Loading...
HomeMy WebLinkAbout2019-04-09; City Council; ; Agreement with LPA, Inc. to provide architectural and engineering design services for the Monroe Street Pool Replacement Project, Capital Improvement Program (CIP) ProjecA Conditional Use Permit (CUP) was approved by the City of Carlsbad Planning Commission at the time of construction in 1982. As the adjacent Carlsbad High School expanded its program since then, some areas designated for pool parking were increasingly used by school staff and students during the day. This led to a condition of inadequate site parking for public use of the pool. As a result, a number of parking procedures were developed to monitor parking lot use and limit parking duration. Additionally, program space dedicated for high school diving practice is no longer needed and this area could be repurposed to better serve the community. Given (a) current facility conditions identified in the Needs Assessment Report, (b) current parking inadequacy on site, (c) a need to attenuate sound transmission toward the neighborhood, and (d), program changes that have developed since the pool was first opened, staff believes a more efficient site layout is required. This should include (a) rearrangement of designated parking and storage areas and (b) renovation of administration and mechanical equipment buildings. This will significantly improve the facility for at least the next 20 years. On Oct. 22, 2018, staff posted a RFP on the city's website for solicitation of architectural and engineering design services for the Project. On Nov. 29, 2018, eight consultant proposals were received and copies were distributed to a selection panel comprised of staff from the Parks & Recreation and Public Works Departments. Responses to the RFP were evaluated pursuant to Carlsbad Municipal Code section 3.28.0G0(A). On Dec. 11, 2018, the staff selection committee met. Proposal evaluations were conducted, tabulated and ranked. On Jan. 14, 2019, the top three proposing firms were invited to interview. Representatives from the Parks & Recreation and Public Works Departments participated in the interviews and collectively selected LPA as the most qualified firm for this Project. Staff recommends the award of an agreement for architectural and engineering design services to LPA in an amount not to exceed $674,577. Services to be provided have been divided into two service tasks. The first service task will include (a) review of existing documents and site conditions, (b) preliminary design and CUP/environmental studies, (c) design development, (d) construction documents and (e) cost estimating. The second service task will include construction administration services and Project close-out assistance. These service tasks are detailed further in Exhibit A, which is appended to Attachment A, as part of Exhibit 1. This Project is consistent with the city's community values as shown below: Community Values: • Access to recreation and active, healthy lifestyles. The Project will improve parking on site for better access to the pool facility. • High quality education and community services. The Project will significantly enhance an asset of the community that is frequently used by the general public. • Neighborhood revitalization, community design and livability. The Project will not only improve a community amenity, but will improve the neighborhood aesthetic appeal of the facility and lessen the noise impact to the neighborhood that can occur during heavy use of the facility. April 9, 2019 Item #6 Page 2 of 24 Climate Action Plan Consistency This Project is consistent with Measures F, G and I within the Climate Action Plan. Additionally, this Project will meet an objective of the city's Energy Conservation and Management Policy No. 71. • Measure F Action 1 states: "Install energy efficiency retrofits for city-owned buildings." The Project work scope incorporates replacement of energy inefficient building heating, ventilating and air conditioning (HVAC) and pool pump equipment. • Measure G Action 2 states: "Commission city facilities." The Project work scope includes new building HVAC systems that will need to be commissioned as part of this Project to ensure their operational efficiency. • Measure I Action 1 states: "Replace incandescent and halogen light bulbs in city facilities." The Project will include replacement of all building and site lighting that has not already been upgraded to light-emitting diode (LED) technology. • Council Policy 71: Paragraph 2 Construction of Civic Facilities, subparagraph (a) states: "Design and construct mechanical and electrical systems to achieve the maximum energy efficiency achievable with current technology." Design for this Project will incorporate use of energy efficient HVAC and lighting equipment. Fiscal Analysis The agreement