Loading...
HomeMy WebLinkAbout2016-11-08; City Council; ; Adopt a resolution authorizing a professional landscape architectural design services agreement with KTU+A for the Ocean Street Beach Access ImprovementsCA Review (l.{t( CITY COUNCIL Staff Report Meeting Date: To: From: Staff Contact: Subject: November 8, 2016 Mayor and City Council Kevin Crawford, City Manag� Kyle Lancaster, Park Services Manager kyle.lancaster@carlsbadca.gov or 760-434-2941 Adopt a Resolution approving a professional landscape architectural design services agreement with KTU+A for the Ocean Street Beach Access Improvements -Project No. 6057, in an amount not-to-exceed $267,895 Recommended Action Adoption of a Resolution approving an agreement with KTU+A, for professional landscape architectural design services for the Ocean Street Beach Access Improvements -Project No. 6057, in an amount not-to-exceed $267,895. Executive Summary As a .part of thedty's Capital Improvement Program, the City Council approved the Ocean Street Beach Access Improvements (Project No. 6057). This project consists of the refurbishment and improvement of seven public beach accesses along the west side of Ocean Street, from approximately Oak Avenue to Rue Des Chateaux. The conceptual plans for this project were developed with significant public notification and input, and the Planning Commission subsequently issued a Coasti31 Development Permit (CDP) on August 17, 2016. Staff completed a Request for Qualifications process for professional landscape architectural design services on this project, and is recommending the authorization of an agreement with KTU+A. Discussion The project area consists of seven public beach accesses along the west side of Ocean Street, from just north of Oak Avenue to Rue De Chateaux. The accesses have been titled according to their nearest street intersection with Ocean Street: Oak Avenue, Carlsbad Village Drive, Grand Avenue, Christiansen Way, Beech Avenue, Cypress Avenue, and Rue Des Chateaux. The conceptual plans include refurbishment and improvement to these public beach accesses by: 1) making the stairs, railings, and landings more attractive and inviting; 2) providing amenities like bike racks, benches and trash/recycling receptacles that match those in the adjacent Village; 3) adding low lighting at the stairs and crosswalks on Ocean Street for safety purposes; 4) increasing access for the disabled to the street-level seating and viewing platforms; 5) beautifying the wider accesses with native drought-tolerant landscaping; and 6) enhancing security and aesthetics for neighbors. < Item #1 November 8, 2016 1 of 39 Item #1 November 8, 2016 2 of 39 On August 18, 2016, the city issued a Request for Qualifications (RFQ) and Price Proposal to design firms to provide professional landscape architectural design services for the Ocean Street Beach Access Improvements project. The authorized design firm's services will include conceptual plan refinements, design development, preparation of construction documents, and other services associated with the bidding and construction phases of each of the beach accesses. On September 22, 2016, staff received the following submittals to the RFQ and Price Proposal: Design Firm Price ADL Planning Associates $181,200 Hirsch & Associates $203,800 Spurlock Landscape Architecture $222,245 KTU+A $243,545 Wimmer, Yamada & Caughey $288,000 MW Peltz $298,629 The submittals were reviewed by a four member selection committee of Parks & Recreation staff, using the city's best value evaluation method. Specifically, the following criteria, and weighted rating system was used in the evaluation of the submittals· I Best Value Evaluation Criteria Maximum Points Value for Price 30 Qualifications of the Team 25 Qualifications of the Design Firm 20 Work Plan for the Project 20 Similar Project Type Experience 15 Experience with Projects in Coastal Zone 5 Thoroughness and Quality of the Qualifications Statement 5 Total Points 120 The top three evaluated design firms (ADL Planning Associates, Hirsch & Associates, Inc., and KTU+A) were invited to present their understanding of the project/proposed services, and to respond to questions from the selection committee. On October 11, 2016, the design firms provided those presentations and responses, and the selection committee subsequently rated each of them. Based on those ratings, staff is recommending the city enter into an agreement with KTU+A for the project's described landscape architectural design services. KTU+A's proposed cost of design services for this project is $243,545. Staff is recommending the inclusion of a ten percent allowance, or $24,350, for miscellaneous unforeseen design services. The total not-to-exceed amount of the proposed agreement is therefore $267,895. Fiscal Analysis Sufficient funds are available for the proposed agreement's total not-to-exceed amount of $267,895. Funding for this project, in the amount of $3,003,032, was approved by the City Council in the FY 2016/17 Capital Improvement Program Budget. The project is funded with General Capital Construction/Infrastructure Replacement Funds. Item #1 November 8, 2016 3 of 39 Next Steps The current schedule for the design services and construction of this project is as follows: November 2016-March 2017 Refinement of conceptual plans, confirmation of program needs, validation of space needs, preparation of site plan and landscape plans. March 2017 -August 2017 Preparation of plans and specifications and construction documents, compilation of cost estimates, completion of plan checks and permit issuances. August 2017-October 2017 Bidding and awarding of construction contact. October 2017-April 2018 Construction of improvements. Environmental Evaluation (CEQA) CDP Permit No. CDP16-23 was approved by the Planning Commission on August 17, 2016 (Planning Commission Resolution No. 