Loading...
HomeMy WebLinkAbout2009-06-16; City Council; 19858; Psomas agreement for sewer lift designCITY OF CARLSBAD - AGENDA BILL AB# 19,858 MTG. 6/16/09 DEPT. ENG APPROVE PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR DESIGN OF HOME PLANT SEWER LIFT STATION, PROJECT NO. 5509 DEPT. HEAOT^^T^T CITYATTY. (^g CITY MGR. ( y RECOMMENDED ACTION: Adopt Resolution No. 2009-142 approving a Professional Services Agreement with PSOMAS for the Home Plant Sewer Lift Station Replacement, Project No. 5509. ITEM EXPLANATION: The existing Home Plant Sewer Lift Station (HPLS) is located within an area encompassed by Carlsbad Boulevard, Buena Vista Lagoon, and the railroad tracks in north Carlsbad (see Exhibit 1). The existing HPLS is in need of replacement to meet capacity needs, meet current code requirements, enhance structural integrity, and decrease the amount of maintenance required. Current maintenance issues include the accumulation of significant amount of sand, rags, and grease, and limited emergency storage capacity. The HPLS replacement project consultant agreement includes performing site investigations, obtaining necessary permits, preparing a preliminary design report, and preparing the construction documents. The City issued a request for proposals for the design phase. The consultant will perform site investigations, preparing reports to comply with California Environmental Quality Act (CEQA) requirements, obtaining necessary permits, and prepare construction documents. On February 26, 2009, staff received five (5) proposals for professional engineering services for the design phase of HPLS replacement. These proposals were reviewed by a selection committee and PSOMAS was selected as submitting the most responsive proposal based on a ranking of the proposals. Staff negotiated PSOMAS'S work effort and prepared a professional services agreement. Staff recommends that the City execute a professional services agreement with PSOMAS for HPLS Replacement, Project No. 5509. The tentative project schedule for the design phase is as follows: • Project Investigations (July 2009 through September 2009) • Prepare Preliminary Design Report (July 2009 through November 2009) • CEQA process and Permitting (September 2009 through March 2010) • Prepare Construction Documents (October 2009 through April 2010) After completion of the environmental, permitting, and design process, the construction bidding process will be initiated. This is tentatively projected to occur in one year. ENVIRONMENTAL IMPACT: Environmental review for compliance with CEQA will be performed during this phase of the project. A Conditional Use Permit is also required. It is anticipated that a Mitigated Negative Declaration will be required. DEPARTMENT CONTACTS: Jacob Moeder 760-602-2736 Jacob.Moeder@carlsbadca.aov FOR CITY CLERKS USE ONLY COUNCIL ACTION:APPROVED XL DENIED D CONTINUED D WITHDRAWN D AMENDED D CONTINUED TO DATE SPECIFIC D CONTINUED TO DATE UNKNOWN D RETURNED TO STAFF D OTHER - SEE MINUTES D Page 2 FISCAL IMPACT: The current status of the Home Plant Lift Station Replacement is shown in Table 1 below. TABLE 1 - HOME PLANT LIFT STATION REPLACEMENT, PROJECT NO. 5509 TASK DESCRIPTION Design Construction, Inspection, Materials Testing Environmental Mitigation & Monitoring TOTAL APPROPRIATED TO DATE $300,938 1,438,699 72,363 $1,812,000 EXPENDITURES/ ENCUMBRANCES TO DATE $7,969 0 0 $7,969 REMAINING BALANCES $292,969 1,438,699 72,363 $1,804,031 The project cost estimate for the HPLS Replacement, Project No. 5509, is shown in Table 2 below. TABLE 2 - HOME PLANT LIFT STATION REPLACEMENT, PROJECT NO. 5509 ESTIMATED PROJECT COSTS DESCRIPTION PROFESSIONAL SERVICES Design Phase (including permitting and environmental work) City Project Management and Miscellaneous Costs (Estimated) Total Estimated Cost Through Design Phase Total Appropriations to Date ESTIMATED COSTS $354,000 $50,000 $404,000 $1,804,031 Sufficient funds have been appropriated from the Sewer Capital Replacement Fund to complete the design phase of the project. EXHIBITS: 1. Location Map. 2. Resolution No. 2009-142 approving a Professional Services Agreement with PSOMAS for Home Plant Lift Station Replacement, Project No. 5509. 3. Professional Services Agreement with PSOMAS for Home Plant Lift Station Replacement, Project No. 5509. LOCATION MAP SITE CITY OF OCEANSIDE HIGHWAY ,>* NOT TO SCALE PACIFIC OCEAN SITE VICINITY MAP NOT TO SCALE PROJECT NAME HOME PLANT LIFT STATION PROJECT NUMBER 5509 EXHIBIT 1 DRAM BY: SCOTT EVANS, CARLSBAD ENGINEERING DEPT. 5/19/09 C:\CAPITAL\LOCATION UAPS\5509.DVG l'*>(•/• P- 1 RESOLUTION NO. 2009-142 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH PSOMAS FOR THE HOME 4 PLANT LIFT STATION REPLACEMENT. PROJECT NO. 5509. 5 WHEREAS, the Home Plant Lift Station Replacement project is necessary to address 6 several design and operation issues, including meeting emergency storage capacity needs, meet 7 current code requirements, enhance the structural integrity, and decrease maintenance 8 requirements; and 9 WHEREAS, Engineering Department staff solicited multiple proposals for professional 10 engineering services consistent with Carlsbad Municipal Code Section 3.28.060 and 3.28.070; and 11 WHEREAS, subsequent to the review of the proposals, staff recommends PSOMAS as 12 the most qualified consultant for the project; and 13 WHEREAS, the City Council of the City of Carlsbad, California, has determined it necessary, desirable, and in the public interest to proceed with the design phase of the Home Plant Lift Station Replacement, Project No. 5509; and WHEREAS, funds have been appropriated in the 2008-2009 Capital Improvement Program from the Sewer Replacement Fund and sufficient funds are currently available. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 18 California, as follows:19 1. That the above recitations are true and correct.20 2. That the Agreement with PSOMAS in an amount not-to-exceed $353,301 for the design phase of the Home Plant Lift Station Replacement project is approved and the Mayor is hereby authorized and directed to execute said amendment. 24 '" 25 '" 26 '" 27 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 16th day of June, 2009, by the following vote to wit: AYES: Council Members Lewis, Kulchin, Hall, Packard and Blackburn. NOES: None. ABSENT: None. ATTEST: LORRAINE (SEAL) •J" OV •>»x&*. _.