z>
oiREV.DOC.
Project # 01-600.05
December 23,2003
Page 7
9. We will provide redline coordination with the City of Carlsbad during the 75%, go%, and
100% reviews.
io. Submit specifications with the go% and final plan check.
11. Attend up to (4) meetings.
Synthetic Turf Consultant - DiCeronimo-Mikula Associates, LLC (DMA)
The scope of services for the synthetic turfarea includes the following:
A. Initial Site Evaluation and Consultation
1. Work with the established meeting dates for review of the project and meetings with
Administration and Committees.
2. Evaluate scope of construction and various products.
3. Review the Master Plan and incorporate the needs within this plan view.
4. Estimate project budget and alternatives for the turf option.
5. Review the budget and options. 6. Review of initial costs and long-term maintenance projections over 20 years.
7. Develop preliminary facilities budget costs. 8. Review the preliminary budget costs as they relate to the final scope of work.
9. Develop final project costs.
B. Construction Documents
1. Review the Survey of the existing site conditions.
2. Review the survey and the proposed drainage plans for the synthetic turffield.
Additionally provide the proposed control plan.
3. Assist in developing the technical specifications for:
0
0
0
0
0 Athletic fields surface specifications.
0
4. Through selected alternates, develop project budget and alternate costs.
5. Review usage plan with the City. 6. Review final plan usage
7. Refine final specifications to cover full construction documents.
8. Reconfirm budget for project.
9. Assist in the development of the construction documents. io. Provide redline coordination with the City of Carlsbad during the 75%, go%, and 100%
reviews.
Site work and earth balancing.
Field drainage system and Drainage supplements for the adjacent areas.
Athletic fields subbase and Base construction.
Athletic fields performance requirements for tolerance.
Athletic fields layout and Game line requirements.
S:\PROPOSALS - CONTRACTS\PROP-CONTR~-PUBLIC-RFQ\PARKS\CI’IY OF CARLSBAD\oz-@) PINE SCHOOL PARK\OZ-~O).~\PINE SCHOOL PARK-CD-iz-zp
03REV.DOC.
Project # 01-600.05
December 23,2003
Page 8
Construction Document Summary
Landscape Architecture - Schmidt Design Croup, Inc.
Civil Engineering - Flores Lund Consultants, Inc., On-Site
Civil Engineering - Flores Lund Consultants, Inc., Off-Site
Structural Engineering - Flores Lund Consultants, Inc.
Ceotechnical Engineering - Ninyo and Moore
Electrical Engineering - Turpin and Rattan, Inc.
Traffic Control and SiernindStripine; Plans - Linscott Law & Creenspan, Inc.:
Synthetic Turf Consutantl-' DiGer&tirno-Mikula Associates, LLC (DMA)
Total Service Fee, Item A, Lump Sum
$72,000.00
$54,510.00
$865.00
$46,405.00
$226,565.00
$27,945.00 $7,015.00
$10,350.00
$7,475.00
B. Stormwater Pollution Prevention Plan (SWPPP):
The preparation of the Construction Phase Stormwater Pollution Prevention Plan (SWPPP), in
accordance with Federal NPDES requirements for sites exceeding 5-acres in disturbed area,
consisting of preparation of SWPPP, narrative documentation and Notice of Intent (NOI).
Total Service Fee, Item B, Lump Sum $71475.00
C. Bidding; Process:
1. During bidding, we will be available for questions relating to the proposed work,
including written addenda.
2. We will attend a pre-bid meeting, which will include our consultants.
Bid Processing Summary
Landscape Architecture - Schmidt Design Croup, Inc. $3,000.00
$575.00
Civil Engineering - Flores Lund Consultants, Inc..
Electrical Engineering - Turpin and Rattan, Inc.
Synthetic Turf Consultant - DiCeronimo-Mikula Associates, LLC (DMA)
$1,725.00
$1,725.00
$575.00
Structural Engineering - Flores Lund Consultants, Inc.
Traffic Control and Signing/Striping Plans - Linscott Law & Creenspan, Inc.:
Total Service Fee, item C, Hourly, Estimated Not-to-Exceed
$920.00
$9,020.00
D. Reimbursable / Reproduction Costs
1. Costs for plotting from CAD, blueprinting, copying etc. for the purposes of producing
reproducible original drawings. These reproducible drawings will be turned over to the
city for use in printing bid sets.
Reimbursable / Reproduction Costs, Item D,
Time and Materials Basis (estimate): $6,000.00
S\PROPOSALS . CONTRACTS\PROP-CONTRCT-PUBLlC-RFQ\PARKS\CllT OF CARLSBAD\oa-403 PINE SCHOOL PARK\OZ-~O~..+\PINE SCHOOL PARK-CD-12-23
o3REV.DOC.
20
Project # 01-600.05
December 23,2003
Page 9
Fee Summary - Basic Services
A. Construction Documents
B.
C. Bidding Process
Stormwater Pollution Prevention Plan (SWPPP):
$226,565.00
$9,020.00 $7,475.00
D. Reirnbkable / Reproduction Costs $6,000.00
GRAND TOTAL BASIC SERVICES $249,060.00
THE CLIENT’S RESPONSIBILITIES
I. Promptly notify the landscape architect of any changes or revisions in the project
(site conditions, etc.).
2. Provide full information as to the requirements of the project, including budget
limitations and scheduling.
3. The CITY shall notify the Consultant of administrative procedures required and name representatives, if any, authorized to act in its behalf.
4. The CITY shall review documents submitted by the Consultant and shall promptly
render decisions pertaining thereto to avoid unreasonable delay in the progress of
the project.