7189). The City Planner determined that this project belongs to a class of projects that the State Secretary for Natural Resources has found do not have a significant impact on the environment, and is therefore categorically exempt from the requirement for the preparation of environmental documents pursuant to California Environmental Quality Act (CEQA) Guidelines Sections 15301-repair and maintenance to existing facilities; 15302-replacement or reconstruction of existing facilities; 15303-new construction; and 15304-minor alterations to the land and vegetation. A Notice of Exemption was filed with the County Clerk on August 24, 2016. Public Notification The conceptual plans for this project were developed with significant public notification and input opportunities, including: ./ Two community workshops ./ Several site meetings with owners of neighboring properties ./ Two on-line public surveys ./ Two outreach mailers to owners of nearby properties ./ Several e-blasts and media releases ./ Several public meetings of city commissions and committees ./ One noticed public hearing of the Planning Commission for CDP Permit No. CDP16-23 Exhibits 1. Resolution approving an agreement with KTU+A, for professional landscape architectural design services for the Ocean Street Beach Access Improvements-Project No. 6057, in an amount not-to-exceed $267,895 2. Conceptual plans for the Ocean Street Beach Access Improvements-Project No. 6057 Item #1 November 8, 2016 4 of 39 RESOLUTION NO. 2016-222 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH KTU+A, FOR PROFESSIONAL LANDSCAPE ARCHITECTURAL DESIGN SERVICES FOR THE OCEAN STREET BEACH ACCESS IMPROVEMENTS-PROJECT NO. 6057, IN AN AMOUNT NOT-TO-EXCEED $267,895 Exhibit 1 WHEREAS, the City Council of the City of Carlsbad, California approved a Capital Improvement Program Project for the Ocean Street Beach Access Improvements (No. 6057); and WHEREAS, this project consists of the refurbishment and improvement of seven public beach accesses along the west side of Ocean Street, from approximately Oak Avenue to Rue Des Chateaux; and WHEREAS, the conceptual plans for this project were developed with significant public notification and input; and WHEREAS, the Planning Commission subsequently issued a local Coastal Development Permit on August 17, 2016; and WHEREAS, staff completed a Request for Qualifications (RFQ) process for professional landscape architectural design services on this project; and WHEREAS, the authorized design firm's services will include conceptual plan refinements, design development, preparation of construction documents, and other services associated with the bidding and construction phases of each of the beach accesses; and WHEREAS, six submittals to the RFQ were reviewed by a four member selection committee of Parks & Recreation staff, using the city's best value evaluation method; and WHEREAS, staff recommends KTU+A as the firm providing the best value; and WHEREAS, KTU+A's proposed cost of design services for this project is $243,545, and staff is recommending the inclusion of a ten percent allowance, or $24,350, for miscellaneous unforeseen design services; and WHEREAS, sufficient funds are available for the proposed agreement's total not-to-exceed amount of $267,895; and WHEREAS, the project is funded with General Capital Construction/Infrastructure Replacement Funds. AGREEMENT FOR PROFESSIONAL LANDSCAPE ARCHITECURAL DESIGN SERVICES FOR THE OCEAN STREET BEACH ACCESS IMPROVEMENTS PROJECT KTU+A PLANNING AND LANDSCAPE ARCHITECTURE THIS AGREEMENT is made and entered into as of the !C}~ day of ~crve...J'vV\. 0~ , 20~ by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and KTU+A Planning and Landscape Architecture, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a firm that is experienced in landscape architectural design. B. Contractor has the necessary experience in providing professional services and advice related to landscape architectural design. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. 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 shall not exceed two hundred sixty-seven thousand eight hundred ninety-five dollars ($267,895). 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". 5.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall 1 Item #1 Item #1 November 8, 2016 7 of 39 be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 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 with holdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein 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. 2 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 8 of 39 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-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 1 0.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 1 0.1.1 Commercial · General Liability Insurance. $2,000,000 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. 1 0.1.2 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. 1 0.1.3 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. 1 0.1.4 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. 1 0.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 1 0.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 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. 3 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 9 of 39 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 any time, 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 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 notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Kyle Lancaster Title Parks Services Manager Department Parks & Recreation City of Carlsbad Address 799 Pine Avenue, Suite 200 Carlsbad, CA 92010 Phone No. 760-434-2941 For Contractor Name Michael Singleton Title President Address 3916 Normal Street San Diego, CA 92103 Phone No. 619-294-4477 Email mike@ktua.com 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. 