> PWENG690 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (PSOMAS) THIS AGREEMENT is made and entered into as of the / Irt^ day of ^V/Mijg_ 2009, by and between the CITY OF CARLSBAD, a municipal corporation^ (City"), and PSOMAS, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an Engineering Firm that is experienced in designing and analyzing sewer lift station. B. Contractor has the necessary experience in providing professional services and advice related to designing and performing necessary analysis for sewer lift stations. 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 eighteen (18) months from the date first above written. The City Manager may amend the Agreement to extend it for an additional six (6) months or parts thereof in an amount not to exceed one hundred thousand dollars ($100,000.00) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #05.06.08 (3 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be three hundred fifty three thousand three hundred one dollars ($353,301.00). 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. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #05.06.08 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 by any negligence, recklessness, or willful misconduct 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-:VM". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 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 #05.06.08 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation 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. 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 City Attorney Approved Version #05.06.08 q 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: Name Jacob Moeder Title Associate Engineer Department Engineering City of Carlsbad Address 1635 Faraday Avenue Carlsbad. CA 92008 Phone No. 760-602-2736 For Contractor: Name Peter Pountney Title Vice President Address 4455 Murphy Canyon Road. Suite 200 San Diego. CA92123 Phone No. 858-576-9200 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, 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. City Attorney Approved Version #05.06.08 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 #05.06.08 l\ 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 City Attorney Approved Version #05.06.08 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #05.06.08 8 \b 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. CONTRACTOF PSOMA§/a Qtjjifornia corporation (print name/title) CITY OF corporati By: ATTEST ayor p p ' *(e-mail address) By: (sign he^e)IORRAINE City Clerk (print name/title) (e-mail add/ess) If required by City, proper notarial acknowledgment of execution by contra'6tQ> * ^ must be attached. If a Corporation. Agreement must be signed by one corporate""11*0 officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Othe~ :ise, 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 City Attorney Approved Version #05.06.08 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On May 29, 2009 before me, Deborah M. Brady, Notary Public Here Insert Name and Title of the Officer personally appeared Peter J. Pountney Name(s) of Signer(s) ONOMMM. MMO? f ComnMMton * 1765406 f Notary PuMte - Confornla i Ion Dtogo County = who proved to me on the basis of satisfactory evidence to be the person^ whose name^) is/we- subscribed to the within instrument and acknowledged to me that he/ahoAhsy executed the same in hiatior/thofr authorized capacity(Jte4), and that by hiafrieflWisif signature^ on the instrument the personflij, or the entity upon behalf of which the person^) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: City of Carlsbad Contract Replacement of the Home Plant Lift Station Document Date: May 27, 2009 Number of Pages: 33 pages Signer(s) Other Than Named Above: NONE _ Capacity(ies) Claimed by Signer(s) Signer's Name: Peter J. Pountney O Individual Signer's Name: D Individual Corporate Officer — Title(s): vice President rj Corporate Officer — Title(s):. D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: HIGHTTHUMBPHINTI OF SIGNER Top of thumb here D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ .. _ Signer Is Representing: _ Top of thumb here O2007 National Notary Association • 93SO De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NatlonalNotary.org Ham 05907 Reorder:CallTol-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of O \ Date personally appeared before me, 1 _ — —Here Insert Name and Title of The Officer Name(s) of Signer(s) GMMEUf J. WCWERT Nrttry Public- CaHlorato LM Ang«lM County My Comm. BcpliisMay 4.20131 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person^) whose name(£) is/aw subscribed to the within instrument and acknowledged to me that he/sbe/toey executed the same in his/hef#hetr authorized capacity(ies), and that by his/heftthetrsignature(s)' on the instrument the person(e), or the entity upon behalf of which the person(s^acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Signature.Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: J Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: _ D Individual C Corporate Officer — Title(s): _ :.l Partner — n Limited D General D Attorney in Fact H Trustee D Guardian or Conservator Li Other: _ RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Individual C Corporate Officer — Title(s): LJ Partner — D Limited n General C Attorney in Fact n Trustee n Guardian or Conservator U Other: Signer Is Representing:, RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 P S O M A S EXHIBIT A City of Carlsbad Replacement of the Home Plant Lift Station Scope of Work Information and Engineering Solutions Task 1 - Project Management Work Plan A work plan will be developed at the beginning of the project. Included in the work plan is the project background and purpose; names of City and consultant team members; contacts, email addresses, and phone numbers for the project design team, the City, and outside agencies that may be consulted; dates and descriptions for critical milestones; detailed project schedule by task; and estimated labor allocations by task and by team member. Kickoff/User Group Meeting/Scope Meeting A meeting will be held prior to the issuance of the Notice to Proceed to clarify the scope of work and review the proposal. The kickoff portion of the meeting is used to introduce City and consultant team members, and to "redefine" the project so everyone has the same understanding of what is to be achieved. During the meeting, each person has the opportunity to introduce themselves, state their role in the project, identify their most important goal(s) on the project, and identify critical concerns or potential pitfalls. The user group portion of the meeting will be held