Loading...
HomeMy WebLinkAbout2017-04-25; City Council; Resolution 2017-064RESOLUTION NO. 2017-064 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH DUDEK ENVIRONMENTAL CONSULTANTS, INC. FOR AN AMOUNT NOT TO EXCEED $510,800, AND APPROPRIATION OF FUNDS IN THE AMOUNT OF $474,439 FOR THE PARK DRIVE STREET AND DRAINAGE IMPROVEMENTS, PROJECT NO. 6611. EXHIBIT 1 WHEREAS, the City Council ofthe City of Carlsbad, California has determined that it is necessary and in the public interest to improve the street and drainage conditions along Park Drive between Bayshore Drive and the residential driveway at 4650 Park Drive; and WHEREAS, funding for Park Drive Street and Drainage Improvements, Project No. 6611, has been appropriated from the General Capital Construction Fund in the amount of $243,000 for the preparation of the preliminary design analysis which has been completed; and WHEREAS, the Department of Public Works solicited Requests for Qualifications (RFQs) from consultants for the final design phase and received a total of three Statement of Qualifications (SOQs) from qualified civil engineering consulting firms; and WHEREAS, subsequent to a review ofthe RFQs, Dudek Environmental Consultants, Inc. has been identified as the most qualified consultant for the project; and WHEREAS, staff and Dudek Environmental Consultants, Inc. have negotiated the scope of work and the associated fee in an amount not to exceed $510,800 to provide professional design services; and WHEREAS, an additional appropriation of $474,439 from the General Capital Construction Fund is necessary to fund the professional design services and city staff time for the project; and WHEREAS, there are sufficient General Capital Construction Funds available to appropriate to the Park Drive Street and Drainage Improvements, Project No. 6611. 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 Professional Services Agreement with Dudek Environmental Consultants, Inc. in an amount not to exceed TRAN1541 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 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. 9.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version 2/29/16 2 Item #3 April 25, 2017 Page 6 of 25 10.INDEMNIFICATION TRAN1541 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. 11.INSURANCEContractor 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 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. 11.1.2 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. 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. City Attorney Approved Version 2/29/16 3 Item #3 April 25, 2017 Page 7 of 25 TRAN1541 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: 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 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 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. 14.OWNERSHIP OF DOCUMENTSAll 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.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. City Attorney Approved Version 2/29/16 4 Item #3 April 25, 2017 Page 8 of 25 16.NOTICES TRAN1541 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 Elaine Lukey Title Public Works Director Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. (760)-602-2751 For Contractor Name Steve Jepsen Title Principle In Charge Address 750 Second Street Encinitas, California 92024 Phone No. 760.479.4112 Email sjepsen@dudek.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 INTERESTContractor 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. 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 PROHIBITEDContractor 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 Manager will consider the facts and solutions City Attorney Approved Version 2/29/16 5 Item #3 April 25, 2017 Page 9 of 25 TRAN1541 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.TERMINATIONIn 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 FEESContractor 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 LAWSUITSBy signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. City Attorney Approved Version 2/29/16 6 Item #3 April 25, 2017 Page 10 of 25 TRAN1541 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 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 City Attorney Approved Version 2/29/16 7 Item #3 April 25, 2017 Page 11 of 25 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 of that document. State of California County of .fAw "[)1��0 /)1 �"' � .. ,� 7)11,,,L--, """',,, lvo-tA/l,"f PusucOn , ,,/1/l.�"1 ��, ....._.. 7 before me, IV ca. A.., .. �������������������(insert name and title of the officer) personally appea�d��-�-�_A_��K�_�_u_o_���-�-��D�-��A-�����4��-�-������� who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ¢are subscribed to the within instrument and acknowledged to me that��/they executed the same in �/their authorized capacity(ies), and that by �r/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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. IQ"" h:Jiel'Kil "'l : COMM.