4 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 10 of 39 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 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 whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the 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) dqys 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. 5 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 11 of 39 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. 23. JURISDICTION 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 nor 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. II II II 6 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 13 of 39 EXHIBIT "A" SCOPE OF SERVICES KTU+A Planning and Landscape Architecture (KTU+A) will provide comprehensive construction documents, assist through the bidding phase and provide construction administration services for the successful completion of the seven Ocean Street public beach access areas as follows: TASK 1: CONCEPTUAL PLAN REFINEMENT PHASE The initial kick-off meeting will include a discussion between the KTU+A team and staff from the City of Carlsbad (City). The goal of this meeting is to review and establish a clear and concise direction for this project and validate the project schedule. The KTU+A team and City staff will visit the site to continue the discussion on the relevant issues associated with this project. Visiting the site with the entire team will enable us to observe the specific elements of the site that may be of concern to members of the group. The KTU+A team will contact or visit the appropriate agencies to obtain relevant and currently available reference information for the project. This information and documentation may include improvement plans and general design criteria as needed to establish the base information and constraints for the project. Psomas will collect the following plans and reports (prepared by others and provided by the City, unless otherwise noted): • Topographic and Survey data within the project area (prepared by Psomas) • Geotechnical reports and studies • Utility Record Drawings The KTU+A team will validate the scope of work as identified in Exhibit A; and identify and document relevant building codes, laws, permit requirements and requirement changes that need to be updated in the construction documents. From this research, the one (1) site visit and four (4) team meetings, we will develop an existing conditions plan that will be factored into the base plan developed by Psomas. Specific tasks: 1.1 Kick-off meeting, project review (1 meeting) 1.2 Document relevant building codes, laws, permit requirements 1.3 Initial site visit and analysis 1.4 Base data compilation and base map preparation 1.5 Convert conceptual plan to schematic design 1.6 Validation of scope of work 1. 7 Validation of schedule 1.8 Preliminary meetings with city staff (4 meetings) 1.9 Updated opinion of estimated construction costs 1.10 Refine conceptual design presented to City staff 1.11 Project approvals 1.12 Team meetings, agendas, minutes, status reports 1.13 Submittals/team/project management 8 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 14 of 39 Task 1 -Deliverables • Validated project schedule • Follow up task recommendations • Existing conditions analysis • Base map • Refined conceptual design • Updated opinion of probable costs • Agendas, minutes, status reports TASK 2: DESIGN DEVELOPMENT PHASE (30%) This phase will consist of the design development of the approved Schematic Landscape Plans and will include the refined design development of the Civil Engineering (Psomas), Electrical Engineering (EDI), Stormwater and Drainage (Psomas), Landscape and Irrigation (KTU+A) design areas for each beach access point. These preliminary layouts, including proposed materials I equipment submittals, light fixture cut sheets, layouts, and colors, will be submitted with outline specifications prepared in summary outline form (Division 16 CSI), design calculations and a design development opinion of estimated construction cost. This phase includes photo boards of plant materials, irrigation equipment, special landscape details, and sections or elevations to assist in describing the approved design areas as required. KTU+A will maintain close coordination with the design team and the City to resolve questions and key issues so that the project can ,proceed as scheduled. This task also includes in-house team management and administration. The geotechnical services provided by NOVA in this task include: Field Exploration • Utility Clearance -Contact underground service alert (USA) and to determine the presence of utility lines at the proposed test pit locations. • Exploratory Test Pits-Excavate, log, and sample three (8) exploratory test pits. Test pits will extend up to approximate depths of 4 feet, or to refusal if shallower. Backfill test pits in accordance with Environmental Health Department requirements. • Laboratory Testing -Perform laboratory testing of both bulk and relatively undisturbed samples of onsite materials. Testing would include sieve analysis, r-values, max density's soluble sulfate and chloride concentrations, pH and resistivity. Analyses • Prepare a geotechnical/geologic map of the site depicting the locations of the exploratory test pits, and geologic contacts. • Evaluate seismic hazards including dynamic settlement. Reporting Prepare a preliminary geotechnical investigation report to summarize our findings of the existing geotechnical site conditions. Provide foundation recommendations for proposed masonry site walls. Provide grading and pavement recommendations for ADA ramps and paver sections. Specific tasks: 2.1 Design team meetings (3) 2.2 Base map updates 2.3 Demolition plans and notes 2.4 Grading, drainage, hydrology plans/details & notes 2.5 Horizontal