Loading...
HomeMy WebLinkAbout2006-11-07; City Council; 18785; Agreement for professional services: Dudek16 CITY OF CARLSBAD - AGENDA BILL AB# 18,785 MTG. 11/07/06 DEPT. ENG APPROVAL OF PROFESSIONAL SERVICES AfDCdV/ICMT XA/ITLJ l~\l ir\CL/ AMR A COO/""! ATCO IMf*AoKbbMbN I Wl I n UUUbr\ AINU AooUUIA I to, INL>., FOR THE LA GOLONDRINA AND LA COSTA MEADOWS SEWER EXTENSIONS PROJECT NOS. CP 5500 AND 3951 DEPT. HEAD^£/J, CITYATTY. V rf£^~ CITY MGR"T|Jf) RECOMMENDED ACTION: Adopt Resolution No. 200&-321 approving and authorizing execution of a professional services agreement with Dudek and Associates, Inc., to provide professional engineering and design services for the La Golondrina and La Costa Meadows Sewer Extensions, City Project Nos. CP 5500 and 3951. ITEM EXPLANATION: Two housing developments in the City of Carlsbad's sewer service area, Carlsbad Tract 73-29, (Carrillo Estates Unit No. 2) and Carlsbad Tract 93-04, (Rancho Carlsbad Village Q4) are currently dependent on two separate, temporary wastewater lift stations (see attached map). The La Golondrina Lift Station, owned and operated by the City of Carlsbad, provides for the Carrillo Estates Unit No. 2 and La Costa Meadows Unit No. 3 Pump Station, owned and operated by the Leucadia Wastewater District (LWD), provides for Rancho Carlsbad Village Q4. The temporary lift stations allowed the housing developments to be constructed prior to the completion of the downstream sewer infrastructure, by pumping wastewater out of the Carlsbad sewer service area into the adjacent, existing Leucadia Wastewater District (LWD) sewer system. The arrangement is temporary, with two separate agreements between the City and LWD requiring the out of basin flows to discontinue upon completion of the downstream infrastructure in the Carlsbad sewer service area. Recent development in the area now allows for gravity flow into Carlsbad's sewer service area. The La Golondrina and La Costa Sewer Extensions will relieve the two housing developments dependence on the respective lift stations with the construction of gravity flow pipelines into the City of Carlsbad's collection system. Statements of Qualifications were received from three consulting teams. The SOQ's were evaluated based on firm experience, project team, and project approach, consistent with Carlsbad Municipal Code section 3.28.070. Based on the ranking of the SOQ's by the selection committee, staff is recommending that the City execute a professional services agreement with Dudek and Associates, Inc. The subject agreement consists of a scope of work and fee for the preliminary engineering- alignment/alternatives study and design services, including preparation of final plans, specifications, and an engineering cost estimate (PS&E) for construction of the Project. ENVIRONMENTAL IMPACT: The planning phase of the project is statutorily exempt from the requirements of the California Environmental Quality Act (CEQA) per Section 15262, Feasibility and Planning Studies, of the State CEQA Guidelines and will not have any adverse significant impact on the environment. The project will be subject to CEQA upon the selection of the alignments and a CEQA document and Notice of Determination will be processed and filed prior to adoption of the project's plan and advertisement for construction. FOR CITY CLERKS USE ONLY. COUNCIL ACTION: APPROVED DENIED CONTINUED WITHDRAWN AMENDED D D D D CONTINUED TO DATE SPECIFIC D CONTINUED TO DATE UNKNOWN D RETURNED TO STAFF D OTHER - SEE MINUTES D Page 2 FISCAL IMPACT: PROJECT COST SUMMARY T * Planning and Engineering Design Services Environmental Services Easements Acquisition TOTAL ESTIMATED COST THROUGH PLANNING AND DESIGN PHASE TOTAL APPROPRIATIONS (CP 5500 AND* 3951) : - f : -^ ,r -: ~ "•„ ' -„ •-..,'; $163,630 $50,000 $100,000 $313,630 $864,000 The cost associated with the subject agreement is $163,630. Sufficient funds are available for the completion of the project design. An engineer's cost estimate for construction will be completed as part of the design phase and any necessary revisions to the project budget, including additional appropriation for construction costs, will be done as part of the FY 2006-07 CIP process. The project is funded by the Sewer Replacement Fund. EXHIBITS: 1. Location Map. 2. Resolution No. 2006-321 approving Professional Services Agreement with Dudek and Associates, Inc., for the La Golondrina and La Costa Meadows Sewer Extensions, Project Nos. CP 5500 and 3951. 3. Professional Services Agreement with Dudek and Associates, Inc., for the La Golondrina and La Costa Meadows Sewer Extensions, Project Nos. CP 5500 and 3951. DEPARTMENT CONTACT: Mark Biskup, (760) 602-2763, mbisc@ci.carlsbad.ca.us LOCATION MAP A CONQUISTADOR CARLSBAD SEWER COLLECTION C^RRILLO WY•—-*—•—«—.