with the consultant and the City's engineering, operations and maintenance staff. The purpose is to brainstorm improvements to be implemented, solicit suggestions and input, and address any specific program issues. Submittal Review Meetings Submittal review meetings will be held at the completion of the Preliminary Design Report (PDR), 50 percent design, 90 percent design, and 100 percent design phases. Psomas will discuss the contents and present findings, conclusions, and recommendations. The meetings will coincide with the submittal delivery dates. The City will be provided with an opportunity to ask questions and make suggestions. A two-week review period will then be provided to allow the City to thoroughly review the submittal prior to returning comments. Psomas will prepare meeting agendas and distribute them to the proposed attendees one week prior to the meeting. Meeting minutes will be taken and distributed within one week of the meeting. n City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Coordination/Invoicing The project manager will coordinate the daily activities of the project team and keep the City informed of progress. The City is the project leader and needs continuous feedback of information to manage the project effectively. Psomas will provide invoices monthly which will include a monthly progress report. Quality Assurance Project staff will visit the site and take measurements and photographs so our design will reflect and integrate with the existing facilities. We will use our quality assurance program to conduct design and constructability reviews to provide the City with the highest quality project. In addition to our day-to-day check on the progress and quality of the work, a formal in-house quality control review will be provided prior to each submittal. Task 2 - Investigations Geotechnical Investigation A geotechnical and soils investigation and report shall be prepared for the project. This work shall include: 1. Obtaining boring permits from the County of San Diego Department of Environmental Health. 2. Performing a field reconnaissance to observe site conditions and to locate and mark proposed exploratory borings. 3. Coordinating and mobilizing for the subsurface exploration. Mark out of existing underground utilities will be conducted through Underground Service Alert and a private utility locator. Any available utility maps will be provided by the City prior to start of the fieldwork. 4. Perform a subsurface evaluation consisting of the excavating, logging and sampling of four (4) 8-inch diameter, hollow stem auger borings to depths up to approximately 40 feet (or refusal). Soil samples will be secured at selected intervals within the borings and will be transported to a laboratory for testing. 5. Laboratory testing of selected samples to evaluate geotechnical design parameters. Laboratory testing may include in-place moisture content and dry density, expansion index, particle gradation (sieve) analysis, shear strength, Atterberg limits, and corrosivity (pH, electrical resistivity, chlorine content, and sulfate content). 6. Compilation and analysis of the data obtained. 7. Preparation of a draft and final geotechnical report. The report will provide conclusions and recommendations for site preparation and earthwork, foundation types and capacities, 1-3 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work concrete slabs, 2007 CBC seismic design parameters, shoring, liquefaction, earth pressures, and soil corrosivity. Deliverables: Five (5) copies of the draft report will be provided at the PDR stage and ten (10) copies of the final report at the 50% Design submittal stage. Research, Investigation, and Establishing Constraints 1. Site Visit: We will visit the site to take photos, measurements, and document any items of concern. We have budgeted for two (2) site visits during the design process. 2. Record Drawings: We will coordinate with the City to obtain and review any relevant record drawings for this area to determine locations of existing utilities, surface improvements, etc. 3. Survey: The City will provide aerial topography of the site to a minimum 100 feet beyond the project limits. This topo will include the XYZ coordinate values for the survey control monuments and aerial panel points. Also included will be the reference maps showing all City control monuments used for this site. Contours will be provided at intervals that meet the requirements of the City's Conditional Use Permit or 1' intervals, whichever is more stringent. The City will be responsible for setting aerial panels and controls for the topography. Psomas will provide supplemental ground survey, as necessary, to locate existing utilities, storm drainage, sewer, irrigation structures, etc. Our survey will tie into existing established horizontal and vertical control for the site consistent with the City facilities. This information will be used to determine the location and elevation of proposed facilities. We will provide title reports for up to four parcels, including two for the railroad properties adjacent to the site. 4. Contacting Other Utilities: We will contact all public franchise utilities in the area for the location of their utilities and appurtenances within the project limits. 5. Coordinate with NCTD: We will start coordination with NCTD to assure they are aware of this project and to address any concerns they may have. 6. Base Map Preparation: We will prepare base maps showing all existing conditions, including aerial topography, existing utilities, surface features, etc. Cathodic Protection At this time we are not including cathodic protection design services, but can provide them as an additional service should it be necessary. 