#2016308 mfB a Notary Publfc.Calllomlit !a J . SAN DIEGO COUNTY -,, C • 0 C C C O ,Ml Comm. Exp. MAR. 29, 2017 i ceuuuos,ouoco I I Item #3 April 25, 2017 Page 13 of 25 TRAN1541 EXHIBIT "A" SCOPE OF SERVICES City Attorney Approved Version 2/29/16 9 Item #3 April 25, 2017 Page 14 of 25 Park Drive Street and Drainage Improvements Scope 1.0 Project Management & Meetings 1.1 Award Meeting and Site Walk TRAN1541 Exhibit A The Consultant will meet with the City and the environmental consultant to discuss project history, previous studies, approach and other elements of the project design with key team members and will perform a site walk with City staff to discuss the project. 1.2 Kick-off Meeting The Consultant will conduct one kick-off meeting with the project team and City upon Notice to Proceed. The Consultant will discuss first steps, project schedule, review scope and process to address out of scope items and change order processing, and lines of communication. The Consultant will prepare meeting minutes and a next steps summary and distribute to the project team. 1.3 T earn Meetings The Consultant will conduct monthly progress meetings with City staff to discuss the project and review the detailed project schedule. Twelve (12) total meetings have been allocated for in the budget based on the preliminary schedule established by the City. Meetings will include key staff including sub-consultants and the environmental consultant as necessary. The Project Manager will prepare an agenda, action items list, and ... any presentation materials needed for each meeting. The Project Manager will also prepare meeting minutes include a next steps summary, which will be submitted, to the City within five (5) business days. 1.4 Project Management The Consultant will prepare monthly status reports detailing work completed, schedule status, and budget remaining at the task level along with the invoice. The Consultant will conduct regular informal meetings with the project team including sub-consultants as needed. Other project management activities to be included as necessary are value engineering and construction feasibility to keep the project on schedule and within budget. 1.5 Quality Assurance and Quality Control: For major milestone deliverables, the Project Manager will assign the quality control review to a Principal Level engineer familiar with the unique aspects of the project including sub consultant design elements. Balance Hydrologies will provide an additional review of the design as an external QA/QC for hydrology issues. 1.6 Value/Constructability Review Once the preferred alternative is selected, we will engage our Construction Management and Habitat Restoration Sciences (HRS) landscape construction colleagues to review the constructability of the preferred alternative and to provide recommended cost saving measures that may be implemented in the design. A review memo and sample bid will be prepared and submitted to the City. 10 Item #3 April 25, 2017 Page 15 of 25 2.0 Investigations 2.1 Geotechnical Investigation TRAN1541 Exhibit A The geotechnical investigation phase will include a review of previous geotechnical and design engineering studies, As-Built documents, published geologic and geotechnical information, as well as geologic field mapping of the site conditions. In addition, based on our preliminary review of the previous site investigations, our observation of groundwater seepage indications at the site, and the potential design implications of shallow groundwater to the planned slope drainage improvements, we propose to drill and install piezometers to monitor groundwater elevations at two locations -one at the top of the slope and one at the base of the slope in the street. We have included budget to collect quarterly groundwater measurements over the next 12 months. These data will allow us to determine the design high groundwater elevation and the need for subsurface drainage. The activities needed to complete the field work are summarized below: •Subcontract with drilling and private utility locating subcontractors. •Obtain a County of San Diego Department of Environmental Health (DEH) permit for the borings. •Prepare and submit a ROW permit application for the borings located in the Park Drive right-of-way. A Tier 1 SWPPP questionnaire will be included for disposal of drill spoils on site. We understand the permit fees will be waived since this is a City project. A traffic control plan will be included in the permit application. •Mark-out locations, notify Dig-Alert, and clear the locations of existing utilities prior to start of work.•Advance the test borings to the target depth with a truck mounted drilling rig with an 8-inch diameter hollow stem auger. Obtain samples at about five-foot depth intervals using driven Modified California and Standard Penetration Test (SPT) split-spoon samplers. A Group Delta Engineering Geologist (Dudek sub-consultant) will supervise the field work. •Collect drill spoil in 55-gallon drums and properly dispose offsite unless the drill spoils can be spread on­ site.