—« RANCHO CORTES La Costa Meadows Lift Station COOTKS LN Q SOCORRO LN UNiCORNIO ST EXISTING SEWER PIPELINE ALIGNMENT NOTE: Project Vicinity VICINITY MAP\\ ?NCtNIT NTS PROPOSED PIPELINE EXTENSION (ALTERNATIVES) -- SEWER AGENCY BOUNDARY CT 93-04 & 73-29 BOUNDARY *THERE ARE SEVERAL POTENTIAL ALIGNMENTS FOR THE SEWER EXTENSIONS. THE CONTRACTS SCOPE OF WORK INCUDES SELECTION OF THE PREFERRED ALIGNMENT ALTERNATIVE. PROJECT NAME: LA GOLONDRINA & LA COSTA MEADOWS SEWER PIPELINE EXTENSIONS PROJECT #S CP 3951 & 5500 EXHIBIT 1 1 RESOLUTION NO. 2006-321 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, TO APPROVE PROFESSIONAL SERVICES AGREEMENT WITH DUDEK AND ASSOCIATES, 4 INC., FOR THE LA GOLONDRINA AND LA COSTA MEADOWS SEWER EXTENSIONS. PROJECT NOS. CP 5500 AND 3951. 5 WHEREAS, the City Council of the City of Carlsbad, California, has determined it 6 necessary and in the public interest for the City of Carlsbad to enter into an agreement with 7 Dudek and Associates, Inc., for the La Golondrina and La Costa Meadows Sewer Extensions, 8 Project Nos. CP 5500 and 3951; and 9 WHEREAS, the department of Public Works solicited, received, and reviewed 10 Statements of Qualifications and conducted interviews for professional planning and engineering services consistent with Carlsbad Municipal Code Section 3.28.070; and 12 WHEREAS, subsequent to a review of the Statements of Qualifications and interviews, 13 staff recommends Dudek and Associates, Inc., as the most qualified consultant for the project; 14 and WHEREAS, City staff and Dudek and Associates have negotiated fees for the sum of $163,630 to provide engineering services for the planning and design of the project, as described in this professional services agreement; and 18 WHEREAS, $864,000 in Sewer Replacement Funds have been appropriated in the 19 Capital Improvement Program for Project Nos. CP 5500 and 3951, sufficient to fund this 20 professional services agreement. 21 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 22 California, as follows: 23 1. That the above recitations are true and correct. 24 2. That the agreement with Dudek and Associates, Inc., for professional engineering 25 services for Project Nos. 5500 and 3951 is hereby approved. 2Q 3. That the Mayor of the City of Carlsbad is hereby authorized and directed to execute the agreement with Dudek and Associates, Inc., for and on behalf of the City of Carlsbad. 28 '" 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 7th day of November, 2006, by the following vote: AYES: Council Members Lewis, Hall, Packard, Sigafoose NOES: None ABSENT: Council Member Kulchin ATTEST: (SEAL) •^ O .••'"U'B""''. O^- 'x>;;;i;>* AGREEMENT FOR ENGINEERING SERVICES FOR LA GOLONDRINA AND LA COSTA MEADOWS SEWER PIPELINE EXTENSIONS (DUDEK AND ASSOCIATES, INC.) THIS AGREEMENT is made and entered into as of the day of 20CMo. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), 'and DUDEK AND ASSOCIATES, INC., a California corporation ("Contractor"). RECITALS A. City requires the professional services of an engineering consultant that is experienced in the design of sewer pipelines using tunneling construction technology. B. Contractor has the necessary experience in providing professional services and advice related to sewer pipelines using tunneling construction technology. 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 one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof in an amount not to exceed one hundred sixty three thousand six hundred thirty dollars ($163,630) 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. 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 one hundred sixty three thousand six hundred thirty dollars s ($163,630). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". 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. City Attorney Approved Version #04.01.02 n 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. City Attorney Approved Version #04.01.02 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-:V". 10.1 Coverages 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. City Attorney Approved Version #04.01.02 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 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 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 Coverage. 