5. Advertise for proposals from bidders and administer the opening of bids. 6. With the assistance of the Consultant, obtain approval of all governmental
authorities that have jurisdictional over the project.
SCOPE OF SERVICES DOES NOT INCLUDE
I. Changes in the scope of project or services.
2. Modifications to the design based on issues unrelated to our work.
3. Attendance at meetings beyond those noted on scope of work. 4. Perspective drawings.
5. Investigation of existing conditions that are hidden or concealed beneath walls, slabs or underground. Any existing condition that will require destructive testing
to determine the existing conditions is not included. Therefore cannot assume any
responsibility for these “concealed” conditions. Other than review of current
documents of record.
6. Environmental sampling and testing ofthe subsurface soils is not included within
the scope of this proposal. A detailed cost for these services, if needed, will be
provided upon request.
7. Any additional reports, studies, surveys or other tasks required as a result of agency requirements, which are not described above, shall be considered
additional services. 8. Design of the proposed Community Center located at the corner of Harding Street
and Pine Street. However, the footprint will be shown and indicated as Not in
Contract - Phase 2.
9. Construction observation and site visits during construction operations. The construction documents prepared for this phase will be up to the final bid date.
Services requested beyond the final bid date will be considered an additional
service.
S:\PROPOSALS - CONTRACTs\PROPCONTRCr-PUBLIC-RFQ\PARKS\ClTY OF CARLSBAD\oz-403 PINE SCHOOL PARQOZ-~O~.~\PINE SCHOOL PARK-CDIZ-Z~
qREV.DOC.
Project # 01-600.05
December 23,2003
Page io
io. Responsibility for the discovery, presence, handling, removal or disposal of or
exposure of persons to hazardous materials in any for at the project site, including
but not limited to unexploded military ordnance, asbestos, Polychlorinated
Biphenyl (PCB) or other toxic substances.
11. Subsurface exploration and excavations for verification of existing utilities.
12. Construction documents and Street Improvement Plans submittals will be
prepared. If multiple bid packages or phasing is required, these shall be
considered additional services.
will be provided at the completion of the go% review if required. Any
modifications to plans and specifications to support the one (I) deductive
alternate or additional deductive or additive alternates beyond the go% review
period, will be considered as an additional service.
within an easement, additional services will be required to prepare public
improvement plans and easement documents.
13. Modifications to plans and specifications to support One (I) Deductive Alternate
14. If the onsite fire supply water system is required by the local agency to be public
15. Public address system for sports fields.
16. The preparation of easement plans.
’ 17. The preparation of any as-built plans.
18. Inspection services of any kind. 19. The preparation oftraffic capacity studies or level of service analysis.
20. Turning movement counts of any kind.
21. Warrant studies of any kind.
22. The preparation of signal timing plans.
23. Permit and Plan Check fees assessed by permit authorities.
24. Laboratory charges for construction testing.
Expenses, outlined above as requested and authorized by the City to be paid by the Consultant
shall be reimbursed at actual cost plus 15% administrative fee.
Thank you for your consideration, we look forward to working with you on this exciting project.
Sincerely,
Glen Schmidt, ASLA
S\PROWSALS - CONTRACrs\PROPCONTRCr-PUBLIC-RFQ\PARKS\CI~ OF CARLSBAD\or-403 PINE SCHOOL PARK\oz-~~.~\PINE SCHOOL PARK-CD-12-23-
oiREV.DOC.
Page 1 of 1
Council Internet Email - CITY OF CARLSBAD I CONTACT US
From: <kathryn.antonacci@sbcglobal.net>
To: <Council@smtp.ci.carIsbad.ca.us>
Date: 2/10/2004 8:52 AM
Subject: Crpl OF CARLSBAD I CONTACT US
P. . . . . -. .
A visitor to the City of Carlsbad Web site has completed and posted the "Contact Us" form to department, City
Council.
..............................................
FOR SECURITY REASONS, DO NOT CHANGE THE SUBJECT LINE. ..............................................
Below, please find the information that was submitted:
Re: Pine/Downtown Community Park
I noticed in the paper that the park plan would be discussed tonight at the councit meeting. I am unable to attend,
but wanted my opinion noted for the record.
First, I am excited to see the project finally moving forward again.
Second, I am very disappointed that the community center portion will not be completed for so long. My
understanding of the planning process to date and the council's comments and reasons for denying the local children
additional basketball hoops outside, doing away with the skate park, and not putting in backboards for playing
handball was that they would be guaranteed access to the community center. This park seems to have become a
very passive park unless you child is playing organized baseball. Our children are constantly asked to leave the fields
when they play soccer, football, etc. on the fields. Sometimes not so nicely and many times so that parents can
practice baseball with their children.
What accomodations can we make to be sure that all the children in Carlsbad, especially the local kids who live in the
neighborhood, have a space within this latest park plan?!
Perhaps until the community center is built we could install some additional basketball hoops, backboards and open
grass area, not designated for sports team use. A place that everyone has access to and can play on.
My children are almost grown, but there are a lot of kids and adults in this area who would love to be able to use this
park for something besides sitting in the amphitheatre or ornamental garden! I would love to see this park be a
little more active then passive, especially until there are funds to build the center.
Thank you for taking the time to read my comments. I appreciate your dedication and support of this city and my
local community.
Sincerely,
Kathryn L. Antonacci
Kathryn Antonacci
825 Avocado Lane Carlsbad, CA 92008 USA
kathryn.antonacci@sbcglobal.net
Mozilla/4.0 (compatible; MSIE 5.23; Mac-PowerPC)
69.104.157.202
file://C:\Documents%20and%20Settings\klinb\local%20Settings\Temp\GW } 00001 .HTM 2/10/2004