1-4 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Task 3 - CEQA Compliance The RFP states that a Mitigated Negative Declaration may be the appropriate environmental compliance document required to support the proposed project pursuant to CEQA. Psomas Natural Resources has prepared this scope and cost to provide the City with the requested services, based on the assumption that an Initial Study/Mitigated Negative Declaration (IS/MND) will be the appropriate compliance document to fulfill the City's responsibilities pursuant to CEQA. TASK 3.1 City Coordination and Document Review of Existing Information The Psomas Environmental Task Manager and Environmental Analyst will attend a project start-up meeting with the City to fully characterize potential environmental issues associated with the proposed project. Psomas anticipates that four (4) other meetings will be needed to complete the CEQA process, which will be attended by the Environmental Task Manager. Psomas has budgeted for five (5) meetings total. Psomas will further coordinate with the City to obtain all available published and unpublished environmental documents that may be available for the project or project area. At this meeting, Psomas anticipates discussing with the City a list of all local, state, and federal agencies the City anticipates will receive a review copy of the IS/MND and associated notices, and to define roles and responsibilities with respect to the notification process. Psomas will review existing, readily obtainable information regarding the proposed project site, including technical studies, maps, ortho-rectified aerial photographs, and correspondence. Examples of data to be reviewed include: (1) the City of Carlsbad General Plan; (2) additional previously prepared reports concerning environmental issues and concerns in the City's possession; (3) California Natural Diversity Data Base (CNDDB) (RareFind) information regarding special status species potentially occurring on the proposed project site; and (4) previously prepared environmental documents for work within the City. Psomas will coordinate with the City and the Project Engineer during the development of the Design Report (Preliminary and Final), in order that environmental issues, if any, are determined upfront. Psomas assumes the IS/MND cannot be completed until the end of the preliminary design stage; however, the document can be in process during this period to expedite its completion. Psomas has budgeted six months to complete this task. Psomas will supply a monthly e-mail- update of work performed on the IS/MND to keep the City up-to-date on the status of the document. No public meetings are anticipated, nor have they been budgeted for. TASK 3.2 Site Survey and Biological Resources Technical Report Following the review of existing information, Psomas (Environmental Task Manager and Senior Biologist) will visit the project site. The Environmental Task Manager and Senior Biologist will survey the project and the area within the 200-foot buffer zone as required. The Environmental 1-5 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Task Manager and Senior Biologist will assess the area for the potential to support special status species covered by the City's Habitat Management Plan and the North County Multiple Habitat Conservation Program. Because of the area's sensitivity, Psomas will perform two (2) site surveys to assess the environmental conditions that may affect the project site. Following the site surveys, the Psomas Environmental Task Manager will provide the City with a memo briefing of the survey's findings. A representative of the City is also welcome to join Psomas for the survey. Subsequently, Psomas will prepare a Biological Resources Technical Report documenting the results of the survey. The Biological Resources Technical Report will be included as an appendix to the IS/MND. Psomas has subcontracted with ASM Affiliates, a cultural resources firm located in the City of Carlsbad to perform a cultural resources literature search and report on the potential for the site to support cultural resources. Given that the site of the proposed project is adjacent to Carlsbad Boulevard and is located on previously disturbed land, it is unlikely that additional surveys would be required. However, should this site visit indicate that additional visits are needed; Psomas will apprise the City of that need and prepare a separate scope and cost to complete those surveys. Digital photographs documenting the proposed project site and its habitats will be taken for use in the IS/MND. TASK 3.3 Prepare Initial Study/ Mitigated Negative Declaration Based on the results of consultation with the City, the literature review, and the site visit, Psomas will prepare a Screencheck IS/MND that includes an Environmental Checklist form that corresponds to CEQA Appendix G, describes the proposed project, documents the existing environmental resources associated with the project site, and provides an analysis of environmental impacts associated with the proposed projects. The IS/MND will be completed according to the accepted scientific and technical standards consistent with the requirements of the City, CEQA, and other pertinent reviewing agencies and organizations. Psomas will submit one copy of the Screencheck IS/MND to the City for review and comment. Upon receipt of one set of written consensus comments from the City, Psomas will prepare a Draft IS/MND for circulation for a 30-day public review period. Psomas will prepare a Notice of Intent to Adopt a Negative Declaration (NOI) pursuant to §15072 of CEQA. The NOI will be suitable for distribution by mail and will be able to serve as a published newspaper notice. It will also be suitable for posting on the City's website. This proposal assumes that not more than 50 copies of the Draft IS/ND and 50 Notices will be required for distribution. Psomas will also send a copy of the NOI and Draft IS/MND to the State Clearinghouse and will post a copy of the Draft IS/MND, along with a copy of the NOI, with the San Diego County Clerk's office. Once public comments are received, Psomas will respond to comments and prepare a draft Final IS/MND for the City's review and comment. Upon receipt of one set of written consensus comments from the City, Psomas will prepare and submit a Final IS/MND. 1-6 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Psomas will prepare a Notice of Determination (NOD) suitable for distribution to all interested parties, the State Clearinghouse, and the San Diego County Clerk's office, pursuant to §15075 of CEQA. The NOD will also be suitable for publication as a newspaper notice and for posting on the City's website. TASK 3.4 Permitting The City has an approved Local Coastal Plan and administers its own coastal zone permits. Because the proposed project is located within the coastal zone, Psomas will coordinate with City Planners to determine if a coastal zone permit is required, or if a waiver would be appropriate. Subsequent to coordination with the City, Psomas will prepare the City's coastal development permit application or waiver. Assumptions and Exclusions: • Psomas Natural Resources assumes that because sites have been previously disturbed, the following technical studies and subsequent reporting are unnecessary for the proposed Project, and are