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. City Attorney Approved Version #04.01.02 \o 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 City: For Contractor: Name Glenn Pruim Name Russ Bergholz, P.E. Title Deputy Public Works Director Title Senior Project Manager Dept Engineering City of Carlsbad Dudek & Associates, Inc. Address 1635 Faraday Avenue Address 605 Third Street Carlsbad, CA 92008 Encinitas, CA 92024 Phone No. (760) 602-2407 Phone No. (760)942-5147 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. City Attorney Approved Version #04.01.02 II 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. 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 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. City Attorney Approved Version #04.01.02 8 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. City Attorney Approved Version #04.01.02 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 DUDEK & ASSOCIATES, INC., a California corporation kBy AD/^/municipal if California f **" SPkssociates, Inc. Frank J. Dudek B ATTEST: (print (e-mail address) LORRAINE M. WOOD City Clerk (print name/title) (e-mail address) 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(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Deputy City Attorney 10 City Attorney Approved Version #04.01.02 EXHIBIT "A" SEWER PIPELINE ENGINEERING DESIGN SERVICES SCOPE OF SERVICES Task I - Project Management Successful project management of the design process is essential to ensure quality workmanship within the scheduled allotment of time and in strict accordance with the scope of work Strong lines of communication between Dudek and the City will be established early in the project and be maintained throughout completion. Regular progress meetings will be held both internally for quality control and externally with City staff to discuss work accomplished, upcoming events, design clarifications, transmission of design critical information, and monitoring of work progress relative to the schedule. Progress reports will be prepared monthly and submitted with the monthly invoice. Included in the Pre-Design Meeting will be the establishment and discussion of the Project Management Plan that is maintained throughout the project. The PMP defines team roles, project goals, the communication network contract change management, etc. Dudek utilizes an Earned Value tracking system to monitor project progression to identify on a monthly basis the project schedule and budget status. The PMP has proven effective in managing successful projects by keeping the project on schedule, within budget and identifying key goals that lead to a successful project. The Pre-Design Meeting is the forum whereby all the issues that generated the project need and all the expectations (future vision) of the project can be expressed. The Pre-Design Meeting will be held within one week of the Notice to Proceed. During the pre-design meeting, the following are typical items of discussion: » Clarify the primary needs that is driving the project * Identify critical design and construction issues * List all the potential permitting agencies and/or regulatory agencies that may be involved * Discuss with City staff areas of concern, such as schedule, cost, public impact, traffic control, etc. * Identify specific features that must be repaired or constructed * Identify methods of improvements, such as specific pipeline material types, pavement fabric or treatment methods that the City will consider * Identify coordination opportunities, or challenges, with other construction projects * Provide preliminary value engineering suggestions * Discuss project budgets and construction schedules * Review any existing photographs and/or hard measurements « If the meeting is at the construction site, mark out with paint of flagging the limits of construction * Note any overhead powerlines or other features that may effect construction methods * Note surrounding areas and the need for limiting time of work or sound level limitations * Document of the project limitations * Review of the PMP Quality Control and Quality Assurance is vitally important on any project Included in the PMP are specific milestones and responsible parties that will conduct quality control reviews of the work product. Dudek will continue to implement our stringent QA/QC program throughout the design process and in final preparation of the PS&E package. DUDEK La Golandrina and La Costa Meadows Sewer Extensions SEWER PIPELINE ENGINEERING DESIGN SERVICES Deliverable: Following the Pre-Design Meeting, Dudek will provide the City with a written summary of the meeting minutes, including photographs and/or rough plan sheets identifying specific alignments, limits of work, construction areas and other design features. Progress meetings will be delivered monthly with the project invoice. Earned-value tracking of budget and schedule will be maintained by the PM and be available to the City if