with LPA is in an amount not to exceed $674,577, inclusive of all reimbursable expenses. Infrastructure Replacement Funding has been appropriated for the Project as shown in the table below: MONROE STREET POOL REPLACEMENT, CIP PROJECT NO. 4724 Current Appropriation -Infrastructure Replacement Fund $5,417,000 Current Expenditures/Encumbrances -Infrastructure Replacement Fund $109,536 TOTAL AVAILABLE MONROE STREET POOL REPLACEMENT, CIP PROJECT NO. 4724 $5,307,464 Agreement for Design Services -LPA, Inc. $674,577 REMAINING BALANCE $4,632,887 ADDITIONAL APPROPRIATION NEEDED Next Steps City staff will direct LPA to begin work on the first service task. The work of the first service task work is expected to be complete by the end of the year. Staff expects to return to City Council in winter 2020 to request approval of the completed construction drawings and specifications prior to advertising them for bid solicitation in spring 2020. Environmental Evaluation (CEQA) Pursuant to Public Resources code Section 21065, this action to approve a Professional Services Agreement for design services does not constitute a "project" within the meaning of the California Environmental Quality Act (CEQA) in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect change in the environment, and therefore does not require environmental review. Furthermore, as the $0 April 9, 2019 Item #6 Page 3 of 24 project design is finalized, the project will be subject to environmental review per CEQA Guidelines. Public Notification and Outreach This item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to scheduled meeting date. Exhibits 1. City Council Resolution. 2. Location Map. April 9, 2019 Item #6 Page 4 of 24 EXHIBIT I RESOLUTION NO. 2019-049 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF AN AGREEMENT WITH LPA, INC. TO PROVIDE ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR THE MONROE STREET POOL REPLACEMENT, CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT NO. 4724, IN AN AMOUNT NOT TO EXCEED $674,577. WHEREAS, the City Council of the City of Carlsbad, California has determined that staff requires assistance of an architectural and engineering design firm to evaluate building conditions, site constraints and renovation options, update a Conditional Use Permit, develop cost estimates and construction design documents to solicit construction bids for the Monroe Street Pool Replacement, CIP Project No. 4724 (Project); and WHEREAS, the Public Works Department has solicited a Request for Proposals (RFP) for architectural and engineering design services for the Project; and WHEREAS, staff has received a total of eight responses to the RFP and has conducted a qualifications-based evaluation of the eight proposals received under Carlsbad Municipal Code section 3.28.0G0(A); and WHEREAS, staff has identified LPA, Inc. (LPA) as the most qualified firm for the Project; and WHEREAS, staff and LPA have negotiated the scope of work and associated fee for an amount not to exceed $674,577 to provide architectural and engineering design services for the Project; and WHEREAS, the City Council has determined that sufficient funds are currently available for this request. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the mayor is authorized and directed to execute the agreement with LPA to provide architectural and engineering design services for the Monroe Street Pool Replacement, CIP Project No. 4724, in an amount not to exceed $674,577, which is attached hereto as Attachment A. April 9, 2019 Item #6 Page 5 of 24 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 9th day of April 2019, by the following vote to wit: AYES: Blackburn, Bhat-Patel, Schumacher, Hamilton. NOES: None. ABSENT: Hall. 1111\\ 111111 /// f //11 ~,,,,''tt:. CA b ,,,,✓~ ~ Q1~ rj,' ~ ~' /~~~~ ~~-·· ~ ·--~~ fur~\~ % \~'f~/ J % ~••,,, .. --v•••H ••••• ~ ~ 'A1···• ....... •·~,,.~ ~ .,.'-IFO°-~' ~~ ✓1,,,,, I" ,,,,,"' l///fll/1111111\\11 April 9, 2019 Item #6 Page 6 of 24 PSA 19-721 TRAN AGREEMENT FOR MONROE STREET POOL REPLACEMENT, CIP PROJECT 4724 ARCHITECTURAL AND ENGINEERING DESIGN SERVICES LPA, INC. THIS AGREEMENT is made and entered into as of the /0 1-e day of __ ____i..a4:lJ.=-----' 2019, by and between the CITY OF CARLSBAD, a municipal car oration, ("City"), and LPA, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a Contractor that is experienced in architectural and engineering design services. B. Contractor has the necessary experience in providing professional design services and advice related to architectural and engineering design work. C. Contractor has submitted a proposal under RFP19-656TRAN 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 professional judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof. 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, provided that Contractor shall not be responsible for delays beyond its reasonable control. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be six hundred seventy four thousand, five hundred seventy seven dollars ($674,577). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one hundred thousand dollars ($100,000) per Agreement year. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 6/12/18 April 9, 2019 Item #6 Page 7 of 24 PSA 19-721 TRAN 6. 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 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. 7. 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. 8. 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 subcontracto rs. 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. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION To the fullest extent permitted by law (including without limitation , California Civil Code 2782.8), Contractor agrees to indemnify and hold harmless the City and its officers , officials, employees and volunteers (Indemnified parties) from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by City Attorney Approved Version 6/12/18 2 April 9, 2019 Item #6 Page 8 of 24 PSA 19-721 TRAN 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 including those made to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost to be reimbursed by the Contractor to the City for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. 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. 11.1 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. 11.1.1 Commercial General Liability (CGL} Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence . If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 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. 11.1.4 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. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain , the following provisions: City Attorney Approved Version 6/12/18 3 April 9, 2019 Item #6 Page 9 of 24 PSA19-721TRAN 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability , which will be written as claims-made coverage. 11.2 .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 (except for ten (10) days ' notice for non-payment of premium) to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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. 11.5 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. 12. 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. 13. ACCOUNTING RECORDS Contractor will ma intain 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. 14. 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. 15. CO PYRIGHTS 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 . City Attorney Approved Version 6/12/18 4 April 9, 2019 Item #6 Page 10 of 24 PSA 19-721 TRAN 16. 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 Title Steven Stewart Municipal Projects Manager Department Public Works Department City of Carlsbad Address 1635 Faraday Avern 1e Carlsbad, CA 92008 Phone No. 760-602-7543 For Contractor Name Title Arash lzadi, PLA/ ASLA/ LEED AP BD+C Director of Sport + Recreation/ Priocipal-lo-Cbarge Address 1600 National AventJe San Diego CA 92113 Phone No. 949-701-4059 Email Alzadi@I PADesigoSt11dios 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. 17. 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 categories. YesD No~ 18. 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. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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 Attorney Approved Version 6/12/18 5 April 9, 2019 Item #6 Page 11 of 24 PSA 19-721 TRAN 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. 21. 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. 22. 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. 23. 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. 24. 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 City Attorney Approved Version 6/12/18 6 April 9, 2019 Item #6 Page 12 of 24 PSA 19-721 TRAN 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. 25 . 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 . 26. 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 . Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill I I I 7 City Attorney Approved Version 6/12/18 April 9, 2019 Item #6 Page 13 of 24 PSA 19-721 TRAN 27. 