control plans (Civil) 9 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 15 of 39 2.6 SWMP/SWPPP plans/details & notes 2.7 Technical reports (water quality, drainage, hydrology, geotech) 2.8 Lighting/electrical plans/details & notes 2.9 Landscape construction layout plans 2.1 0 Landscape hardscape and finish plans 2.11 Construction materials and finish schedule 2.12 Landscape construction details 2.13 Landscape planting plans 2.14 Landscape planting legend and notes 2.15 Landscape irrigation plans 2.16 Landscape irrigation legend and notes 2.17 Outline specifications (Division 16 CSI) 2.18 ADA analysis 2.19 Design development opinion of construction costs 2.20 Project schedule update 2.21 30%: QA/QC review and drawing audit 2.22 City review meeting (1) 2.23 Address/respond to comments 2.24 Agendas, minutes, status reports 2.25 Submittals/project/team management Task 2-Deliverables • Design Development Drawings • Civil Engineering (Psomas) -Demolition plans and notes. • Civil Engineering (Psomas)-Grading, drainage, horizontal control, hydrology, plans, details and notes. • Civil Engineering (Psomas) -Stormwater and drainage plans, details and notes. • Electrical Engineering (EDI) Plans, details and notes. • Landscape Architecture (KTU+A) Preliminary construction, irrigation and planting plans, details and notes. • Technical reports (water quality, drainage, hydrology, geotech). • Outline specifications based upon the 16 division, CSI format. • ADA Analysis (Based upon CAL TRANS design information bulletin number 82-05). • Design development opinion of estimated construction costs. • Project schedule update. • 30%: QA/QC review and team drawing audit. • Agendas, minutes, status reports and address/respond to comments. TASK 3: CONSTRUCTION DOCUMENT PHASE (80 -100%) The KTU+A team will prepare a landscape construction document package with specifications, calculations, updated geotechnical reports, Stormwater Management Plan, and SWPPP in hard copy form for review and coordination as requested. An opinion of estimated construction cost will be provided at 80% and 100% stages. All work will be coordinated with the design team and prepared using AutoCAD. Specific tasks: 3.1 Design team meetings (3) 3.2 Address QAQC & City Comments/Corrections 3.3 Demolition plans and notes 3.4 Grading, drainage, hydrology plans/details & notes 3.5 Horizontal control plans (Civil) 10 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 16 of 39 3.6 SWMP/SWPPP plans/details & notes 3. 7 Technical reports (water quality, drainage, hydrology, geotech) 3.8 Lighting/electrical plans/details & notes 3.9 Landscape construction plans 3.1 0 Landscape construction materials and finish schedule 3.11 Landscape construction details 3.12 Landscape planting plans 3.13 Landscape planting legend and notes 3.14 Landscape irrigation plans 3.15 Landscape irrigation legend and notes 3.16 Landscape irrigation calculations (MAWA & ETWU) 3.17 Specifications (Division 16 CSI) 3.18 Supplemental provisions manual 3.19 Final design calculations 3.20 80% & 100%: Opinion of estimated construction cost 3.21 80% & 100%: Project schedule 3.22 80% & 100%: QA/QC Review 3.23 80% & 100%: City Review Meetings (2) 3.24 100%: Parks & Recreation Meeting (1) 3.25 100%: Planning Commission Meeting (1) 3.26 100%: City Council Meeting (1) 3.27 80% & 100%: QA/QC team drawing audits 3.28 Agendas, minutes, status reports 3.29 Submittals/project/team management Existing Conditions Plans Psomas will prepare a site survey showing existing improvements. Site Demolition Plan KTU+A and Psomas will locate elements to remove, protect in place or relocate. Paving, Grading and Drainage Plans Psomas will provide finish grades, paving type and location; and surface utility features. Horizontal Control Plans Psomas will locate new site improvements within project limits, including curb, sidewalks, stairs and walls. KTU+A will dimension all other aesthetic and auxiliary improvements such as enhanced paving details etc. Site Utilities Plan Psomas will located sanitary sewer and domestic water (for drinking fountains and foot wash station) storm drain and underground BMPs to serve the project. Erosion Control Plans Psomas will identify temporary Best Management Practices during construction to support the SWPPP. On-site Hydrology Study and Storm Water Management Plan Based on the construction documents-level grading and drainage plan, Psomas will provide an on-site hydrology study to calculate the runoff (run-on to the project site) in support of the development of the site. This study will be for flows within the project limits only. No off-site, or 11 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 17 of 39 CEQA level analysis is included. Psomas will prepare a Storm Water Management Plan (SWMP) and Report for the project site in conformance with the SWRCB and City requirements for MS4 permit compliance. The plan and report will identify long-term post-construction Best Management Practices (BMPs) for managing storm water on the project site, and will incorporate required structural and non- structural BMPs. KTU+A or the City will provide the required information to prepare the design. Based on the conceptual plans, Draft Storm Water Quality Management Plan, and project vicinity to the ocean and presumably groundwater, it is assumed that the storm water treatment system will not involve infiltration and therefore will not require infiltration testing by NOVA (geotechnical engineer). Electrical/Lighting Plans EDI will provide electrical construction documents for a new electric service and lighting per the City for the following scope areas: • Pedestrian Walkways and Security • Power for Lighting Controller and Irrigation Controller (if required) Landscape Construction Plans and Materials and Finish Schedule This plan will specifically call out all landscape site improvements and identify their materials, colors, finishes and will include construction details and specifications required to install the work. Landscape Construction Details Details include hardscape (seating nodes, paving, steps, ramps, and railings), site-furnishings (trash receptacles, signage, drinking fountains, bike racks, and benches). Manufactured items may be utilized. All structural plans will be included with details. Lighting/Electrical Plans EDI will provide electrical construction documents for a new electric service and lighting per the City for the following scope areas: • Pedestrian Walkways and Security • Power to Prefabricated Maintenance Building • Illumination for monument signage • Power for Controller and Pump (if required) Landscape Irrigation Plans and Details The irrigation plan will diagrammatically lay out landscape irrigation piping, valves, control equipment, sprinkler heads and related irrigation equipment for the irrigation of planting areas, at 20' scale, specifically calling out all pipe and equipment sizing and types; and will include details required to install the irrigation system. A California Water Efficient Landscape Worksheet will be provided inclusive of the Hydrazone information table and Water budget calculations (MAWA, ETWU) as required by the City. Landscape Planting Plans and Details This plan will graphically locate and identify planting materials at 20' scale, including specific quantities, sizes and varieties, and will include details and a planting legend to install the plant materials. 12 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 18 of 39 Supplemental Provisions Manual/ Team Specifications The Supplemental Provisions Manual will include all instructions to bidders, bidding forms, general conditions, supplementary special conditions, team specifications (Division 16 CSI format) for the project. The manual will provide detailed technical information pertaining to administration of the contract for construction, materials and equipment to be furnished, acceptable manufacturers, and requirements for executing the work. The City's standard language and Construction Standards will be incorporated into the manual. Stormwater Management Plan (SWMP} and Stormwater Pollution Prevention Plan (SWPPP} These plans will be electronically prepared on the proposed site improvements by Psomas for applicable agencies review. Final Design Calculations Final design calculation will be prepared and submitted with final plans and specifications for review and approval by governing agencies having jurisdiction over the project. Hydrology/drainage calculations, electrical (Title 24 Energy Compliance), and ADA compliance will be completed during this phase. Structural Plans Hope-Amundson will prepare design development documents in sufficient detail to establish the basic systems including foundation plan, framing plans and typical details. The structural plans will include drawings, calculations and specifications. Hope-Amundson will also coordinate with NOVA to establish the testing and inspection requirements. Opinion of Estimated Construction Cost At 80% competition of the construction documents, a revised opinion of estimated construction cost will be prepared by Turbo CM to address any refinement or modification occurring during the preparation of the construction documents. The cost opinion will be prepared utilizing specific area and quantity take-offs applied to labor and materials cost, and will include allowance for general conditions, contractor's profit and overhead, City costs and contingencies. Long Term Maintenance Manual and Costs KTU+A will identify a regular and long term maintenance schedule for the beach access points, particularly as it relates to the site amenities. Maintenance and life cycle costs will be identified. Final Plan Check/Permit Processing KTU+A will submit all final plans, specifications, and supporting calculations to the City. Final construction documents will be revised and amended to incorporate all plan check requirements, address all comments and necessary revisions, and obtain permit. It is anticipated that all related permit fees will be paid by the City. Once this is completed, the final construction documents will be ready for competitive bidding. All comments and issues regarding the reviewer's comments will be resolved. Five (5) meetings have been estimated for budgeting purposes. Task 3-Deliverables • Construction Drawings • Demolition plans • Civil Engineering -Grading, drainage, horizontal control, hydrology, plans, details and notes. • Civil Engineering -Stormwater and Drainage Plans (SWMP, SWPPP) • Electrical Engineering plans, details and notes • Landscape Architecture Construction, Irrigation and Planting plans, details and notes. 13 City Attorney Approved Version 4/1115 Item #1 November 8, 2016 19 of 39 • Supplemental Provisions Manual • Technical reports and final calculations (water quality, drainage, hydrology, Geotech) • Outline Specifications based upon the 16 division, CSI format • ADA compliance: Final Calculations • Opinion of Estimated Construction Costs • Project Schedule • 80% & 100%: QA/QC team drawing audits • Agendas, minutes, status reports • Public presentation materials • Reports and address/respond to comments TASK 4: BIDDING PHASE KTU+A will provide administrative support services to assist the City in obtaining competitive bids. KTU+A will attend the pre-bid meeting and respond to questions, conflicts, make clarifications, answer RFis (Requests for Information), advise on qualified contractors, and be available to comment on bid analysis in our area of expertise. This task includes the preparation of bid documents as required. 