Loading...
HomeMy WebLinkAbout2016-11-08; City Council; Resolution 2016-222Exhibit 1 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 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. 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 for professional landscape architectural design services with KTU+A,which is attached hereto as Attachment "A". PASSED,APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 8th day of November, 2016, by the following vote, to wit: AYES:Hall, Wood, Schumacher, Blackburn, Packard. NOES:None. ABSENT:None. //f_J A'HAL ,Mayor fit!k_.16 -) BARBARA ENGLESON, City Clerv.r (SEAL) ...... a 0 e- Sri i * . •.,- I I 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 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 withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers'compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution,social security,overtime payment,unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City.If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 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 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 Bests 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. 10.1 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. 10.1.1 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. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability.Workers'Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction,a declaration stating this. 10.1.4 Professional Liability.Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on 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. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 3 City Attorney Approved Version 4/1/15 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 For Contractor Name Kyle Lancaster Name Michael Singleton Title Parks Services Manager Title President Department Parks & Recreation Address 3916 Normal Street City of Carlsbad San Diego, CA 92103 Address 799 Pine Avenue, Suite 200 Phone No.619-294-4477 Carlsbad, CA 92010 Email mike@ktua.com Phone No.760-434-2941 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 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 (10)business days.If the resolution thus obtained is unsatisfactory to the aggrieved party,a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem.In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20.TERMINATION In the event of the Contractor's failure to prosecute,deliver,or perform the Services,City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination.If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30)days written notice to the other party may terminate this Agreement.In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date;however,the total will not exceed the lump sum fee payable under this Agreement.City will make the final determination as to the portions of tasks completed and the compensation to be made. 5 City Attorney Approved Version 4/1 /15 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. I/ /I 6 City Attorney Approved Version 4/1/15 26.AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By:7?//By:/Jlict. (sign here)MATT 14'.U Mayor I . j6)41.1 1 - 611611 'irliik6110X((print name/I ATTEST: By: (s's here)BARBARA ENGLESON `t.City Clerk.).rivNL 1'4 -+Awn.; p int name/title)pLEittrz t.7 TACHED P,cAIf 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 Group B Chairman,Secretary, President, or Assistant Secretary, Vice-President 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 BY: Assistant City Attorne 7 City Attorney Approved Version 4/1/15 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 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 / 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 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 2.10 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 CALTRANS 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 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 3.10 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 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 Hydrozone 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 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 4/1/15 • 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 (approximately10 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 (10) 5.3 RFIs/review contractor and shop drawing submittals 5.4 Field review reports (10) 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 HOURLY RATES, SUPPORT COSTS AND SUBCONSULTANT COSTS Senior Principal $175.00 Principal $165.00 Miscellaneous Reimbursable CostsSenior Associate II $155.00 Senior Associate I $145.00 •Reproduction, blueprinting, long Associate II $135.00 distance telephone calls, travel Associate I $125.00 outside of San Diego County, soil Senior Designer/Senior Planner/GIS Analyst $115.00 testing and other non-labor direct Designer/Planner $105.00 costs are billed at cost plus 15%. AnAdministration$80.00 allowance of $7,000 has been Psomas included for as needed reimbursable Principal Engineer $185.00 -$230.00 costs. Project Manager $170.00 -$190.00 Project Engineer $140.00 -$170.00 Lead CAD Designer/Professional Engineer $120.00 -$140.00 •Hourly rates include provisions for CAD Designer/Civil Engineering Designer.... $95.00 -$120.00 normal overhead costs including Civil Engineer $95.00 -$120.00 fringe benefits, office rental, utilities, Staff Engineer $90.00 -$110.00 insurance, clerical services and Project Assistant/Intern $65.00 -$90.00 equipment. NOVA Services Principal Engineer / Geologist $165.00 Subconsultant Costs Senior Engineer/Geologist $145.00 All sub-consultant costs have beenStaff Engineer / Geologist $125.00 included in the fixed fee and feeCAD$95.00 breakdown sections of this submittal.Administration $65.00 Hope Amundson Principal $250.00 Allowance Senior Project Manager $180.00 An allowance of $24,350 for unforeseenProject Manager $160.00 services as needed to complete theProject Engineer $130.00 design services and bid contractDesigner$110.00 documents.