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. nia corporation By: hief Operating Officer print name/title) By: (sign here) Charles Prnitt, Chief Financial Officer (print name/title) LPA #: 1902710 CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST: If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney (' ~ u BY: ~ •,-<J __ D_e_p-ut_y_C_i-ty_A_t-to_rn_e_~-7-~· -- City Attorney Approved Version 6/12/18 8 April 9, 2019 Item #6 Page 14 of 24 Item No. Task 1 Task2 EXHIBIT "A" SCOPE OF SERVICES Description Pre-Construction Phase 1.1 Review existing documents and site conditions 1.2 Preliminary design/CUP/Environmental studies 1.3 Design development 1.4 Construction documents 1.5 Cost estimating Construction Phase 2.1 Bidding assistance 2.2 Construction administration and project close out assistance Not-to-Exceed allowance for reimbursable expenses TOTAL 9 ATTACHMENT A Professional Fee $29,300 $120,260 $125,735 $243,676 $26,606 Included $98,000 $30,000 $674,577 City Attorney Approved Version 6/12/18 April 9, 2019 Item #6 Page 17 of 24 REVISED SCO PE O F SERVI C ES CITY OF C ARLSBAD MO NROE STREET POO L RE PLACEM ENT JANUARY 2 1, 201 9 LP A, INC. 5. Prepare and submit a Project Work Plan. The Project Work Plan should emphasize firm's understanding of the Project requirements by documenting firm's approach/methodology as it applies to the Project's scope of work, schedule, and budget. In addition, Identify solutions known and that have proved effective for countering potential challenges in the proposed Project. TASK 1: SCOPE OF WORK, PRECONSTRUCTION SERVICES (BASIC SERVICES) 1.1 GENERAL/REVIEW OF EXISTING DOCUMENTS AND SITE CONDITIONS Dur ing the project, certain act iv ities occur in each phase. Th ese act iv it ies, described b elow, are non-sequentia l and may not be app li cab le to a ll phases of the project. These activ ities inc lu de: 1.1.1 Provide team kickoff meeting to gather consu ltants, and City staff to rev iew and confirm renovation prog ram , scope of work and sched ul e. 1.1.2 Provide review of the Aquatic Design Group's (ADG) Need s Assess ment Study dated January 31, 2 017 , 1.1.3 Provide site visit to assess ex istin g condit ions of the pool , major eq uipm ent and building systems pr ior to beginn in g t he design process. Provid e upd ate to a ny observed changes as documented by the ADG's assessme nt. 1.1.4 Review City-provided data co ll ection, i nc lud i ng topographic sur vey, geotechnica l eng ineer's report, ground pe netrating radar survey of und erground utilities, video camera i nvestigat ion of ex ist ing drain a nd sewer p ip es, inventory of ex isti ng util itie s and ex ist ing CUP documentation . 1.1.5 Delive rable s: Upd ated site needs assessment, inventory of ex isting documentation. 1.1.6 Meet ings : One combined k ickoff, site vis it and coordinat io n meeting with the c lient and de sign team 1.2 PRELIMINARY DESIG N SERVICES/UPDATE OF CUP AND RELATED ENVIRO NMENTAL WORK In the Conc e ptua l Pha se, LP A sha ll prov ide des ign serv ices to conf ir m the City's goa ls and program, deve loping conceptua l test f its, estab li shing finan cia l and time req ui rements and limitations for the Project before EXHIBIT 'A' beginn ing Schematic Design . Th e fo ll owing descr iptions shal l app ly to tho se services: 1.2.1 Programming an d Concept Plan Refinement -LPA and it s consultants wou ld deve lop a wr itten and graphic dep ictio n of our und ersta nding of the project program for the commun ity poo l replacement. Th e goal of the programming and concept p lan refinement wou ld be to conf irm the goals of th e City, create a new concep tual site p lan that reconci les th e new program w ith the modifications that have been made over the past few years t o decrease th e ava il ab le land for the proj ect, and generate a new CUP exhibit th at can b e st udied by env ironmenta l cons ultants to prepare an updated Cond itiona l Us e Plan. The CUP work effort is unknown at this t ime , and for the purpose of the fee calculat i on, is ass umed to be programm atically id ent ica l to ex ist in g program. En vironmenta l do c um e nt at ion in th e bas ic serv ices is assumed to be a categor ica l exe mption with a noise impact ana lysis, any additional env ironm enta l inve stig ation s, documentatio n, t echnica l st udi es (such as traffic study, b io log ica l assessme nt, archaeo log ica l in vestigation, etc.) and filin gs beyond categorica l exemp ti o n w ill be prov ided as nee d ed, upon c lar ifi cation of the project scope a nd any potentia l changes that may need to be stud ied further (p lease refer to options provided in sect ion 2.0 Add it iona l Items be low). Environmen ta l serv ices include preparation of Categor ica l Exemp tion Su pport Memorandum, A i r Quality A nalysis, No ise Impact A na lysis and proj ect management serv ices by e nvironm ental co nsu ltant w ith attendance at two meet ings . Prepare eva lu ation of opportunit ies for energy and green technology in corpo rat io n, in c luding so lar energy harvest ing, prev ious paveme nts, high effic iency eq uipment, e lec tric al upgrades and LED lighting techno log ies and e lectr ica l vehic le (EV) c harging st ations. Prov ide r enovat ion p lans t hat reso lve any prev iou sly di scovered saf ety r isks or acce ss ibility iss ues as id ent if ied in AD G's r eport dated January 31, 2017, or as id entifi ed by Co unty Hea lth Department's reports, or as observed at the sit e rev iew m ee tin g by LPA. April 9, 2019 Item #6 Page 18 of 24 EXHIBIT 'A' REVISED SCOPE OF SERVICES CITY OF CARLSBAD MONROE STREET POOL REPLACEMENT JAN UARY 21 , 20 19 LPA, INC. 1.2.2 Estimate of Probab le Construction Costs . A rough order of magnitude cost est im ate w ill be deve loped for review with CPWD staff. 