4.1 Pre-bid meeting: Prospective Contractors (1) 4.2 Pre-bid RFis/clarifications/addendas 4.3 Reports/project/team management TASK 5: CONSTRUCTION ADMINISTRATION AND MANAGEMENT PHASE KTU+A and appropriate team members will review project submittals, RFis, review contractor and shop drawing submittals, attend job site meetings, and provide field clarification in their areas of expertise. The team will provide site observation visits, field review reports for their portion of the site construction, and will attend site meetings relative to their area of expertise, during the period when their area of construction is actively being installed ( approximately1 0 meetings). KTU+A will attend one (1) pre-maintenance and two (2) final walk-throughs. 5.1 Pre-construction meeting 5.2 Weekly construction progress meetings (1 0) 5.3 RFis/review contractor and shop drawing submittals 5.4 Field review reports (1 0) 5.5 Pre-maintenance walk-through and report 5.6 Pre-final walk-through and report 5. 7 Final walk-through (project close out) and report 5.8 Review contractor as-builts/prepare record drawings 5.9 Project management 14 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 20 of 39 HOURLY RATES, SUPPORT COSTS AND SUBCONSULTANT COSTS Senior Principal ............................................................ $175.00 Principal ........................................................................ $165.00 Senior Associate 11 ...............•.•........•............................. $155.00 Senior Associate 1 ...................•..•.................................. $145.00 Associate II ................................................................... $135.00 Associate 1 ............................•...••••....•........................... $125.00 Senior Designer/Senior Planner/GIS Analyst... ............ $115.00 Designer/Planner .......................................................... $1 05.00 Administration ................................................................. $80.00 Psomas Principal Engineer ....................................... $185.00-$230.00 Project Manager .......................................... $170.00-$190.00 Project Engineer .......................................... $140.00-$170.00 Lead CAD Designer/Professional Engineer $120.00-$140.00 CAD Designer/Civil Engineering Designer .... $95.00-$120.00 Civil Engineer ................................................ $95.00-$120.00 Staff Engineer ................................................ $90.00-$110.00 Project Assistant/Intern .................................... $65.00-$90.00 NOVA Services Principal Engineer I Geologist ...................................... $165.00 Senior Engineer/Geologist ........................................... $145.00 Staff Engineer I Geologist ............................................ $125.00 CAD ................................................................................ $95.00 Administration ................................................................. $65.00 Hope Amundson Principal ........................................................................ $250.00 Senior Project Manager. ............................................... $180.00 Project Manager ........................................................... $160.00 Project Engineer ........................................................... $130.00 Designer ....................................................................... $110.00 Senior BIM/CAD Technician ......................................... $115.00 BIM/CAD Technician ...................................................... $95.00 Administration ................................................................. $75.00 Electrical Design, Inc. Principal ........................................................................ $165.00 Project Engineer ........................................................... $135.00 Designer ......................................................................... $95.00 Drafter. ............................................................................ $75.00 Turbo CM Principal Cost Estimator ............................................... $150.00 15 Miscellaneous Reimbursable Costs • Reproduction, blueprinting, long distance telephone calls, travel outside of San Diego County, soil testing and other non-labor direct costs are billed at cost plus 15%. An allowance of $7,000 has been included for as needed reimbursable costs. • Hourly rates include provisions for normal overhead costs including fringe benefits, office rental, utilities, insurance, clerical services and equipment. Subconsultant Costs All sub-consultant costs have been included in the fixed fee and fee breakdown sections of this submittal. Allowance An allowance of $24,350 for unforeseen services as needed to complete the design services and bid contract documents. City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 21 of 39 FEE BREAKDOWN Senior Senior Principal Associate/ Associate Designer Designer Clerical · KTU+A Irrigation TOTAL $175 $145 $125 $115 $105 $85 Task 1 • Conceptual Plan Refinement Phase 1.1 Kick~off meeting, project review 2 2 $640 1.2 Document relevant building codes, 3 3 $780 laws, permit req 1.3 Initial site visit and analysis 7 7 $1,820 1.4 Base data compilation and base 1 4 $585 map prep (x 7) 1.5 Convert conceptual plan to 1 4 4 12 $2,635 schematic design 1.6 Validation of scope of work 1 . $145 1.7 Validation of schedule 1 $145 1.8 Preliminary meetings with city staff 2 8 6 $2,260 (4 meetings) 1.9 Updated opinion of probable costs 2 $250 1.10 Refine conceptual design 6 6 $1,620 presented to city staff 1.11 Project approvals 2 $250 1.12 Team meetings, agendas, minutes, 3 $375 status reports 1.13 Submittals/project/team 4 8 3 2 $2,465 management Hours Summary 9 40 27 28 0 0 Cost Subtotal $1,575 $5,800 $3,375 $3,220 $0 $0 $13,970 Task 1 KTU+A Labor Cost $13,970 Task 1 · Subconsultants Psomas $7,060 EDI $3,200 Hope-Amundson $1,570 NOVA Services $1,660 Turbo CM $600 Task 1 Subconsultant Labor Cost $14,090 Task 1 KTU+A and Subconsultant Labor Cost $28 ,060 16 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 22 of 39 Senior Senior Principal Associate/ Associate Designer Designer Clerical KTU+A Irrigation TOTAL $175 $145 $125 $115 $105 $85 Task 2 • Design Development Phase \ ·.