•Install 2-inch diameter screened PVC well casing with a secure vault at the surface (traffic rated in street right-of-way locations). •Submit a 60 day Well Completion Report as required by the County of San Diego DEH. We will collect selected soil samples during the piezometer drilling for laboratory testing to characterize the engineering properties of the existing soils with respect to potential slope reconstruction and/or retaining wall design parameters. This task will provide test data to evaluate the physical and engineering properties of the soils summarized below. •uses Soil Type classification. •Unit weight and moisture content.•Particle size distribution (to further evaluate infiltration rate). •Shear strength (direct shear and/or unconfined compression as appropriate). •Volume change (elastic deformation, consolidation and/or expansion).•Chemical testing for corrosion (resistivity, pH, chlorides, and sulfates). The laboratory testing will be completed according to ASTM International, California Building Code, and Caltrans standards, or other appropriate testing procedures at our ISO accredited laboratory in San Diego. 11 Item #3 April 25, 2017 Page 16 of 25 TRAN1541 Exhibit A We will provide a written report summarizing our field observations and subsurface and groundwater characterization to support the various design alternatives for the street and drainage improvements. The report will include an assessment of overall static and pseudostatic stability of the slope. Piezometer removal/abandonment is not included. Other Direct Costs: •Piezometer Installation (Drilling & Materials): $7,000 •Traffic Control Plan: $1,000 •Traffic Control (2 days): $1,600 2.2 Site Survey The Consultant will prepare a site survey to facilitate the design of the bioengineered solutions to address slope stability. The flown topography will include Park Drive from approximately 700 feet northwest of Marina Drive to approximately 600 feet southeast of Marina Drive from the edge of the residential development to the south to approximately 350 feet to the north. Figure 1 shows the approximate extents of the aerial survey. In addition, the flown topography will be supplemented by cross-sections every 50 feet from the curb outlet between Marina and Bayshore Drives to the start of the existing retaining wall located approximately 450 feet northwest of Marina Drive. Site survey task included the following: •Research record maps & locating existing monuments/property comers to establish site boundaries •Detailed Site Survey from R/W to R/W along project alignment •Cross-section of slope •Aerial mapping (1' contours) with detailed site survey, utility locations, record property boundaries, cross-sections and pothole locations. Deliverable: Survey topo map (PDF & DWG) 2.3 As-Built & Previous Studies Review The Consultant will review the as-builts for Park Drive and the surrounding developments as well as geotechnical reports that will be provided by the City to understand the history of the slope stabilization and groundwater issues in Park Drive. The Consultant will review CCTV data for additional information on the slope stability and groundwater issues. The consultant will also review previous environmental reports for potential design restrictions. It is assumed that the data will be provided digitally by the City. Deliverable: Memorandum summarizing findings and data that may impact design (PDF) 2.4 Hydrologic and Hydraulic Study A hydrologic and hydraulic study will be prepared to as the basis for the design of the brow ditches, inlets or other drainage structures .. The Consultant will use the existing drainage report prepared by Rick Engineering in 2009 and the site survey to verify that the assumptions used are still accurate. The Project's drainage study will use the San Diego County Hydrology Manual's rational methodology for the existing and proposed hydrologic condition. The San Diego County Hydraulic Design Manual will be used for the design of any new drainage features. 12 Item #3 April 25, 2017 Page 17 of 25 TRAN1541 Exhibit A Deliverable: Drainage Study to be submitted with design submittals. Final Report will be signed & stamped (PDF) 2.5 Utility Potholing At the beginning of the project, a Dig Alert mark out is proposed, requested by City, to identify potential utility conflicts and potholing locations. The Consultant will utilize the data from the previous alternatives analysis as well as the Dig Alert mark out to assess the potential impact to utilities. Once a preliminary design is approved by the City (30% design), the Consultant will perform potholing for any of the affected utilities. It is anticipated that eight (8) potholes will be performed for this task. Includes survey of pothole locations. Task includes ROW encroachment from the City. Deliverable: Pothole report (PDF) 3.0 Design Services 3.1 Alternatives Analysis The Consultant will prepare an alternatives analysis report to compare five (5) alternatives for the project design. The analysis