not included in the scope and cost of this proposal: Geology/Soils; Hazards and Hazardous Materials Phase I Literature Review and Phase II Survey; and Hydrology/Water Quality, Traffic, and Air Quality. • Psomas Natural Resources will work with the City and the Design/Engineering team during the preliminary design phase to develop a project description suitable for analysis in the CEQA document. • Psomas Natural Resources assumes that the City will provide right-of-entry permits after Psomas Natural Resources applies for a permit. • Psomas Natural Resources assumes that the City will provide recent ortho-rectified aerial photographs, and site maps of sufficient detail to determine site boundaries and important features in the field. • Psomas Natural Resources assumes that the results of completing the City's Initial Study Questionnaire and the CEQA Appendix G Checklist will show that a Mitigated Negative Declaration will be the appropriate compliance document required to support the proposed project. Should the IS indicate that another document is required, Psomas will prepare a scope of services and estimated cost to prepare the appropriate documentation and associated studies required to support the proposed project. • Psomas Natural Resources will respond to one set of written comments to the draft deliverables described above and provide a final deliverables based on those comments. Responses to additional comments will be provided at an additional cost or on a time and materials basis. Should additional comments require a response, Psomas and the city will discuss the additional time necessary prior to proceeding. 1-7 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work • Psomas Natural Resources assumes that the City/Engineer will provide a CAD file, ortho-corrected digital aerial photo, or other suitable site plan with topographic and project design overlay that clearly identifies the limits of grading. • Psomas Natural Resources assumes that the deliverables schedule will be based upon date of authorization to proceed. • Psomas Natural Resources understands that the City will pay all fees associated with CEQA and the filing of environmental documents, notices, etc. • Psomas Natural Resources assumes the City will prepare and provide all distribution lists for required notices pursuant to CEQA. • Psomas Natural Resources assumes the City will provide all postage associated with mailing of notices, and will pay all advertising fees associated with publishing notices in local newspapers. • Other services not expressly described are excluded. • AQMD Rule 1166 Permitting is not included. Should the IS and geotechnical work demonstrate the need for this permit, a separate scope and cost will be discussed with the City. • Should additional technical studies be required, separate scope and cost can be provided. Deliverables: Five (5) copies each of the Draft and Final MND documentation will be provided. Task 4 - Permitting (Excluding CEQA Processing) Permitting can often be a lengthy process and if not handled properly can cause unexpected construction delays. To expedite the process, we will identify all permits and permit schedules in the preliminary design stage. A Permit Acquisition Plan will outline a schedule for each permit to assure that submirtal dates are met and that all permits are in place in time for construction. This will be especially true for the Conditional Use Permit. We will likely begin this process during the 50% design period when plans are being prepared and the construction materials and landscaping plans have been developed. One (1) rendering and color board will be developed and used for the application at this stage. It is doubtful there will be any significant engineering related changes to these items after the 50% submittal and that any changes would come from the CUP process. Changes, if any, can then be made at the subsequent submittals. Based on our review of the CUP application requirements, we anticipate a fair amount of work required to complete this process. Some of the information requested is already included in the design portion of this contract while some of it is over and above what has already been accounted for during the design process. As a result, we anticipate needing to provide the following items and information: City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work General Information: Summary table showing all items as required on page 1 and 2 of the CUP application requirements form including, but not limited to the land use designation, street address, building square footage, percent of site to be landscaped, area of site undevelopable, etc. Site Information: Setback dimensions, distances between buildings, top and bottom elevations of fences and walls Grading & Drainage: Earthwork volumes, Stormwater BMP's, Elevation of lowest floor. Streets & Utilities: Cross sections of adjacent Carlsbad Blvd., distance between nearest intersection, existing fire hydrants within 300' of the project boundary. Landscape Plan: Landscape zones, plant species, estimate of yearly irrigation required, maintenance responsibility, % of site used for landscaping, water conservation plan, fire suppression zones. Building Elevations and Floor Plans: May not be needed depending on what option is selected. As a minimum, we anticipate providing a plan view and section of the structures required for this project with top and bottom elevations, dimensions, lighting, ventilation, type of construction, etc. Constraints Map: We assume since the site has been previously graded, that this won't be required. Colored Site Plan & Elevation Plan: Colored site plan and colored elevations will be provided. Required Documents and Submittal Items: Completed land use review application form, disclosure statement. Stormwater questionnaire, preliminary SWMP, "Project/Description/Explanation" sheet, signed "Notice of Time Limits on Discretionary Applications", signed "Hazardous Waste and Substance Statement", photographs of the property from the north, south, east and west. Early public notice package. 4 title reports and a noise study have been budgeted. WE ANTICIPATE FEES WILL BE PAID BY THE CITY OF CARLSBAD. At this time, we are not planning on encroaching into the NCTD property. Although, since the existing gravity sewer and forcemain are within their property, there may be a need to coordinate with them. These permits will be coordinated with City staff and their status included in the monthly status reports. Deliverables: Five (5) copies of the Permit Aquisistion Plan will be provided and one (1) copy each of the original permit applications. Task 5 - Prepare Contract Documents Psomas shall prepare a Preliminary Design Report and Final Design Documents. The Design Documents shall be submitted at the 50%, 90%, 100% and Final design stages. In general, the documents shall include project specifications, design drawings, cost opinions, and calculations. 