·· J •. , •• · < . . :· ... ···.: :\> .·. . .. . .. • ······:.;~<~i; __ ~: •. · .. ···• .. ·· •... -... ·. • . >:,.· :,';_;c•• {30% . ... i·:· •\ 2.1 Design team meetings (3) 3 3 $810 2.2 Base map updates {x 7) 1 6 $815 2.3 Demolition plans and notes 2 12 $1,630 ~ge, hydrology notes 1 2 $355 2.5 Horizontal control plans {Civil) 1 1 $240 2.6 SWMP/SWPPP plans/details & 1 1 $240 notes 2.7 Technical reports {water quality, 1 1 $240 drainage, hydrology, Geotech) 2.8 Lighting/electrical plans/details & 1 . $125 ~ nstuclion layout 1 6 15 $2,620 2.10 Landscape hardscape and finish 1 6 15 $2,620 plans 2.11 Construction materials and finish 3 9 $1,410 schedule 2.12 Landscape construction details 1 6 14 $2,505 2.13 Landscape planting plans 4 14 $2,110 2.14 Landscape planting legend and 1 4 $585 notes 2.15 Landscape irrigation plans 7 14 $2,625 2.16 Landscape irrigation legend and 2 $980 notes 2.17 Outline specifications (Division 16 1 2 $395 CSI) 2.18 ADA analysis 2 $250 2.19 Design development opinion of 2 $250 construction costs 2.20 Project schedule update 1 $125. 2.21 30%: QA/QC review and drawing 2 I 2 $640 audit ~{1) 2 2 $540 comments 2 $250 2.24 Agendas, minutes, status reports 3 1 $460 2.25 Submittals/project/team 4 12 8 4 $3,900 management Hours Summary 6 32 59 118 0 1 Cost Subtotal $1,050 $4,640 $7,375 $13,570 $0 $85 $26,720 Task 2 KTU+A Labor Cost . $26,720 17 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 23 of 39 Task 2 · Subconsultants I Psomas $19,160 EDI $3,850 Hope-Amundson $3,360 NOVA Services $4,325 Turbo CM $4,500 Task 2 Subconsultant Labor Cost $35,195 Task 2 KTU+A and Subconsultant Labor Cost $61 ,915 Senior Senior Principal Associate/ Associate Designer Designer Clerical KTU+A Irrigation TOTAL $175 $145 $125 $115 $105 $85 Task 3 ·Construction Documents -{80% and 100%) 3.1 Design team meetings (3) 3 3 $810 3.2 Address QAQC & City 2 4 $710 Comments/Corrections 3.3 Demolition plans and notes 2 18 $2,320 3.4 Grading, drainage, hydrology 2 2 $480 plans/details & notes 3.5 Horizontal control plans (Civil) 1 2 $355 3.6 SWMP/SWPPP plans/details & 1 2 $355 notes 3.7' Technical reports (water quality, 1 2 $355 drainage, hydrology, Geotech) 3.8 Lighting/electrical plans/details & 6 21 21 $5,370 notes 3.9 Landscape construction plans 6 21 21 $5,370 3.10 Landscape construction materials 1 6 12 . $2,275 and finish schedule 3.11 Landscape construction details 1 6 28 28 $7,055 3.12 Landscape planting plans 4 21 $2,915 3.13 Landscape planting legend and 2 6 $940 notes 3.14 Landscape irrigation plans 7 28 $4,235 3.15 Landscape irrigation legend and 2 7 $1,095 notes 3.16 Landscape irrigation calculations 2 6 $980 (MAWA & ETWU) 3.17 Specifications (Division 16 CSI) 2 10 $1,400 3.18 Supplemental provisions manual 5 12 . $2,005 3.19 Final design calculations 2 2 $540 3.20 80% & 100%: Opinion of est. 3 $375 construction cost 3.21 80% & 100%: Project schedule 4 $500 3.21 80% & 100%: QA/QC Review 10 6 4 $3,120 3.22 80% & 100%: City Review 6 $870 Meetings (2) 3.23 100%: Parks/Rec Meeting (1) 3 $435 18 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 24 of 39 Senior Senior KTU+A Principal Associate/ Associate Designer Designer Clerical TOTAL Irrigation 3.24 1 00%: Planning Commission 3 $435 Meeting (1) 3.25 100%: City Council Meeting (1) 3 $435 3.26 80%/1 00% QA/QC drawing audits 1 1 6 9 $2,105 3.27 Agendas, minutes, status reports 5 $625 3.28 Su bm ittals/projecVteam 8 16 8 6 $5,410 management Hours Summary 19 56 81 217 70 0 Cost Subtotal $3,325 $8,120 $10,125 $24,955 $7,350 $0 $53,875 Task 3-Construction Documents (80% and 100%) $53,875 Task 3 · Subconsultants Psomas $28,430 EDI $8,850 Hope-Amundson $3,345 NOVA Services $2,700 Turbo CM $9,000 Task 3 Subconsultant Labor Cost $52,325 Task 3 KTU+A and Subconsultant Labor Cost $106,200 Task 4 · Bidding Phase 4.1 Pre-bid meeting: Prospective 4 $500 Contractors ( 1) 4.2 Pre-bid 12 $1,500 RFis/clarifications/addendas 4.3 Reports/projecVteam management 1 2 8 $1,465 Hours Summary 1 2 24 0 0 0 Cost Subtotal $175 $290 $3,000 $0 $0 $0 $3,465 Task 4-Bidding Phase $3,465 Task 4 • Subconsultants Psomas $3,115 EDI $810 Hope-Amundson $320 NOVA Services $270 Turbo CM $900 Task 4 Subconsultant Labor Cost $5,415 Task 4 KTU+A and Subconsultant Labor Cost $8,880 19 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 25 of 39 Senior Senior KTU+A Principal Associate/ Associate Designer Designer Clerical TOTAL Irrigation Task 5 -Construction Admin and I Management Phase 5.1 Pre-construction meeting 4 $500 5.2 Weekly construction progress 28 $3,500 meetings (1 0) 5.3 RFis/review contractor and shop 6 6 6 I $2,310 drawing submittals 5.4 Field review reports (10) 7 7 $1,470 5.5 Pre-maintenance walk-through and I 8 8 1 $2,245 report 5.6 Pre-final walk-through and report 7 7 1 $1,975 5.7 Final walk-through (project close 6 6 1 $1,705 out) and report 5.8 Review contractor as-2 2 16 I $2,380 builts/prepare record drawings ' 5.9 Project management 2 4 8 I 2 $2,160 Hours Summary 2 33 76 24 0 10 Cost Subtotal $350 $4,785 $9,500 $2,760 $0 $850 $18,245 Task 5-Construction Administration and Management Phase $18,245 Task 5 • Subconsultants Psomas $9,270 EDI $2,695 Hope-Amundson $1 ,010 NOVA Services $270 Task 5 Subconsultant Labor Cost $13,245 Task 5 KTU+A and Subconsultant Labor Cost $31,490 Total Cost KTU+A Total Hours 37 163 267 387 70 11 KTU+A Cost Subtotal $6,475 $23,635 $33,375 $44,505 $7,350 $935 $116,275 Subconsultants Psomas $67,035 EDI $19,405 Hope-Amundson $9,605 NOVA Services $9,225 Turbo CM $15,000 Subconsultant Cost Subtotal $120,270 Miscellaneous Reimbursables $7,000 As Needed Allowance $24,350 Miscellaneous Cost Subtotal $31,350 Total Cost 267,s9s I 20 City Attorney Approved Version 4/1/15 Item #1 November 8, 2016 28 of 39 OCEAN STREET BEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California CDP 16-23 Key Map n.JI ~ . . I'? >· .