will highlight construction costs, environmental constraints and impact areas, parking impacts, storm water quality permit compliance requirements, private property impacts, hillside development requirements, and maintenance requirements of each option. The proposed alternatives will include: •No Build •No slope impacts/reduction of parking lane for retaining wall and sediment trap •Stepped slopes and no retaining wall •Low maintenance slope reinforcing option (gunite slope stabilization, etc) •Two retaining wall/slope stabilization alternatives The report will provide a brief description of the project and history and provide a fact sheet for each alternative with a list of impacts (environmental, pedestrian/bicycle access, right-of-way, parking, and maintenance), preliminary construction cost estimate. Two 11x17 plan sheets showing the plan view of the improvements and two cross-sections will be prepared for each alternative. A draft version of the report will be submitted to the City, followed by a final version incorporating comments and the selection of a preferred alternative for final design. One meeting will be conducted two weeks after the draft alternatives analysis report has been submitted to discuss the alternatives with City staff and receive initial comments and feedback on the preferred alternative. In addition, a decision matrix will be prepared with the assistance of the City that will include categories and weighting factors for evaluation of the alternatives. Deliverable: Preliminary Design Assessment Report (PDF) 3.2 Utility Coordination The Consultant will provide information to the City for the coordination with impacted utilities. The Consultant will provide exhibits to show impacts resulting from the final design. It is assumed that the Consultant will attend one quarterly utility meeting with the City to discuss Project impacts on utilities. The Consultant will track submittal dates to the utility companies, response dates, and summary of comments in a Utility Submittal Log. 13 Item #3 April 25, 2017 Page 18 of 25 Deliverable: Utility Submittal Log (Excel) 3.4 Post Construction BMP Analysis TRAN1541 Exhibit A The project impacts are anticipated to add and/or replace more than 5,000 square feet of impervious area and the project will be designated a Priority Development Project (PDP). During the alternative analysis, the Consultant will consider potential Best Management Practices (BMPs) for each alternative. In final design, the Consultant will prepare a POP SWQMP as well as meet the hydromodification management requirements (as applicable) with the design of the post-construction BMPs. It is assumed that the post-construction BMPs will be located within the footprint of the project. With the known groundwater issues, full infiltration is assumed to not be feasible. If the preferred design alternative impacts less than 5,000 square feet of impervious area, a Standard SWQMP will be prepared with a focus on sediment control BMPs. Balance Hydrologies and Group Delta will provide any necessary reviews or recommendations and provide a summary/memo Deliverable: SWQMP to be submitted with design submittals. Final Report will be signed & stamped (PDF) 3.5 Construction SWPPP Template The Consultant will provide a Tier 3 Construction SWPPP template to be utilized by the Contractor for the project. The Contractor will be responsible for preparing construction related details including finalizing the risk level, construction site monitoring plan, water pollution control drawings, etc. The Contractor will be responsible for uploading the project into SMARTS and maintaining the SWPPP throughout construction. Deliverable: Construction SWPPP Template (Word) 4.0 Environmental Considerations 4.1 Coordination for Permitting The Consultant will work with City staff and their designated environmental consultant to incorporate the conditions from coastal development permit, other resource agency permits, and city permits. No actual permit application work or permit processing is included in the Consultant's scope. 4.2 Attend Meetings The Consultant will attend meetings with the permitting agencies and public meetings in support of the City. The Consultant will prepare exhibits to illust1·ate the project and its impacts as requested by the City. It is assumed the Consultant will attend up to two (2) public information meetings and up to three (3) meetings with permitting agencies and the City. 4.3 Visual Simulations The Consultant will create four photographic simulations for the proposed Park Drive slope repair project. One simulation will be created for each of the four alternatives. The 3d simulation will use an existing site photograph as a background with the proposed alternatives rendered onto the background photograph. The simulation will include slope grading, lands�aping, retaining walls, modifications to sidewalk, curb and gutter, necessary tree 14 Item #3 April 25, 2017 Page 19 of 25 TRAN1541 Exhibit A removal, and proposed landscape treatments. Photo location will be determined after field investigation and with the City staff recommendation. 