1.2.3 Meetings: One (1) kickoff meeting; one (1) sta ff review meeting on the preferred option and assoc iated costs; one (1) client meeting. 1.3 Deliverables: Program documentation; schedu le; meet ing minutes ; community outreach mater ials; conceptual p lans; rough order of magn itude (ROM). 1.3 • DESIG N DEVELOPMENT SERVICES Based upon approved prel im in ary design p lans and ROM, consultant sha ll prepare design deve lopment documents for approval consist ing of drawings and other documents to f ix and descr ibe the size and character as to architectural, st ructura l, mechan ica l, e lectrical, p lum bing and landscape designs, in cluding the fo ll owing: 1.3.1 Utility availab ili ty p lan and conceptua l ali gnme nt diagram, overal l site plan, f loor p lans, refl ected cei li ng p lans, poo l pump room floor plan, roof plans, so lar pan e l configurations (if budget all ows), exter ior bui ld ing e levat ions, mechanica l room layout, poo l plans and detai ls poo l cross sect ions, li ghting/e lectr ical site p la n, landscape p lan and irr igat ion scop ing diagram. 1.3.2 Provid e design development leve l pre li minary probable construct ion cost est im ate. 1.3.3 Prov ide presentat ion meeting with the City for rev iew and comment. 1.3 .4 Meetings: Two (2) staff rev iew meetings. 1.3.5 Deliverables: Bu il d ing des ign deve lopment draw in gs of arc hit ec ture, in teriors, structura l, mechan ica l and electrica l des ign; site design deve lopment draw ing s of c iv il , aq uati cs, site e lectr ical and landscape architecture requirements; out li ne spec ificat ions; schedu le update and updated Statement of Probab le Construct ion Cost. 1.4 • CON ST RUCTI ON DOCUM EN TS SE RV ICES (90% AND 100%) In the Construction Documents Phase, LPA shall prepare construction and bidding documents to descr ibe the work required of the construct ion co ntractor to se lect ively demol ish exist ing improvements, renovate and/or replace with new i mprovements, furnish , construct and instal l the construct ion items requ ir ed, as identified in the design deve lopment package, and as commented up on by the City at the end of the rev iew of design deve lopment package . It ems in c lu ded are as fo ll ows: 1.4.1 Se lect ive demol it ion p lans; poo l p lans inc luding pl an view, piping repair /rep lacement and connections, mechanica l room p lan and deta il s, pool equipment plans, sched ul es and detai ls, poo l e lectr ica l and li ghting p lans, poo l she ll repair and/or r ep lacement plans depend ing on assess ment of structur al cond itions prov ided by others; site work p lans inc luding utility p lans, pool d eck and dra inage p lans, e lectr ica l site p lans, sc hedu les and deta il s, fenc ing plans, land scape plans, irrigat ion p lans, techno logy plans; build i ng arc hi tectura l p lans in c luding f loor p lans, reflected ce ili ng plans, roof p lans, bu il d in g elec trical p lans inc lu d in g so lar harvest in g components and connection s, exterior e levat ions, bui lding sections, interior e levat ion s; project manua l including techn ica l spec ifi cat ions and incorporation of City's provided front-end specif ications . 1.4 .3 Provide updated preliminary estimate of probab le construct ion costs of the 90% complete construct ion document package. 1.4.4 Provide subm ittal to County Hea lth Department, City Building Department, Fi re Departm ent and Public Works Department for approval. 1.4.5 Provide meeting attendance during eac h stage of the p lan submitta l to update City on progress, gather review comments and obtain deci sion s on owner des ign se lect ions. 1.4.6 Meetings: Two (2) CPWD coo rdination meet ings, one (1) CPWD staff subm ittal meetings. (90% subm itta l). 1.4. 7 Deliverables: Consisting of: bid-ready construct ion p lans and spec ifications; 90% submittals -four (4) sets 24" x 36" p lu s three (3) se ts 11" x 17". 100 % submittal -one (1) hard copy of plans, 24" x 36", o ne ha rd copy of spec ifications; fina l schedu le and statement of probab le construct io n cost. 1.5 BIDD I NG/NEGO TIAT ION SERVIC ES 1.5.1 Attend pre -bid meet in g at CPWD offices. April 9, 2019 Item #6 Page 19 of 24 EXHIBIT'A' REVISED SCOPE OF SERVICES C ITY OF CAR LSBAD MONROE STREET POOL REPLACEMENT JANUARY 21, 2019 LPA, INC. 1.5.2 Prov ide bid addenda services consisting of preparation and distribution of addenda as may be required during biddi ng or negotiation and inc luding supp lementary drawings, spec ifications, instructions and notic e(s) of changes in th e bidding sc hed ul e and procedure based on th e approved Construct ion Documents. 