requested. Task 2 - Pipeline Alignment Study The City has identified three alternative alignments for the La Golandrina Sewer Extension. Dudek will prepare a pipeline alignment study considering the three alternative alignments and potentially other alignments that may result in an easier and less expensive construction cost. For example moving Alignment C to the south to line up with Rancho Pancho Street to provide better lay-down area for the HDD pull- back operation and safer control of traffic. Alignment C would involve installation of the gravity pipeline between the La Golandrina Pump Station and £/ Fuerte Street The alignment study will: * Describes the background of the project * Defines the specific goals and critical success factors that must be met * Considers alternative alignments that confirm to the goals of the project * Identify potential utility, easement or right-of-way challenges * Determines the recommended alternative alignment through a decision matrix * Provides a rough estimate of construction costs Detail the specific design elements that will be documented in the preparation of the plans, specifications and estimates package Deliverable: Pipeline Alignment Study (5 Copies) Task 3 -• Field Reconnaissance, Data Collection, and Utility Research During the preparation of this proposal, Dudek thoroughly walked the site and collected a photographic inventory of the area, particularly in challenging construction areas. Within one week of the Notice to Proceed, Dudek will begin the process of collecting utility and easement information within the entire project area. Collected utility information, and potential construction challenges will be factors in the pipeline alignment study. Dudek will research existing right-of-ways of record with the City of Carlsbad, County of San Diego, and San Diego Gas & Electric. Dudek will coordinate with utility owners to facilitate potholing of existing utilities within the path of the pipeline alignment. We anticipate between 10 to 15 potholes will DUDEK La Golandrina and La Costa Meadows Sewer Extensions 2 The proposed alignment of the sewer extension along El Fuerte Street must be carefully designed to avoid existing utilities while maintaining safe traffic conditions. SEWER PIPELINE ENGINEERING DESIGN SERVICES be available within the fixed budget of $10,000 designated by the City for potholing. The location of potholing will be tied into the project plans through the surveying Task 4. Deliverable: Existing above and below ground utilities will be plotted Task 4 - Surveying and Mapping Dudek will use the subconsultant services of Right-of-Way Engineering (ROW) for preparation of the aerial surveying, mapping and easement preparation. Existing records of The proposed extension of the La Costa survey and horizontal/vertical control points will be Meadows pipeline. researched. Aerial panels will be set and tied horizontally and vertically into the City of Carlsbad GPS Record of Survey 17271, utilizing GPS RTK sessions (double occupation). Aerial planimetric base mapping at I "=40" and 2-ft contours will be prepared. Additional field surveying will be preformed to pickup utility features and potholing points. For portions of the alignments that cross private property, plats and legal descriptions of the required 20-ft wide easement will be prepared. Title reports will be collected and the preparation of up to four new legal descriptions and plat maps are anticipated. Deliverable: Topographic Information Network (TIN) and Plat and legal descriptions for pipeline easements (up to four parcels). Task 5 — Geotechnical investigation We have included the services of Allied Geotechnical Engineers, Inc. (AGE) to perform field borings and soils testing for the project. Dudek recently and successfully utilized the services of AGE for preparation of the Solana Beach Pump Station HDDforcemain project. AGE will review available historic geologic and soil information in the vicinity of the site, conduct a field reconnaissance, perform soils borings and laboratory testing, and prepare a geotechnical design memorandum and final report. Soils testing work will be scheduled early in the project design phase to identify any immediate constraints related to the proposed drilling alignment. Seven borings will be conducted, one at each pump station, and five along the alignment through El Fuerte Street. Borings will extend 5 to 10 feet below anticipated invert and jacking pit elevations. Boring depths are anticipated to range from 10 to 20 feet below exiting ground surface. Upon completion of the field investigation and laboratory testing, a draft report will be submitted to Dudek for review