1-9 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Task 5.1 - Preliminary Design Report General: The preliminary design report (PDR) will analyze up to four (4) Pump Station replacement/rehabilitation alternatives. These four alternatives will be jointly agreed upon between the City and Psomas prior to starting the PDR. Alternative site layouts, pipeline alignments, construction'methods, materials, and community impacts will be presented with pros and cons. Each alternative will have associated costs provided. An evaluation matrix will be provided which includes weighted values for various project components allowing for easy comparison of alternatives. Some of the issues, we may consider during the PDR stage include: Rehabilitation of the existing wet well: The existing wet well is corroded and requires repairs. Consider the use of spot repairs using PVC liners and/or polyurethane coating. Both of these systems have been used successfully throughout the region. Completely new pump station: Although it is likely more costly than reusing some of the existing pump station facility, replacing the existing station with a completely new station may be considered. One advantage to this is that all facilities (other than the generator) would be new and have a longer life span. Groundwater: Based on the current plans, it appears that deeper structures will be located in the groundwater table. This will require additional design considerations for buoyancy, water proofing, and construction period dewatering. An alternative to dewatering could be to use watertight shoring with a sealed excavation to keep out the groundwater. Emergency Storage: Psomas will evaluate various options for providing up to four hours of storage at this site. These will include a permanent underground cast-in-place storage facility, use of precast storage units, and/or use of the existing facilities. Sand and Rag Control: A key maintenance issue for this station is the build up of sand in the wet well and the difficulty in removing it. It was stated that there could be up to 3 cubic yards of sand accumulation every 6 months. It is quite likely that some of the sand is currently moved through the system by the pumps, but it is clear that the new facilities need to be designed to address this issue. We will evaluate various options for reducing sand accumulation and the associated maintenance requirements. Grease Control: Grease accumulations can cause odors, interfere with level sensors, and increase maintenance requirements. Even though the City has recently implemented a FOG ordinance, it is expected that there will continue to be grease accumulations at the new pump station. Various control solutions can be reviewed, such as mechanical, operational, chemical or biological. Odor Control: The existing pump station wet well has no odor control system and allows odiferous gases to enter the pump station through the ventilation intake. To control odors, we will evaulate varoius options such as Media Odor Beds, activated charcoal systems, and chemical systems. Access Road: We will evaluate a new access road location to accommodate the future widening of Carlsbad Boulevard. We will locate new facilities to accommodate this new access. This will 1-10 db City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work avoid having to relocate the entrance and/or pump station facilities when the road is ultimately widened. Traffic and Parking: The PDR will include a general discussion about the project's impact to local traffic access, and construction traffic/haul routes, as well as any localized parking. Bypass Pumping: Some of the options for the construction of the new station will require bypass pumping of existing sanitary sewer flows. Bypass pumps should be sized to handle current peak wet weather conditions. Typically, bypass pump systems require a minimum of two electric pumps (one main, one standby) sized to handle flows with emergency backup generators. Noise abatement, odor control canisters, and security fencing would all be required as part of the bypass system. Usually, a self-priming pump system is delivered to the site on a skid; however, if space is an issue, a submersible system can be installed in an existing manhole. We anticipate the contractor would subcontract with a company specializing in sewer bypass systems. The subcontractor would be responsible for installing and removing the temporary pumps, piping, generator, noise abatement, and temporary odor canisters. Electrical and SCADA Upgrades: The current pump station configuration no longer complies with the requirements of NFPA 820. These requirements lay out rules for any facility subject to the introduction of combustible materials into the wet well. For wet well/dry well stations, they require either separation of the two wells or specific ventilation requirements when there is a common wall. They also specify requirements for explosion proof junctions and seals for all conduits entering the wet well. Initial review of the as-built drawings and site constraints indicates that we may not be able to house the new electrical controls in the existing generator building. The control panels require a minimum of 42" clearance in front of the panel and, based on review of the plans, it does not appear that this can be adequately provided. Excessive noise, odors, and wind velocity within the existing building during generator operation also creates concerns for the control panel operation. Psomas will work with the City's operations staff to determine the requirements for the programmable logic controller (PLC) and SCADA control schemes. The level of control could include full remote control capabilities or just remote monitoring with limited remote control access. Miscellaneous Information: We will provide catalog cuts of recommended equipment for each alternative. Possible contractor staging areas with dimensions and areas will also be identified. Deliverables: One draft PDR and one final PDR submittal will be made (7 copies.) Task 5.2 - 50% Design Upon acceptance of the preliminary design report, we will begin preparing our 50% construction documents and specifications. At the 50% design stage, an outline specification will be provided. Based on the scope of work presented in the RFP, the following sheets are anticipated for this project. Unless otherwise requested by the City, all sheets will be 24" x 36" plan and profile with 1"=4'V and 1"40'H, except detail sheets. 