5.0 Final Design - Plans, Specifications & Estimate 5.1 30-Percent Design Submittal: The Consultant will provide a 30-percent design submittal consisting of drawings and outline specifications. Drawings will include, at a minimum, all major plans and sections developed with key details developed. The limits of construction will be defined and the project description will be determined for environmental review and permitting needs. Includes electronic distribution of the plans to the utility companies. Deliverables: •Outline specifications •2 sets of 11x17 hard copy plans •Digital files of full and half size plans (scalable) •Draft reports (Drainage, Geotechnical, SWQMP) •Pothole Report (when completed) 5.2 70-Percent Design Submittal: The Consultant will provide a 70-percent design submittal consisting of drawings and draft specifications. Drawings will include, at a minimum, all major plans and sections developed and a portion of details developed. The City will provide the template for the specifications and the Consultant will edit the technical specifications as needed. Specifications shall include table of contents and major specification sections substantially completed. City comments from the 30 percent plans will be included along with a response to comments matrix. Deliverables: •Pothole Report (included as appendix to specifications) •Complete set of specifications •Estimate of probable construction cost •2 sets of full size hard copy plans •1 set of 11x17 size hard copy plans •Digital files of full and half size plans (scalable) •Draft reports as needed (Drainage, Geotechnical, SWQMP) 5.3 90-Percent Design Submittal: The Consultant will provide the 90-percent progress submittal that will include drawings, specifications, and engineer's opinion of probable cost estimate. All City comments from the 70 percent progress submittal will be addressed or resolved prior to the 90-percent submittal package. Drawings shall have all plans and section complete and all details substantially completed. Specifications shall be completed with only minor coordination issues as the outstanding priority item. The 90 percent progress submittal shall include engineer's opinion of probable construction cost estimate on the contractor's bid proposal form with detailed backup. Deliverables: 15 Item #3 April 25, 2017 Page 20 of 25 •Complete set of specifications •Estimate of probable construction cost •2 sets of full size hard copy plans •1 set of 11x17 size hard copy plans •Digital files of full and half size plans (scalable) •Draft reports (Drainage, Geotechnical, SWQMP) TRAN1541 Exhibit A 5.4 Final Submittal: The Consultant will develop and submit a Final submittal consisting of drawings, specifications, and engineer's opinion of probable cost estimate. The drawings and specifications shall be stamped and signed by a professional engineer of the appropriate engineering discipline, as well as landscape architect, and registered in the State of California. In addition, the Final submittal will address or resolve all City comments from the 90- percent progress submittal package. Final plans will include where landscaped areas will be impacted and will present landscaping using approved drought-tolerant, native plants. Inclusive in our proposal and budget is a meeting with the City to obtain their approval of the Final submittal package and to explain and/or answer any remaining questions or issues. Upon resolution of all City review comments, the Final signed drawing set will be submitted to the City for approval will consist of a Mylar full size plan set and two sets of full size plans on bond. A bound set of the specifications (booklet format) will be submitted with the plans. Deliverables: We have allocated the following plan sheets (24 sheets total) in our scope and budget: •Title Page & lndex-1 sheet•Legend & Notes -2 sheets•Demolition Plans -2 sheets•Construction Details -2 sheets•Grading Plans (20 scale) - 2 sheets•Retaining wall plans & details-2 sheets•Storm Drain Plans & Details -3 sheets•Signing and Striping Plan -1 sheet•Erosion Control Plans -2 sheets•Landscape Plans & Details -3 sheets•Irrigation Plans & Details -3 sheets•Traffic Control Plans -1 sheet In addition, Dudek will submit the final electronic files to the City as follows: •AutoCAD files of the entire construction drawing set. •A single scalable PDF file of the entire construction drawing set. •MS Word version of the specifications. •MS Excel version of the estimate of probable construction cost. •PDF version of final reports (Drainage, Geotechnical, SWQMP, Pothole). •Memo/addendums from Group Delta & Balance Hydrologies on final plan review 16 Item #3 April 25, 2017 Page 21 of 25 TRAN1541 Exhibit A The Final submittal will also include signed and sealed calculation packages (structural, mechanical ventilation, hydraulic calculations, etc.) substantiating the design package. It is anticipated the construction