and forwarded to the City. Any comments during this review will be reflected in the final report. The final report will be signed and stamped by a Registered Geotechnical Engineer or Certified Engineering Geologist with GDC. Dudek will oversee the preparation of a memorandum addressing geotechnical aspects of the alignment and alternatives as it relates to pipeline design. The memorandum will provide design recommendations for bearing capacity, soil modulus "E", pipe flexibility, backfill and compaction requirements, discuss site DUDEK La Golandrina and La Costa Meadows Sewer Extensions SEWER PIPELINE ENGINEERING DESIGN SERVICES conditions, earth materials, soil properties, slope stability, trenching, shoring, groundwater, excavation difficulty and the use of trenchless construction methods. Deliverable: Draft and Final Geotechnical Report Task 6 - Preliminary Design Report and 30% Design Following the pipeline alignment study, utility research, surveying, mapping and geotechnical investigation, Dudek will proceed with the Preliminary Design Report (PDR). The PDR will include the following information: table of contents, alignment alternatives study, preliminary construction cost estimate, basis of pipeline design including pressure, surge and external loading, recommendations for pipe selection, corrosion control, horizontal alignment and basis for other key design features. Coordination, scheduling and phasing related to other nearby City projects will be discussed, including traffic control requirements. Permitting issues will be covered under Task 8. 30% design plans will be prepared, including delineated public right-of-way, topographic information and existing utilities, required easements, and horizontal pipe alignment. Deliverable: Five copies of the Preliminary Design Report and 30% construction plans (I I"xl7"). Task 7 - Construction Drawings Once the City has had an opportunity to review the PDR and 30% construction plans, a meeting will be held between Dudek and the City to discuss comments and coordinate the final design. Dudek will then proceed with preparation of the final construction drawings. Plan and profile drawings will be 40-scale horizontal 8-scale vertical on D-size paper, consistent with City standards. Benchmark description and basis of bearing for project control will be shown on the drawings. Easement abandonment's will be shown. Four submittals will be made during the design process. I. 70% submittal will incorporate comments from the 30% submittal and PDR. Plans will include title sheet, construction notes, both horizontal and vertical alignments. Five (5) sets will be submitted 2. 90% submittal will incorporate comments from the 70% submittal. Plans will include title sheet, construction notes, both horizontal and vertical alignments, and partial details. Five (5) sets will be submitted. (D-Size). An electronic copy of design drawings in Autocad format will also be submitted on CD. 3. 100% submittal will incorporate comments from 90% submittal and all remaining details. Five (5) sets will be submitted. (D-Size) An electronic copy of design drawings in Autocad format will also be submitted on CD. 4. Final submittal will incorporate comments from 100% submittal. Final PS&E package will be suitable for advertising, including plan sheets on mylar and digitally in AutoCAD 2005 format. Five (5) bond sets, One (I) mylar set, and one (I) compact disc will be submitted. DUDEK La Golandrina and La Costa Meadows Sewer Extensions SEWER PIPELINE ENGINEERING DESIGN SERVICES Dudek will prepare contract technical specifications in CSI format to supplement the City's Standard Specifications. The complete package will include bid proposal, contract agreement, insurance and bid schedules, the contract drawings and detailed technical specifications, bond forms, general provisions, special provisions and standard specifications. Front-end documents will be supplied to Dudek by the City in an electronic format. Five (5) copies of the Specifications will be submitted with the 90%, 100% and Final submittals. Erosion control sheets will be prepared as needed in the specifications. SWPPP application is addressed in Task 8. In an effort to preserve the natural environment, Dudek's urban foresters and arborists will work with project engineers during the design phase of the project to minimize potential disturbances near healthy trees. Dudek will prepare a detailed construction cost estimate for each item of work and submit the estimate with the 90%, 100%, and Final submittal packages. Traffic Control Plans will be prepared by Katz, O'Kitzu & Associates for work along El Fuerte Street and at intersections with Rancho