1.5 .3 Provide bid opening and post open ing meeting with the City to assess bids received, provide input and recommendation of low successfu l bidder. 1.5.3 Meetings: One (1) pre-bid conference; one (1) bid open ing and post open ing meeting. 1.5.4 Deliverables : Bid documents, bid addenda , recommended apparent low bidder. TASK 2 -CONSTRUCTION ADMINISTRATION SERVICES 2.1 Contract Adm ini strat ion: Attend preconstruction meeting and twice-monthl y construction progress meetings, submitta l review and schedu le tracking, sl1op drawing review, RF I response s, and periodic si te v isit meetings as to consu ltant and subconsu lta nt needed to revi ew construction progress as req uested by CPWD . 2.2 Contractor 's Claims and Ch ange Orders: Ass ist the City in neg otiating all claim s to an agreed con tra ctor/consu ltant/City conc lu sion . Prepare design modifications or clarifications, in cluding revisions to the drawin gs, deta il s and spec ifications, as necessary. Provide wr itten responses to Requests for Informati on (R Fls ). 2.3 Deliverables: Field r eport s/ commun ications. 2.4 Meetings: 20 b i-month ly meetings, 10 site v isit meetings and two (2) project closeout reviews. STANDARD ASSUMPTIONS 1.0 The fo ll owin g are Scope of Services ass umptions: 1.01 SURVEY : To be provided by ot hers direct ly contracted with the City . 1.0 2 TITLE REPORT: CPWD to provide a recent tit le report that shows th e r ecorded property boundary alo ng with easements and any other special provisions . 1.03 APPROVAL: CPWD's verba l r eque st to commence each task const itutes approval of prior work . Changes in sub sequent work wi ll be cons idered add iti ona l serv ic es, documented and billed on an hourly basis. 1.0 4 CONSULT ANTS: The work of the arch itect, landscape arch itect, inter ior designer, str uctural engineer, c ivi l engineer, mechanical engineer, elec tric al eng in eer, cost estimator, aquatics consu ltant , environmental consu ltant and the irrigation consultant are includ ed as part of this contrac t. Any other necessary consu ltants are in addit ion to the contract and wil l be bi ll ed at fee, plus 20% fo r coordination. 1.05 REIMBURSABLES: All project expe nses sha ll be reimbursed to LP A by th e City at cost. Project expe ns es include but are not necessar il y limited to, al l normal costs inv o lv ing models, render ings, document reprod uct ion, plotting, de li veries, m il eage and approved travel. Unle ss otherwise agreed to in w riting , all government ta xe s and fees w ill be paid d irect ly by the City. These ta xes and 'fees are separate and are not a part of LPA's reimbursable allowance. Unless spec if icall y noted as being inc luded in a stipulated sum, al l cons ultant fees sha ll be subj ect to a mu lt ip le of 1.15. 1.06 BASIS OF PROPOSAL: The informatio n noted in th is proposa l is based on li mited information known at the time of the proposa l and the RFP documents dated 10/28/18. 1.07 GEOTECHNICAL ENGINEERING: prov ided by others d irectly contracted with the City. 1.08 RESPONSIBILITIES: LPA will be responsible for pre liminary design through contract admini stra tion for th e replacement poo l project. Signage, street work, and any other site r elated engi ne erin g or reports outsid e thi s scope of work shall be by others and are not included in this scope of work. 1.09 UTILITY COMPLIANCE : The coordinatio n and rev iew of designs with any outside age ncy for compl iance w ith cod e requirements and obtaining any necessary approvals shall be by others. 1.10 RATE SCHEDULE : The attached LPA hourly rate sc hedule became effect ive January 1, 2018, however, is subject to change annu ally w it hou t notifi cation. 1.11 ADDITIONAL SERVICES: Tasks not in cluded in this scope of services but requested by CPWD sha ll be April 9, 2019 Item #6 Page 20 of 24 EXHIBIT 'A' REVISED SCOPE OF SERVICES CITY OF C ARLSBA D MONR OE STR EE T POO L REP L ACEM ENT J AN UARY 21, 2019 LPA, INC. id ent ifi ed as such and b ill ed at an hourly rate, unless a detai led scope of services proposal is requested. 1.12 SPECIFICATIONS: Th e City sha ll provide the standard genera l cond itions, spec ial conditions and b idding instruc t ion s. 1.1 3 FEES: Th e City sha ll pay al l government fees, permits, assessments, etc. 1.1 4 SPECIAL MEETINGS: Necessary preparation tim e and attendance at public hear in gs or agency meetings/presentations by LPA that are not specif ied herein are not w ithin this scope of serv ices. 1.15 PROJECT PHASES: This proposa l assumes that the proj ect sha ll be in sta ll ed in one phase . Additional phasing of th e proj ect shal l require cha nges t o the documentation. Additiona l work due to phasing of th e proj ect shall be considered as add it io nal serv ices . This scope of serv ices ass um es the drawings, for both phases, wi ll be deve loped at the same time and all re levant dec ision s w ill be made concurrently to al low both packages to be deve loped simu ltaneous ly without the need for dedicated or separate meetings. 