1-11 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Plans: 1. Sheet 1, Title Sheet: A title sheet with the project title, vicinity and location maps, sheet index, company information, engineer's statement, and City logo, address, and phone number. 2. Sheet 2, Notes, Abbreviations, Legends: The second sheet will contain a 200 scale index/location map with sheet index, abbreviations list, legends, general notes, pre-purchase notes, benchmark statement, basis of bearings, geotechnical statement, etc. 3. Sheet 3, Existing Site Plan/Demolition Plan: We will show existing conditions, at the existing pump station sites with items to be removed/relocated/remain/abandoned. This sheet will include all existing easements, rights of way, property lines, and survey monuments within the project limits. 4. Sheet 4, Pump Station Demolition Sections: We will show sections of the existing pump stations to be removed, identifying valving, pipes, pumps, wetwell, etc. 5. Sheets 5-6, Pump Station Plans: The proposed pump station will be shown at a blown up scale of approximately 1"=5' identifying all features of the station and connection to the proposed sewer. 6. Sheets 7-8, Wetwell and Overflow Vault Sections: A section showing the wet well and will be provided identifying pump on/off elevations, pumps, piping, etc. If requested by the City, sections for the overflow vault will be providing identifying elevations, capacity, etc. 7. Sheet 9-10 Miscellaneous Details: These sheets will provide all other miscellaneous details required for the site plan, including, but not limited to, connection details, trench sections, pavement repair, manholes, etc. The number and type of details will depend on the method of replacement and/or rehabilitation. Detail references will be consistent with City standards. 8. Sheets 11-12, Water Pollution Control Plans & Details: We will prepare water pollution control plans along the roadway and at the sites with pre- and post-construction BMPs. 9. Sheets 13-17, Electrical Sheets: Sheets identifying wiring diagrams, electrical plan, and details will be provided. 10. Sheets 18-28, Architectural and Structural Sheets: Sheets identifying architectural and structural requirements for the pump station overflow tank, pre-treatment channel, and controls building will be provided. 11. Sheets 29-30, Landscape Plan and Details: A landscaping plan with details will be provided. Calculations: 50% level calculations will be provided. The following are some of the calculations that will be provided in a Project Notebook: Pump Sizing: Pumps will be sized to provide a minimum 800 gpm at design pressure. Wetwell Sizing: Wet well will be sized based on requested pump run time and cycles per hour. 1-12 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Pipe Sizing: Pipes will be sized to adequately handle maximum flows and pressures. Thrust Restraint: Thrust restraint calculations will be provided for either concrete thrust block sizing or restrained length with mechanical joint restraints. Electrical Loading: Calculations for verifying the size of the existing generator will be provided. Structural Design: Calculations for the various underground structures and controls building and foundation will be provided. Cost Opinion: A 50% level opinion of construction cost will be provided for all disciplines, including civil, electrical, landscaping, and structural. Specifications: A specification outline will be provided at the 50% submittal. Storm Water Management Plan: A storm water management plan will be provided for the pump station operators to maintain on site. Finalize Geotechnical Report Final report: A final geotechnical report will be provided that incorporates all necessary comments and input. (Up to 10 copies) Deliverables: 50% Design drawings 11" X 17" (5 sets) 50% Design drawings 24" X 36" (1 set) 50% Cost opinion (2 sets) 50% Design calculations (2 sets) Spec Outline (specification table of contents in CSI format) (2 sets) Tasks 5.3 and 5.4 - 90% and 100% Design Both the 90% and 100% Design submittals will consist of items shown above in the 50% submittal, but carried out to their prospective design level. The technical specifications will be provided in CSI format and will use the City's current bidding documents and general provisions. Each submittal will be accompanied with City comments and a formal response along with markups. Deliverables: The following shall be delivered at each of the 90% and 100% Design submittals: Design drawings 11" X 17" (5 sets) Design drawings 24" X 36" (2 sets) Cost opinion (2 sets) Design calculations (2 sets) Contract Specifications in CSI format (2 sets) 1-13 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Task 5.5 - Final Design The final submittal will consist of mylars with each sheet signed and sealed by the project manager, who is a registered professional civil engineer in California. In addition, all design calculations and specifications will be signed and sealed by the same person. Deliverables: The following shall be delivered at Final Design submittal: Final Design Drawings, 11" X 17" (3 sets) Signed Mylars, 24" X 36" (1 set) Bound set of Final Construction Specifications in CSI format (1 set) Camera ready, unbound set of Final Construction Specifications (1 set) Electronic drawings in PDF and Autocad format (1 copy) Electronic construction specifications in MS Word format (1 copy) One hard copy and one electronic copy of the Construction Cost Opinion (2 sets) One final Project Notebook (1 copy) 1-14 City of Carlsbad Replacement of the Home Plant Lift Station Project Scope of Work Task 5.6 - Emergency Storage Structure The City may decide to eliminate the emergency storage structure from the scope of work. This decision will be made after submittal of the final preliminary design report. A separate task has been provided for this work. Task 5.7 - Noise Study A noise study may be required as part of the CUP application process. A decision will be made by Planning Dept. staff after submittal of the preliminary design report. A separate task has been provided for this work. Bid and Construction Phase Services Bid and construction phase services are not included in the current scope of work, but because of their importance are highly recommended. Prior to bidding we can prepare a proposal for these services. Assumptions and Exclusions The following items are excluded from the scope of work: • Property acquisition services • Easement plats and legals • Right-of-way plats and legals • Cathodic protection design • Detailed analysis of the existing forcemain. (Note: Some analysis will be provided to determine if pushing sand through the lift station is feasible) • Shoring design • Bid Period Services • Construction Period Services • Hydraulic modeling of current and future sewage flows to the pump station • See Task 3 above for assumptions/exclusions associated with CEQA processing 1-15 ,0 City of Carlsbad ENGINEERING DESIGN SERVICES FOR THE REPLACEMENT OF THE HOME PLANT LIFT STATION Project Budget Taskl: Project Management Management: 1 hour per week for 9 months Invoicing. Billing, Progress Reports Project Schedule and Updates Coordination Meetings (Assume 6) includes agendas, minutes Subtotal Task 1 - Project Mana Task 2: investigations Site Visit (Assume 2) Research & obtain record maps, franchise utilities data Coordinate geotechnical: Review report Coordinate Survey Geolecnnical Subconsultant (Minyo & Moore Supplemental ground survey work Title Reports (Assume 4) Coordinate NCTD Review flow data & master plan Prepare & plot base files Subtotal Task 2 - investigatior Task 3: CEQA Compliance Coordination and Document Review (Psomas Natural Resources Group. Include: mileage) Site Survey and Report (Psomas Natural Resources Group) Prepare IS/MND (Psomas Natural Resources Group) Permitting (Psomas Natural Resources Group) Cultural Resources Subtotal Task 3 - CEQA Compliance 62,363 Task 4: Permitti ng Permit Acquisition Plan Prepare and submit permit applications and plans to reviewing agencies (Excluding CUP) Obtain Encroachment Permits from Agencies and City of Carlsbad Meetings (Assume 2) CUP: Prepare application CUP: General Info (Data additional to design plans) CUP: Site Inform a tio nJData additional to design plans) :\JP: Grading & Drainage (Data additional to design plans) CUP: Streets & Utilities^ (Data additional to design plans) CUP: Water Facilities (Data additional to design plans) CUP: Landscape Plan (Data additional to design plans) Building Elevations (Data additional to design plans) CUP: Constraints Map (Data additional to design plans) CUP: Colored Site/Elevation Plan (Data additional to design plans) :UP: Req'd Docs and Submittal Items (Land Use Form, EIA Form, Disci Stmt) CUP: Req'd Docs and Submittal items (2 Title Reports) CUP: Limits Req'd Docs and Submittal Items (Project Desc/Explanation Sheet, Notice of Time on Discretionary Applications^ Hazardous waste & susbslance form,' PSOMAS City of Carlsbad ENGINEERING DESIGN SERVICES FOR THE REPLACEMENT OF THE HOME PLANT LIFT STATION Project Budget $160 $140 $110 CUP: Req'd Docs and Submittal items (Color board with bldg materials, color samples of glass, wood, etc) Subtotal Task 4 - Permitting Task 5: Prepare Contract Documents 5.1 Preliminary Design Report Evaluate Odor Control, Grit and Grease Removal, Comminutor Options Develop operational and bypass schemes Evaluation Storage Options Develop up to 4 PS Alternatives Hydraulic Calculations Evaluate construction impacts for options Develop Cost Opinions 1,645 Structural Review Electrical Review Prepare evaluation matrix 2,205 Prepare draft report Prepare final report 4,180 5.2 Develop the 50% Design Package Notes, Legends, Abbreviations (1 sheet) Derno sheets: 2 sheets Pump Station Site Plan : 2 sheets Sections: 2 sheets 2,820 Detail sheets : 2 sheets WPCP / Erosion Control Plans: 2 sheets Electrical Sheets (5 sheets) Structural Sheets (11 sheets)1,080 12,000 13,080 Landscape sheets (2 sheets)6,820 7,900 TOC for Specifications Cost Estimates Calculations (Pump station, sewer, etc) 50% Submittal Subtotal Task 5.2: Develop the 50% Design Packagi 28,615 5.3 DeveLQpJhe 90% Design Package Address City Comments and advance plans, and estimate Specifications Electrical (Moraes Pham) Structural (R2H) Subtotal Task 5.3: Develop the 90% Design Paekagt 16.160 P S O M A S City of Carlsbad ENGINEERING DESIGN SERVICES FOR THE REPLACEMENT OF THE HOME PLANT LIFT STATION Project Budget 5.4 Develop the 100% Design Package Address City Comments and advance plans, specs and estimate Electrical (Moraes Priam) itructural (R2H) Subtotal Task 5.4: Deveiop the 10Q% Design 10,265 5.5 Develop the Final Design Package Address City Comments and advance plans, specs, estimate and bid schedul Electrical (Moraes Priam) Structural (R2H) Final Submittal Subtotal Task 5,5: Deveiop the Finai Design Packagt 5,6 Emergency. Storage Structure Design (50%L through-final) Structural (R2H) • -j'''i-'!al Task 5.6: Em^ aerie; StorageStructun . '*:,';' 5.7 Noise Stud Noise Study for CUP Application Subconsultant Subtotal Task 5.7: Noise Study 3,000 Task 999 - Reimbursables Reimbursable fees Subtotal Task 999 - Reimbursabies 4,000 114) 188| 1751 - I 2851 340| 271 1301 I «2|201 1,6111 226,1201 P S O M A S ENGINEERING & SURVEYING SERVICES FEE SCHEDULE ENGINEERING Principal /VP Senior Project Manager Asst. PM / Sr. Proj. Eng Project Engineer Staff Engineer Civil Designer III Civil Designer II Civil Designer I TECHNICAL Lead CAD Designer CAD Designer II CAD Designer I CAD Operator II / Jr./Sr. Level Intern CAD Operator I / Fresh/Soph Intern Project Assistant / Word Processor SURVEYING Senior Project Manager Senior Project Surveyor Project Surveyor 2-Person Field Crew Senior Party Chief Surveyor (20200; posoo) poeoo) (207001 posooi (20900; pwoo) powoi 1x200) oosoo; po-too) (3osoo> <6oioo> (soioo> (50200; (50400) isoaooi (50300) ISOTOO) 230.00 190.00 175.00 160.00 140.00 120.00 110.00 105.00 110.00 105.00 95.00 80.00 65.00 70.00 170.00 140.00 120.00 235.00 125.00 110.00 Survey Equipment Crew charges include standard survey equipment. Rental of any special equipment will be charged at cost pi us 15%. Minimum Survey Crew Charges There is a half-day (4 hours or less) minimum charge: $540 for a 1 person crew or $900 for a 2-person crew. Subconsuitants Cost + 10% Computer services Electrostatic CADD Plots $0.55 per SF Color Bond $1.00 per SF Mylar $1.00perSF Vellum $0.55 per SF Reimbursables Mileage, per mile Current IRS Allowance Parking expenses, out-of-office blueprinting and photostatic reproductions, mass mailings Cost* 10% Additional Services will be provided on a time and materials basis per the contracted labor rate and fee schedule.