· . .. ... ... vu . (__Cicy of so';;;:;:·~· Number: 14-102 Carlsbad Date: july 13, 2016 · ·· · Sheet 2 of1; Item #1 November 8, 2016 29 of 39 OCEAN STREETBEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California CDP 16-23 BEACH ACCESS SIGN· WALL MOUNTED Design Character SEGliON PROPOSED STAIR RAILING PROPOSED STAIR RAILING {''cicyof soc Project Number: 14-102 Carlsbad Date: July 13, 2016 ScHMIDT DE:SJGN G.n.ouP, INc. ••• G>i'. .. O ., .. O~U)jtOIIIi U1!S1!< ~~rll<IIO~ IN ~IIICN ••fof t!IYIU!/11-'I~T~llfNIITIVIH »nll!•llok•~vt,S,.ltsco,SonDI•IotCA9"01 lllo,loONI~l?) 2J6·14~ .. fmlmllo {~19) ~J5·17'' \l'\'n'l'.i<lomldtd•IIII~Co"' llC.-t"A~lJ!. 1!,_19, l\t)~1)9 Sheet 3 of1; Item #1 November 8, 2016 31 of 39 OCEAN STREET BEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California CDP 16-23 Street View Simulation Beech Avenue Access (cicyof soG Project Number: 14-102 Carlsbad Date: july 13, zm6 SD.tiAUDT D"ES!GN' GROVI', INC. ••• •t.:• Sheet 5 of1; Item #1 November 8, 2016 33 of 39 I& ELEMENT INCLUDED IN CONCEPT PLANS OF 12/3/15 • ELEMENT ADDED/REVISED IN CONCEPT PLANS OF 4/6/16 OCEAN STREET BEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California COP 16·23 Oak Avenue I<EY 0 REPLACE CONCRETE STAIRS & HANDRAILS @ REPLACE EXISTING WOOD GATE 0 UPGRADE FLAT WORK WITH BRICK PAVERS. PAVERS TO MATCH EXISTING VILLAGE STANDARD (} ADD VILLAGE STANDARD RECEPTACLE 0 PROPOSED BIKE RACKS G PROPOSED BEACH ACCESS SIGN f) EXISTING PLANT MATERIAL TO REMAIN G EXISTING WOOD GATE TO REMAIN C'i) EXISTING BACKFLOW PREVENTION DEVICE &WATER METER TO REMAIN tl& PROPOSED CONCRETE CURB (D PROPOSED VILLAGE STANDARD BENCH fl& EXISTING TUBULAR STE.EL FENCE TO REMAIN f) 1 0' WIDE VEHICULAR CONCRETE PAVER CROSSWALK WITH 12" WIDE CONCRETE BANDS TO MATCH EXISTING VILLAGE STANDARDS ~ EXISTING METER BOX TO BE RESET FLUSH WITH NEW FINISH SURFACE OF PLAZA (I EXISTING WALL TO REMAIN ~ EXISTING LIGHT POLES TO REMAIN (D REMOVE AND REPLACE ELEC11RICAL PEDESTAL ~ REPLACE EXISTING WOOD FENCE WITH MASONRY WALL WITH SKIM COAT 41!) REPLACE EXISTING STAIR WAY LIGHTING $ PROPOSED ADA RAMP G) ENHANCED CONCRETE LANDING e. RECTANGULAR UTTER AND RECYCLING RECEPTACLE @) STORM WATER TREATMENT SYSTEM ~0 ® ("cicyof sDc Project Number: 14-192 Car.· ... ·lslJad SCHMlOT DtslON Oll.ou.P, nw. ••• tji<;,.G\ nu~•lh .O.'i<"~',Suii•JOO, Son DloAo,CA9"0' tdopll~n• JOtg~~},'l<$52 rmtmll• [G1~) >J6·A19~ .....,_.domldl~••'I"'"<Qm Date: July 13,2016 · · .: .. Sheet 7 of1; Item #1 November 8, 2016 34 of 39 • ELEMENT INCLUDED IN CONCEPT PLANS OF 12/3/15 • ELEMENT ADDED/REVISED IN CONCEPT PLANS OF 4/6/16 OCEAN STREET BEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California CDP 16-23 Carlsbad Village Drive KEY Q STAIRWAY L1.0HTING-STANDARD BOLLARD f» DECORATIVE RAILING-AT PLAZA & SEATING NODES OR LOW FOOT BOLLARDS 8 REPLACE AND WIDEN CONCRETE STAIRS AND HANDRAILS TO 10~ $ UPGRADE FLAT WORK WITH BRICK PAVERS. PAVERS TO MATCH EXISTING VILLAGE STANDARD 0 REPLACE EXISTING TRASH RECEPTACLE WITH VILLAGE STANDARD RECEPTACLE- TYP.OFS f) RELOCATE EXISTING BIKE RACKS t) PROPOSED BEACH ACCESS SIGN f) REPLACE PLANT MATERIAL & IRRIGATION G) MAN HOLE TO BE RAISED TO NEW FINISH SURFACE OF PLAZA 0 RELOCATED EXISTING TRAFFIC SIGN 41J) PROPOSED CONCRETE CU.RB. 6) PROPOSED 6' TALL MASONRY WALL WITH SKIM COAT ~ 1 0' WIDE VEHICULAR CONCRETE PAVER CROSSWALK WITH 12" WIDE CONCRETE BANDS TO MATCH EXISTING VILLAGE STANDARDS ® DELINEATION BETWEEN PRIVATE & PUBLIC- LOW WALL OR MOW CURB 4D EXISTING WALL TO REMAIN ~ PROPOSED VILLAGE STANDARD BENCH (fi SEATING NODE-TYPICAL OF 2 ® NEW STORM DRAIN INLET (I) PROPOSED ADA RAMP a!). EXISTING ADA RAMP G) ENHANCED CONCRETE LANDING 0 PROPOSED ADA ACCESSIBLE DRINKING FOUNTAIN WITH DOG BOWL ~ STORM DRAIN BOX TO REMAIN e STORMWATER TREATMENT SYSTEM ~G ~· ('city of sDc Project Number: 14-102 Carlsbad SCHMIDT DESIGN' OnoVP, !NO. •••• •c• .... \1IlSI•!hA<i<"~''$1JllojC<>,S>" lllolf",CA~Olol tdtph~olt 1~•!1)"~6~~h hulrnllo \619!•JS•!J9• -·~tl, ... dtlfotltJO.<OJil Ut.tAIIJI.HYcO.Ig, 11>''4'l!J Date: July 13, 201 6 · · Sheet 8 of1; Item #1 November 8, 2016 35 of 39 • ELEMENT INCLUDED .IN CONCEPT PLANS. OF 12/3/15 • ELEMENT ADDED/REVISED IN CONCEPT PL.ANS OF 4/6/16 OCEAN STREET BEACH ACCESS IMPROVEMENTS Master Plan Carlsbad, California CDP 16-23 . Grand Avenue KEY Q STAIR WAY LIGHTING-STANDARD BOLLARD OR LOW FOOT BOLLARD f) REPLACE AND WIDEN CONCRETE STAIRS AND HANDRAILS TO 10: f) UPGRADE FLAT WORK WITH BRICK PAVERS. PAVERS TO MATCH EXISTING VILLAGE STANDARD 8 REPLACE EXISTING TRASH RECEPTACLE WITH VILLAGE STANDARD RECEPTACLE-TYP. OF 5 0 .RELOCATE EXISTING BIKE RACKS e.·. EXISTING TRAFFIC SIGNAGE TO REMAIN G REPLACE PlANT MATERIAL & IRRIGATION 0 PROPOSED BEACH ACCESS SIGN C!) EXISTING CONCRETE CURB TO REMAIN. EXTEND TO ENCLOSE PLANTER (1\) SEATING NODE-TYPICAL OF 2 • DECORATIVE RAILING-AT PLAZA AND SEATING NODES ~ 10' WIDE VEHICULAR CONCRETE PAVER CROSSWALK WITH 12" WIDE CONCRETE BANDS TO MATCH EXISTING VILLAGE STANDARDS G) PAINT EXISTING GUARDRAIL G) EXISTING PALM TREES & GIANT BIRD OF PARADISETO REMAIN t» ADD SKIM COAT TO EXISTING WALL ~ EXISTING PRIVATE TRASH ENCLOSURE 4i PROPOSED VILLAGE STANDARD BENCH G) PROPOSED ADAPEDESTRIAN CURB RAMP Gi) EXISTING CONCRETE STAIRS TO REMAIN e!) EXISTING CONCftETE PAVING TO REMAIN ~ ENHANCED CONCRETE LANDING E) PROPOSED ADA ACCESSIBLE DRINKING FOUNTAIN WITH DOG BOWL G) STORMWATERTREATMENTSYSTEM nJI ~· llP''"' 0 .C:LE,,.:o'4 10 \lY (_ Cicy of sDc Project Number: 14·102 Carlsbad· Date: July 13,2016 BOH'MIIlT D£51Cl.N GROUP, nro. IUl!O•J~~r,:!\lilt!<X!,SI"DloiJII,CA,.\01 =:1!,:::~~ fmi..,Jiej61~}t.J6-•7~> Ut.u..uj.l.ll•"''· ~~J~'lt Sheet 9 ofT~