1.16 ELECTRICAL EXCLUSIONS: Temporary power des ig n is excluded. 1.17 CITY STREET IMPROVEMENT EXCLUSIONS: Improvements to adjac ent City streets or st r ee t s on ad j acen t areas are exc luded. 1.18 ENVIRONMENTAL: St udi es for traffic im pacts, cultura l resources, stream preservat ion or modification, so il mitigat ion or clea nu p, o il operat ions and sensitive habitat are not in cl ud ed in thi s proposa l. It is ant icipated that the City has the exist ing studi es required. 1.19 TRAFFIC: A ll traffic-re lated studi es, designs or coord in ation is exc lu ded from this scope o f serv ices. It is assumed the City w ill prov ide all required traffic r elated serv ices either directly or through a CPWD cons ul tan t as required for the proper documentation of th e project. 1.20 PROJECT SIZE: Total proposed im provement area is li mited to ex isting poo l area only. 1.2 1 OFF-SITE: Off-site infrastructure is in place and adequa t e connection points for st orm drain, water and sewer are ava il ab le at the project boundary 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 (or on -site) to serve the proposed deve lopment. No studies of utilities beyond the limit of t he site are inc luded. ACCESS: Access points to t he adjacent streets have been prev iously establ ished and no improvements other than minor curb cuts are anticipated. BOUNDARY: Th e boundary co rn ers for the site have been es t ab lish ed and monumented by others . FLOOD PLAIN: The sit e is not located w ithin the lim it s of a 100 -year f lood plain and wi ll not include any new regiona l dra in age improvements . MEETINGS: Where t he ma ximum num ber of meetings to be inc l uded in Arch itect's serv ices is specified herein, Architect an d Arch itect's consu ltants agree t o at t end, and participate in, as many meet in gs as spec ifi ed as part of the bas ic serv ices. Meet in gs in excess of those spec ifi ed w ill be b ill ed as additiona l serv ices. DELIVERABLES: The preced ing description of services genera ll y out lin es the act ivities assoc iated w ith execut ing each phase of work. Th e necess it y for and the ex t ent to which, th e Arch itect and Arc hi tect's consu lta nts must commit time and resources to any specific act iv ity wi ll vary depe ndin g on the needs of the proj ect. Consequently, the description of services does not represent a comprehens ive li st of d eliverab les. CONSULTATION AND COORDINATION: A ll consu ltat ions and coordi nation not assoc iated w ith spec ifi c meetings shall be conduc t ed at th e so le discretion of the Arc hitec t and Arc hitect's consultants, and only as nece ssa ry for the Arc hi tect and Architect's consu ltants to comp lete the profess iona l serv ices of this agreement. DOCUMENTS: Documents descr ibed in the p reced in g descr iption of serv ices shall b e provided, as appropriate, for the nee ds of the project and to a leve l of deta il co nsiste nt with the standa rd s of practice for this type of project a nd for the geograp hi ca l area and reg ul atory jur isdict ion(s) in w hich the project is located. PROJECT CONTROL: Th e Architect sha ll no t ha ve contro l over or charge of and sha ll not be respons ib le for construction means, methods, techn iques, seq uen ces or p ro cedures , or for safety April 9, 2019 Item #6 Page 21 of 24 EXHIBIT 'A' REVISED SCOPE OF SERVI C ES CITY OF CARLSBAD MONROE STRE ET POOL REPLACEMENT JANUARY 2 1, 20 19 LPA, INC. precaut ions and programs in connect ion with th e work since these are so lely the Contractor's responsibi lit y under the Co ntract for Construction. W ithout in any way limitin g the A r chit ect's respons ibil ities and ob ligations under Tit le 21 of th e California Code of Regu lations, or the Building Sta nd ards p ubli shed by th e ICBO (former ly Tit le 24 of the California Code o f Regulations), th e Arc hi tect sha ll not ot herw ise be responsib le for th e Contractor's sc hedu les or failure to carry o ut the work in accordance w ith the Contract Do cuments. Th e Arc hi tect sha ll not have contro l over or charge of ac t s or omission s of the Contractor, subcon t ractors, or their agents or emp loyees, or of any other persons performing portions of t he Work. 1.30 PROPOSED COMPENSAT ION: Th e compensation noted is based o n th e development of construct ion documents for a singl e phase of construct ion, w it h minima l minor and simpl e bid alternates. If the drawin gs are to be deve loped at separate times or w ith sepa rate timelin es, if ded icated me etings are required or if extensive b id alternates r equir in g eng in eer in g and design revisions o r additions, th en add it iona l serv ices wi ll be r equ ired and the indi v id ual costs for eac h phase may inc rease. 