document task will require the kickoff meeting, coordination meetings at the 50% and 90% submittals and up to ten brief coordination calls 5.5 Landscape and Irrigation Plans The Consultant will prepare landscape plans, legends, details, notes and specifications, including site demolition plans, site preparation plans, planting plans, seeding plans. The 30% submittal will include the proposed planning palette and general notes. The 70%, 90% and Final Design will include plans, legends, details, final notes, specifications, and cost estimate. The Consultant will prepare final irrigation plans to address the installation of temporary irrigation systems to support the intended landscape planting areas within the proposed landscape areas. The Consultant will design the irrigation systems to utilize a water source point of connection off a potable water meter location, as directed by the City. It is assumed that the City will provide the actual physical water source point of connection for the irrigation system and that the system will be designed to connect to that point of connection. The irrigation system will be designed to be operated via an automatic irrigation controller, either through an electrical connection or via a solar controller, as directed by the City. Irrigation installation notes will be included on the irrigation legend sheet. Irrigation details will be included on separate sheets. Irrigation specifications will be provided to supplement the engineering specifications in booklet format. 6.0 Bid Services The Consultant will provide support the City during in the bidding and construction contract procurement process, typically providing support to the City by addressing technical contractor questions during bidding, developing amendment documents and evaluating bid results. Up to two (2) bid addenda are included in this scope. 7.0 Design Support During Project Implementation The Consultant will support the City during the construction phase by providing a wide range of services as needed by the City, including submittal review, addressing requests for information, and specialized construction inspection. The Dudek team will respond to design related RFls and submittals, attend pre-construction and project coordination meetings, and conduct periodic site visits during construction at key milestone points. Once the project has been deemed complete, Dudek engineers will review the redline construction plans and will prepare the record as-build plans for archive by the City and for updating the City's graphical information system. This task includes: •10 submittal 1·eviews •3 preconstruction and project coordination meetings •6 site visits and site observation reports •10 Requests for Information (RFls) •Preparation of as-builts plans based on Contractor's redlines. •1 Final letter at completion of installation •2 weeks onsite for Balance Hydrologies staff observations (2 trips including travel expenses up to $3,000) 17 Item #3 April 25, 2017 Page 22 of 25 Item #3April 25, 2017 Page 23 of 25 THk2 ,., ,., Tnkl '' '' Tnk4 ., Tuk5 5.< '' City of Carlsbad Park Drive Streat and Drainage Improvements DUDEK FEE ESTIMATE 2/15/2017 KickcffMeetlng(1 meeUog) T11amMe1111nl)s(12llllleUngs) P1ojectAdmini,treUon Vakrn/ConslmabilityEnglneeringRflviow 1rwuuoat1ona GeclechnicalSludy Site&boundarysurvey As-t>ulllandPravklu•SludlesRevlew Hydrologi<:JHydraulie Study UUlltyPothoflng AlternativesAn11lysls{Selt11maliv11s) UtililyCoordina!ion Po�tConstruclionSMPAnalysis 'ConstructionSWPPPTemplate EnYlronman1alC:on11llarat,an& CoordinatlonforPermilling All&ndmee�rigs 30'/,DesignSubmiltal 70'¥.0asignSubmlltal 90'1',DusignS1,t>mittal Fil1alDesignSubmiltal SubtotalTHk1 Sublota(TaakJ Landscapa&lrrigatlonPtans(30%.70%,90'/,andFine1Submillals) SubtotalTask5 81dAddende(2Addenda) Uu1gnl:iuppondunngt'r0Jec111np1emen1uton Submi!talRewiew(10submiHals) Preconr;trucUon&projectcoordlnallonmeaUngs(Jmeellngs) Srta Visits (6 s�ewisils) RF!s{\ORFls) Preper11As-buills 2 " ' " I -0... --4 ' 1 l "" ' 120 ,-" " " E. " I " ·j-I " -I .. I '" 1 I '" .l .·1 --.� '" I . _J BD_1 _ '"' ""' "" I "" m " " I 20 " " I '" " . .. I " 19 1,345 $1,600 ' 2,775 $1,600 1, 22...:_1� ��00 $8.629 ' 6.:_!� ' 4.980 ,-7,0401 '4,400 I 7,20D I 1, 2,025 s2(010 1.300 ' 7,545 $3.200 SS,698 ,, 16,995 I• 29,165 I 5,6!11 ' 51,000 $12,800 $6,�2 2,300 26,690 2,180 i2.11D I 12--;ioo I 10,060 12,370 •6,655 •29,015 . 31,750 $1,600 S\1,000 32.1601 $1.200 �229 $a�o $5,500 13,580 saoo s�oo 27,990 •127�660 I ol,400 -, 31,Z29 I 1,675 $1,6� 3,075 1,600 I ,, 5,480 $1,600 •2.s1o ,, 4,lBO $�00� 5 '·"' ' 7.s95 $1,600 �,, $3�480 26,DU I 14.HDI $ 5,cocC$ ' I ,_ $19,120 $6,950 19,175 I . ' I TRAN1541 Exhibit A 4,375 1,512._ '., 6,120 -, 4.980 7,040 1,511 I 61,740 10�12 '•20,420 ,, 16,995 99,110 ""'I 2,300 26,690 2,180 101.260 "'"I"' $ 12.475 6,655 2!,190 '" '44,451 42.799 '" '20,390 ,,021 164,3\D '"'I 3,075 6,350 ' 7,0� ' 3,105 20,285 9,595� 3,105 I s-:-01� 41,840 i -.. r:. •..r...a.;.:= ., .... i ... ;, -l .. Item #3 April 25, 2017 Page 24 of 25