Pancho and Poinsettia Street. Plans will be consistent with City of Carlsbad standards and include appropriate traffic handling measures such as lane closure details, detour routes, signing, striping and modifications or repair of traffic signal loops as required. Task 8 - Community Groups and Permitting Dudek's engineering project managers have extensive experience in citizen participation, public outreach and local Community Group programs. This project will involve working very closely to existing residences. The RFP indicates under task 8.1 that the City shall coordinate with local Community Groups. Time has been included in this proposal for Dudek's Public Outreach staff to assist the City in preparation for various public meetings, community group coordination, HOA meetings, public education, and providing clear explanations of technical issues in layman's terms to build understanding and support of the project We will work with the City to identify audiences such as elected officials, local newpapers, business leaders and affected residences; identify a communications schedule; develop a positive message; and identify a tactical program to distribute the message such as mailers, door hangers, letters, project signage with contact information, press releases and website content. Initial permits will be identified during the pipeline alternative analysis. Anticipated permits will be included as a factor in the selection of the recommended alignment. In preparation of the Preliminary Design Report (Task 6), Dudek will identify regulatory agencies, permits, fees and anticipated lead times for permit issuance. Dudek will prepare the necessary encroachment permit applications and County Health permits, particularly for soils testing work during design. The SWPPP will be prepared for the project at approximately the 90% design stage and submitted for issuance of a Notice of Intent number by the Regional Water Quality Control Board. Dudek will identify all of the construction permits required by the contractor in the plans and specifications in a clear and itemized fashion so that the contractors will be able to provide the City with consistent and accurate bids. These permits may include: a de-watering permit from the Regional Water Control Board, encroachment permits, OSHA shoring, well-point installations, grading outside the right-of-way and blasting. DUDEK La Golandrina and La Costa Meadows Sewer Extensions City of Carlsbad La Golandrina and La Costa Meadows Sewer Extensions City Project Nos. CP 5500 3951 ESTIMATED PROJECT FEE billable rate: labor code: DESCRIPTION Task 1 - Project Management 1.1 - Overall Management, administration, scheduling 1 .2 - Kick-off Meeting, 3 Progress meetings 1 .3 - Billing, EV Tracking, progress reports 1 .4 - QC/QA program for Final Review Total Task 2 - Pipeline Alignment Study 2.1 - Pipeline Alignment Study Total Task 3 - Field Reconnaissance, Utility Research 3.1- Site Visit 3.2 - Utility/Easement research/Pothole Plan Total Task 4 - Surveying/Mapping 3.1 - Aerial Surveying and Topography 3.2 - Easements Total Task 5 - Geotechnical Investigation 5.1 - Data Review, Planning 5.2 - Permitting and Exploration 5.3 - Laboratory Testing 5.4 - Analysis and Report Total Task 6 - Preliminary Design Report and 30% Design 6.1 - PDR Preparation 6.2 - 30% Design Plans Total Task 7 - Construction Drawings 7.1 - Abandonment's and details 7.2 - 70% Plan Preparation 7.3 - 90% PS&E Package 7.4 - 100% PS&E Package 7.5 - Final PS&E Package 7.6 - Design specifications 7.7 - Erosion Control specifications 7.8 - Cost Estimate 7.9 - Traffic Control Plans Total Task 8 - Community Groups and Permitting 8.1 - Assistance with Public Outreach 8.2 - Permitting Assistance 8.3 - Identify construction permits Total Reimbursables (reproduction, mileage, shipping) TOTAL BUDGET ESTIMATE $150 Prin Engr 1 2 3 1 1 2 2 2 1 2 2 11 16 16 31 $140 Project Mgr 8 12 12 6 38 24 24 6 2 8 4 6 10 4 8 12 24 8 32 4 12 6 8 4 8 2 2 6 52 16 24 4 44 220 $120 Assoc Engr 4 4 40 40 6 6 12 40 16 56 16 12 8 6 4 24 8 8 86 198 $105 Senior Dsgnr 0 8 8 6 20 26 16 16 20 4 2 8 4 38 8 8 96 $95 Eng'g Cad 0 8 8 16 16 8 40 48 24 40 24 12 8 108 8 8 188 $55 Admin 2 2 1 5 2 2 1 1 1 1 4 8 2 2 17 Sub Work $0 $10,000 $10,000 $13,271 $8,211 $21,482 $3,577 $11,023 $3,861 $4,278 $22,738 $0 $20,125 $20,125 $0 $1,200 $75,545 TOTAL COSTS $1,230 $2,270 $1,885 $1,140 $6,525 $10,020 $10,020 $2,190 $14,620 $16,810 $13,831 $9,051 $22,882 $4,137 $11,023 $3,861 $5,398 $24,418 $10,600 $6,840 $17,440 $4,760 $7,275 $6,535 $3,755 $2,215 $5,360 $1,240 $1,960 $20,965 $54,065 $5,510 $4,200 $560 $10,270 $1,200 $163,630 Subconsultant work includes 15% markup. 8/21/2006 DUDE