2.0 -ADDITIONAL ITEMS NO T INC LUDED IN THIS SCOPE OF WORK 2.1 Prepai-ation of an Initi al Study, in the eve nt that a Categor ica l Exe mption can not be prepared for the project (i.e., potenti all y signifi cant impacts are ident if ied and m it ig ati o n is required). Please refer to the est imated add iti ona l serv ices #1 in the f ee statement. 2.2 Pr epara ti on of a Mitigated Negative Declaration , in the event the City elects t o prepare MND for the proposed project (assuming th at all env ironmenta l impacts ca n be reduced to a less than signifi ca nt leve l w ith m itigation). Will r ely on th e Ini t ial Study prepared in 2.1 above, an d the technical ana lys is prepared for the project. Pl ease refer to the est im ated add iti ona l serv ices #2 in th e fee state m ent. 2.3 CUP co mpl ex ity level of effort is ass um ed to b e ba se d upon no c hanges to th e exis ti ng site p lan. If th e City de sires changes to the site p lan, or if th e resu lt of env ironmenta l in vest igat io n suggest modifications to the site p lan, a more robus t effort sha ll be requ ired for comp let ion of the CUP work , see the est imated additiona l serv ices #3 in t he f ee state ment. 2.4 Ut ilit y re placement and upgrade of und ergrou nd faci li ties on public streets o r on areas of the site ou t sid e th e imm ediate limits of the ex ist ing aqu ati c fac ilit y. 2.5 Any cons ultant not spec ifica ll y identified. 2.6 Subm ittal and coord ination with Caltrans, Fi sh and Game, Army Corps of Engin ee rs, Fl oo d Control or any age ncy other than t he City or as spec if ica lly note d. 2.7 Annexat ion of site into City, coord inat ion w ith sc hoo l d istr ict, noise/air qua li ty studies, water rights, environmental st ud ies, age ncy fees and per mits (NPDES, excavat ion, f lood contro l, etc.), property o r r ight of way (ROW) ac qui sition s, extraordin ary requ irements p laced on th e proj ect by t he governing age ncies, revision to plans due to p lann in g, layo ut or master p lan changes, wet land investigat ion/m it igat ion, capita l improvement program and/or fi nance plan. 2.8 Traffic st udi es, hydro logy stud ies , submit t al(s) fees, tra ffic con trol plans/int ersection signal desig n; und er grou nding of util ities; bo un dary survey; record of survey ; A LT A/ ASCM Lan d Tit le survey; off-site im proveme nts; env iro nm ental/E IR or biologica l serv ices . (Beyo nd th ose ident ified in the scope of work); schoo l d istri ct site improveme nts, coord in ati on and meetings; re location or undergrounding of power li nes and easements. Th e abando nm ent, revis ing, or wr itin g of easements is not in cl ud ed in th is scope of work; geotechnical services during construct io n or expanded se rvic es; acoust ic s; hazardo us mater ials st udi es; all st reet li g htin g, signa li zat io n, or t empo rar y power des ign are exc lud ed; comm unity group meet in gs and /or workshops: enhanced com mi ss ionin g; LEED design, documentation , cert ifi cat io n and /or registration fees ; perm it, p lan check, test ing or any agency f ees; r ender in g, fl y t hrou gh, 3D grap hi cs or other prese ntat ion, fundrais ing or m arketing material ; any ite m not spec ifi ca ll y noted as in cluded in th e scope of serv ices; im proveme nts to ad j acent city stree t s are excl uded; off-site engineering includes all areas o uts ide th e property line; spec ial d isc iplines April 9, 2019 Item #6 Page 22 of 24 REVISED SCOPE OF SERVICES CITY OF CARLSBAD MONROE STREET POOL REP LACEMENT JANUARY 21, 2019 LPA, INC. EXHIBIT 'A' cons u ltatio n serv ices co nsisting of ret aining , directing and coord in at in g t he work of specia l d isc iplin es cons u lta nts identified from th e fo ll owi ng lis t or any other so urces not li ste d, w ho se spec iali zed training , expe ri ence an d know ledge re lative to specific elements and features of the Project are requir ed for th e Proj ec t: Aco ust ics; audi ovisual; communic ation s; computer technology; construction manag eme nt; dry utilities; ecology; economics; edi t orial; elevators/escala tors; fi re protect ion; food serv ice/kitchen des ign; liquefactio n; methan e; p ubl ic re lat ions ; reprographics; safety; secur ity sys t ems design and eng in eer in g; soi ls/fo undat ion s; parking/park ing structu re; transportat ion; enhanc ed co mmi ss ioni ng age nt; traffic eng in eer and signa li zat ion. April 9, 2019 Item #6 Page 23 of 24