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 City Attorney Approved Version 4/1/15 FEE BREAKDOWN Senior SeniorPrincipalAssociate/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 Document relevant building codes,1.2 3 3 $780laws, permit req 1.3 Initial site visit and analysis 7 7 $1,820 Base data compilation and base1.4 1 4 $585map prep (x 7) Convert conceptual plan to1.5 1 4 4 12 $2,635schematic design 1.6 Validation of scope of work 1 -$145 1.7 Validation of schedule 1 $145 Preliminary meetings with city staff 21.8 8 6 $2,260(4 meetings) 1.9 Updated opinion of probable costs 2 $250 Refine conceptual design1.10 6 6 $1,620presented to city staff 1.11 Project approvals 2 $250 Team meetings, agendas, minutes,1.12 3 $375status reports Submittals/project/team1.13 4 8 3 2 $2,465management 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 Senior SeniorPrincipalAssociate/Associate Designer Designer Clerical KTU+A Irrigation TOTAL $175 $145 $125 $115 $105 $85 Task 2 -Design Development Phase + (30%L 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 Grading, drainage, hydrology2.4 1 2 $355plans/details & notes 2.5 Horizontal control plans (Civil)1 1 $240 SWMP/SWPPP plans/details &2.6 1 1 $240notes Technical reports (water quality,2.7 1 1 $240drainage, hydrology, Geotech) Lighting/electrical plans/details &2.8 1 -$125notes Landscape construction layout2.9 1 6 15 $2,620plans Landscape hardscape and finish2.10 1 6 15 $2,620plans Construction materials and finishZ11 3 9 $1,410schedule 2.12 Landscape construction details 1 6 14 $2,505 2.13 Landscape planting plans 4 14 $2,110 Landscape planting legend and2.14 1 4 $585notes 2.15 Landscape irrigation plans 7 14 $2,625 Landscape irrigation legend and2.16 2 6 $980notes Outline specifications (Division 16217 1 2 $395CSI) 2.18 ADA analysis 2 $250 Design development opinion of2.19 2 $250construction costs 2.20 Project schedule update 1 $125. 30%: QA/QC review and drawing2.21 2 2 $640audit 2.22 City review meeting (1)2 2 $540 2.23 Address/respond to comments 2 $250 2.24 Agendas, minutes, status reports 3 1 $460 Submittals/project/team2.25 4 12 8 4 $3,900management 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 Task 2 -Subconsultants 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 SeniorPrincipalAssociate/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 Address QAQC & City3.2 2 4 $710Comments/Corrections 3.3 Demolition plans and notes 2 18 $2,320 Grading, drainage, hydrology3.4 2 2 $480plans/details & notes 3.5 Horizontal control plans (Civil)1 2 $355 SWMP/SWPPP plans/details &3.6 1 2 $355notes Technical reports (water quality,3.7 1 2 $355drainage, hydrology, Geotech) Lighting/electrical plans/details &3.8 6 21 21 $5,370notes 3.9 Landscape construction plans 6 21 21 $5,370 Landscape construction materials3.10 1 6 12 •$2,275and finish schedule 3.11 Landscape construction details 1 6 28 28 $7,055 3.12 Landscape planting plans 4 21 $2,915 Landscape planting legend and3.13 2 6 $940notes 3.14 Landscape irrigation plans 7 28 $4,235 Landscape irrigation legend and3.15 2 7 $1,095notes Landscape irrigation calculations116 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 80% & 100%: Opinion of est.3.20 3 $375construction cost 3.21 80% & 100%: Project schedule 4 $500 3.21 80% & 100%: QA/QC Review 10 6 4 $3,120 80% & 100%: City Review122 6 $870Meetings (2) 3.23 100%: Parks/Rec Meeting (1)3 $435 18 City Attorney Approved Version 4/1 /15 Senior Senior KTU+APrincipalAssociate/Associate Designer ClericalDesigner TOTALIrrigation 3.24 1000/0:Planning Commission 3 $435Meeting (1) 3.25 100%: City Council Meeting (1)3 $435 3.26 80%/100% QA/QC drawing audits 1 1 6 9 $2,105 3.27 Agendas, minutes, status reports 5 $625 Submittals/project/team3.28 8 16 8 6 $5,410management 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 Pre-bid meeting: Prospective4.1 4 $500Contractors (1) Pre-bid42 12 $1,500RFIs/clarifications/addendas 4.3 Reports/project/team 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 Senior Senior KTU+APrincipalAssociate!Associate Designer Designer Clerical TOTALIrrigation Task 5 -Construction Admin and Management Phase 5.1 Pre-construction meeting 4 $500 Weekly construction progress5.2 28 $3,500meetings (101 __ RFIs/review contractor and shop5.3 6 6 6 $2,310drawing submittals 5.4 Field review reports (10)7 7 $1,470 Pre-maintenance walk-through and5.5 8 8 1 $2,245report 5.6 Pre-final walk-through and report 7 7 1 $1,975 Final walk-through (project close5.7 6 6 1 $1,705out) and report Review contractor as-5.8 2 2 16 $2,380builts/prepare record drawings 5.9 Project management 2 4 8 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 267,895 20 City Attorney Approved Version 4/1/15 California All-Purpose Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity ofthat document State of California County of San Diego On or +.20t ,20 no ,before me, Elyce Marie Martinez, Notary Public, personally appeared Solo orti‘co L.. ccv c4 14_S ••••sve I-on • Name(s)ofSigner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 0/are subscribed to the within instrument and acknowledged to me that hetthey executed the same in hiskrer/their authorized capacity (ies) and that by his/ler/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct OFR CIAL LWITNESS my hand and official seal.tfilt.;.0•;\\kik.c;;;-. SEA 0:2:‘;';,`;I.07•,NA MLitt .t71471/izaa Signature ofNoe;.4frcS.MY COlvifa.EXP.OCT 26. 2016 OPTIONAL Description of Attached Document Title or Type of Document Act 1"-eet"e•--1-Quv-Cetsi-ructt cise&-u2-+-e v3-4ctf etar go-%Ct-ecr Clec•a, Document Date:L 011-0.1 a01 L.Number of Pages (including this one) Additional Information iNccesr —ants ?Lisle C1-7 Plafroas ita.U itCale tect.:je ctwe Capacity(ies) Claimed by Signer Right Thumbprint of Individual Signer I Corporate Officer-Title(s) Partner:Limited General El Attorney-in-Fact O Trustee O Guardian or Conservator 0 Other Right Thumbprint of Signer 2 Signer is representing: