Loading...
HomeMy WebLinkAbout2024-04-16; City Council; Resolution 2024-081RESOLUTION NO. 2024-081 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING AND DIRECTING THE CITY MANAGER, OR DESIGNEE, TO TRANSFER FUNDS FROM THE PUBLIC WORKS STORAGE FACILITY, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 4092, TO THE ORION CENTER PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 3572, REMOVING CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 4092 FROM THE CAPITAL IMPROVEMENT PROGRAM BUDGET AND AUTHORIZING A DESIGN SERVICES AGREEMENT WITH CARRIER JOHNSON, A CALIFORNIA CORPORATION, FOR THE ORION CENTER PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 3572 WHEREAS, the City Council of the City of Carlsbad, California has determined that it is desirable and in the best financial interest of the city to collocate certain city departments for operational efficiency; and WHEREAS, a professional design firm has prepared preliminary design plans and specifications for the Orion Center Project, Capital Improvement Program, or CIP, Project No. 3572, or Project; and WHEREAS, on April 5, 2023, the Planning Commission approved a Conditional Use Permit, CUP 2018-0022, for the Project; and WHEREAS, on April 5, 2023, the Planning Commission approved a Mitigated Negative Declaration (State Clearinghouse No. 2023010580) for the Project and incorporated mitigation measures into the design requirement for the Project and included in a Mitigation Monitoring and Reporting Program such that all potentially significant impacts would be mitigated below a level of significance, in accordance with the California Environmental Quality Act, or CEQA, and the CEQA Guidelines; and WHEREAS, staff obtained an updated cost estimate for the Project and are recommending the scope of the Project be modified to remove the Construction, Management & Inspection Department and the Utilities Department from the scope of work and reduce the scope to more close ly match available funding; and WHEREAS, staff are recommending the scope of the Project now include the Public Works Storage Facility, CIP Project No. 4092, transfer funds in CIP Project No. 4092 into the Project, and removal of CIP Project No. 4092 from the CIP budget; and WHEREAS, based on recent experience, staff have determined that the design-build procurement model will not save significant time or cost for this Project and have reverted back to the traditional design-bid-build procurement model; and WHEREAS, staff advertised a Request for Proposals, or RFP, for design of the modified Orion Center Project, inclusive of a Public Works Storage Facility; and WHEREAS, staff received 12 proposals in response to the advertisement and interviewed the top four ranked firms based on weighted evaluation criteria provided in the RFP; and WHEREAS, staff selected and recommend Carrier Johnson, a California Corporation, as the best qualified design firm for the Orion Center Project; and WHEREAS, staff then opened this firm's price proposal and negotiated a professional services fee in an amount not to exceed $4,014,609; and WHEREAS, a professional services agreement with Carrier Johnson has been prepared. 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 revised Project scope change, eliminating space requirements for the Construction Management & Inspection and Utilities Departments and including a Public Works Storage Facility, is approved. 3. That the City Manager, or designee, is directed to transfer funds from the Public Works Storage Facility, CIP Project No. 4092, to the Orion Center Project, CIP Project No. 3572. 4. That the Public Works Storage Facility, CIP Project No. 4092, is removed from the CIP Budget. 5. That the proposal tendered by Carrier Johnson is approved and the Mayor is authorized and directed to execute the design se rvices agreement attached hereto as Attachment A. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 16th day of April, 2024, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, LUNA. NONE. NONE. NONE. KEITH BLACKBURN, Mayor SHERRY FREISINGER, City Clerk (SEAL) DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 AGREEMENT FOR ORION CENTER DESIGN SERVICES CARRIER JOHNSON PSA24-2410FAC THIS AGREEMENT is made and entered into as of the \ ·7 day of !\fr \ \ , 2024, by and between the City of Carlsbad, California, a municipal corporation ("City") and Carrier Johnson, a California corporation ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in design services. B.Contractor has the necessary experience 'in providing professional services and advice related to design services. C.Contractor has submitted a prop�I to City under RFP24-2279FAC 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 and B," which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Cpntractor 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. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year terms or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term, based on time and materials, shall not exceed four million fourteen thousand six hundred eight dollars and fifty cents ($4,014,608.50). 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 and B." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." Page 1 City Attorney Approved Version 12/22/2023 Attachment A DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC 6.PUBLIC WORKS 6.1 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 constitute "public works" under California Labor Code section 1720 et seq. and 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. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7.CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner's Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certifitation­ subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the on line training or reaching out to the Proco re support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Page 2 City Attorney Approved Version 12/22/2023 f DocuSign Envelope ID: E0005FFB-F 157-4822-9EF A-557881 A96EA5 8.STATUS OF CONTRACTOR PSA24-2410FAC 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. 9.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 a11d 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. 10.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11.INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against alr°claims, damages, losses and expenses including attorney's 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. 12.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, Page 3 City Attorney Approved Version 12/22/2023 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC 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. 12.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless 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. 12.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 12.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 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. 12.1.4 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. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 12.2.3 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. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. Page 4 City Attorney Approved Version 12/22/2023 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81 A96EA5 PSA24-2410FAC 12.4 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. 12.5 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. 13.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. 14.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. 15.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. 16.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. 17.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 are: For City Name Title Steven Stewart Municipal Projects Manager Department Public Works City of Carlsbad Address 1635 Faraday Ave. Carlsbad, CA 92008 Phone No. 442-339-2938 For Contractor Name Title Address Phone No. Email Page 5 Ray Varela President 185 West F Street, Suite 500 San Diego, CA 92101 619-239-2353 rav@carrierjohnson.com City Attorney Approved Version 12/22/2023 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC 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. 18.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 as required in the City of Carlsbad Conflict of Interest Code. Yes □ No � If yes, list the contact information below for all individuals required to file: Name Email Phone Number 19.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. 20.CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor's vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21.DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 22.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 City Attorney Approved Version 12/22/2023 Page 6 DocuSign Envelope ID: E000SFFB-F157-4B22-9EFA-557B81A96EAS PSA24-2410FAC 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. 23.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 a.II 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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. 24.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 Agreemer1-t price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 25.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. City Attorney Approved Version 12/22/2023 Page 7 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC 26.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. 27.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. 28.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 term� 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. This Agreement may be executed in counterparts. 29.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 thi� Agreement. [signatures on following page] City Attorney Approved Version 12/22/2023 Page 8 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81 A96EA5 PSA24-2410FAC Executed by Contractor th is�8�--- day of �A-P-r-il -------�· 2024. CONTRACTOR CARRIER JOHNSON, a California corporation By: (sign here) Ray Varela, President (print name/title) By: (sign here) Jackie Angel, CFO & Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: lt.::::.Mayor ATTEST: SHERRY FR EISINGER. City Clerk By: Deputy City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. !f....E. corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ___ (;.._tA.A-__ �--�----Assistant City Attorney City Attorney Approved Version 12/22/2023 Page 9 (ta PSA24-2410FAC City Attorney Approved Version 12/22/2023 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE Item No. Description Total Fee 1 Architecture and Interiors $2,287,870.00 2 Landscape Architecture $104,920.00 3 Irrigation Consultant $21,050.00 4 Structural Engineering $278,000.00 5 Mechanical/Plumbing Engineering $242,270.00 6 Electrical Engineering $230,985.00 7 Fire/Life Safety $40,220.00 8 Civil and Lad Survey Engineering $362,045.00 9 Geotechnical Engineering $26,500.00 10 Telecommunications and ESS $173,047.50 11 Cost Estimation $100,976.00 12 Dry Utilities $46,225.00 13 Fixtures, Furnishings and Equipment 35,100.00 14 Design - Reimbursable Allowance (Not to Exceed) 65,000.00 15 Dry Utilities - Reimbursable Allowance (Not to Exceed) $400.00 Total (not to exceed) $4,014,608.50 See attached Exhibit B dated Nov. 22, 2023, for professional rates and alternate valuation breakdown. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PAGE 1 OF 45 ORION CENTER DESIGN SERVICES PROPOSAL NO. RFP24-2279FAC ATTACHMENT SCOPE OF WORK DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" ORION CENTER DESIGN SERVICES PROPOSAL NO. RFP24-2279FAC PROJECT DESCRIPTION We understand that the project consists of a new maintenance and operations center to be located on the City of Carlsbad’s operation site at 2600 Orion Way in Carlsbad, California.The center includes a new 1-story office building with movable walls for future office configurations, police evidence storage, two Butler-type warehouses with mezzanine levels, police evidence vehicle stacked storage, refurbishment of an existing carwash, two uncovered storage structures, and a 2-story storage building. The project includes a rooftop solar photovoltaic system on the office building and potentially on select warehouse buildings, and/or solar parking canopies. Parking for 200 staff and 44 operational vehicles, will have stalls for Electric Vehicle (EV) charging stations and a perimeter security fence. The construction budget is anticipated to be $35 to $38 million. The design phase is expected to be 8 months long, including submissions at 60%, 90% and 100%. SCOPE OF WORK Our scope of work is based on the RFP, and specifically Exhibit “A”, Tasks 1 through 5, and the site plan shown in “Scenario 3”. Services Responsibility Location of Service Description § 4.1.1 Validation of Programming Architect Basic Services § 4.1.2 2-3 optional site layouts for the site to optimize the development area Architect Basic Services § 4.1.3 Measured drawings Architect Not Applicable § 4.1.4 Existing facilities surveys Not Provided Not Provided § 4.1.5 Preparation and Submittal of Condutional Use Permit Consistency Determination Architect Basic Services § 4.1.6 Building information modeling Architect Basic Service § 4.1.7 Civil engineering Architect Basic Service – See Attachment for Assumptions, Inclusions and Exclusions § 4.1.8 Landscape design Architect Basic Service § 4.1.9 Architectural Interior Design Architect Basic Service § 4.1.10 Value Analysis (Reccommeded Prior to Bid) Contractor Separate Agreement § 4.1.11 Cost estimating Architect Basic Service § 4.1.12 On-site project representation Architect Add Service DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 carrierjohnson + CULTUR3 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad – Orion Center Design Services PROPOSAL NO. RFP24-2279FAC Page 2 of 4 § 4.1.13 Conformed construction documents Architect Add Service § 4.1.14 As-Designed Record drawings § 4.1.15 As-Constructed Record drawings Contractor Separate Agreement § 4.1.16 Post occupancy evaluation Architect Add Service § 4.1.17 Facility Support Services Not Provided Not Provided § 4.1.18 Tenant-related services Architect Add Service § 4.1.19 Coordination of Owner’s consultants Architect Basic Service § 4.1.20 Telecommunications/data design Owner Separate Agreement § 4.1.21 Security Evaluation and Planning Owner Separate Agreement § 4.1.22 Commissioning Contractor Separate Agreement § 4.1.23 Extensive environmentally responsible design Architect Add Service § 4.1.24 LEED® Certification Not Provided Not Provided § 4.1.25 Fast-track design services Architect Add Service § 4.1.26 Historic Preservation Not Provided Not Provided § 4.1.27 Furniture, Furnishings, and Equipment Design § 4.1.28 Land Survey Services Architect Basic Services § 4.1.29 Geotechnical Services Architect Basic Services § 4.1.30 Economic Feasibility Studies Owner Separate Agreement § 4.1.31 Site Analysis and Selection Owner Separate Agreement § 4.1.32 Environmental Studies and Reports Owner Separate Agreement § 4.1.33 Owner-Supplied Data Coordination Owner Separate Agreement § 4.1.34 Structural Engineering Architect Basic Service – See Attachment for Assumptions, Inclusions and Exclusions § 4.1.35 Mechanical Engineering Architect Basic Service– See Attachment for Assumptions, Inclusions and Exclusions Basic Service Architect Architect Architect Basic Services - SEE ATTACHMENT FOR FF&E SCOPE OF WORK DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 fl ~ µ PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad – Orion Center Design Services PROPOSAL NO. RFP24-2279FAC Page 3 of 4 § 4.1.36 Plumbing Engineering Architect Basic Service– See Attachment for Assumptions, Inclusions and Exclusions § 4.1.37 Fire Protection Engineering Architect Spec Only - Basic Service– See Attachment for Assumptions, Inclusions and Exclusions § 4.1.38 Electrical Engineering Architect Basic Service– See Attachment for Assumptions, Inclusions and Exclusions § 4.1.39 Schedule Development & Monitoring Architect/Owner Basic Service-Design Schedule Only § 4.1.40 Special Bidding or Negotiation Owner Separate Agreement § 4.1.41 Construction Management Owner Separate Agreement § 4.1.42 Start-up Assistance Contractor Separate Agreement § 4.1.43 Acoustical Services Architect Add Service § 4.1.45 Telecommunications (Audio/Visual)Architect Basic Service § 4.1.47 Electronic Security Systems Architect Basic Service § 4.1.48 Wayfinding & Monument Signage Architect Add Service A. DELEGATED DESIGN 1. Fleet & Facilities Warehouse (Prefab Steel Bldg) 2. Parks Warehouse (Prefab Steel Bldg) 3. Building Exterior Envelope (i.e. storefronts, exterior cladding, curtain walls, windows including wind load analysis and anchorage to Bldg) 4. Vehicle Stacked Storage Structure 5. Fire Alarm System Including, where required, Emergency Voice and Alarm Communication System per Section 907.5.2.2 6. Fire Sprinkler System 7. Guards (including anchorage to the Bldg): Glass and Metal Railing System(s) 6. Metal Stairs (structural frame, handrails, guards) 7. Precast Concrete Vault (including sumps, dry wells, etc.) 8. Raised Floor System 9. Skylights (custom designed and pre-manufactured) 10. Trusses (floor, roof - custom designed and pre-manufactured) 11. Façade Access Anchorage 12. Solar Photovoltaic System B. ASSUMPTIONS & EXCLUSIONS 1. We assume that the storage needs have been documented and are available to the team. 2. We assume that the programming needs (including square footages and adjacencies) have been documented and are DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 R µ 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad – Orion Center Design Services PROPOSAL NO. RFP24-2279FAC Page 4 of 4 available to the team as the basis of validation. 3. High resolution architectural renderings or models are excluded. 4. Permit or plan check fees are excluded. 5. Responses to constructability reviews by third parties are excluded. 6. Measured drawings or existing facilities surveys are excluded. 7. All exclusions related to Civil, Structural, Mechanical, Electrical and Plumbing as noted in the related attachments. 8. Specialty consultants as required by the Conditional Use Permit are excluded. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) 3131 Camino Del Rio North, Suite 1080 San Diego, CA 92108 619.521.8500 kpff.com November 17, 2023 Katee Chard Carrier Johnson + CULTURE 185 West F Street, Suite 500 San Diego, CA 92101 Re: City of Carlsbad – Orion Center Proposal for Structural Engineering Services KPFF Project No. 2300466 Dear Katee: We are pleased to submit this proposal for structural engineering services required for the City of Carlsbad – Orion Center project. This proposal is based on our email correspondence from October 4 through 23, 2023, the linked RFP named “RFP24-2297FAC; Orion Center Design Services.pdf” and the subsequent Addendum #1 dated November 14, 2023. PROJECT DESCRIPTION We understand that the project consists of a new maintenance and operations center to be located on the City of Carlsbad’s operation site at 2600 Orion Way in Carlsbad, California. The center includes a new 1-story office building with movable walls for future office configurations, police evidence storage, two Butler-type warehouses with mezzanine levels, police evidence vehicle stacked storage, a carwash, two uncovered storage structures, and a 2-story storage building. The project includes a rooftop solar photovoltaic system on the office building and potentially on select warehouse buildings, and/or solar parking canopies. Parking for 200 staff and 44 operational vehicles, will have stalls for Electric Vehicle (EV) charging stations and a perimeter security fence. The construction budget is anticipated to be $35 to $38 million. The design phase is expected to be 8 months long, including submissions at 60%, 90% and 100%. SCOPE OF WORK Our scope of work is based on the RFP, and specifically Exhibit “A”, Tasks 1 through 5, and the site plan shown in “Scenario 3”. Please refer to Attachment B for a description of our proposed scope of structural engineering services. Specifically, our scope includes the following items: DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ------ ---- PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 2 of 9 Structure Scope Area Office Building – Fleet & Facilities and Parks offices Full building design 13,826-sf Police Storage Building Full building design 6,500-sf Fleet & Facilities Warehouse (Prefab Steel Bldg) Building by others, KPFF does foundation and misc design only 9,870-sf Parks Warehouse (Prefab Steel Bldg)Building by others, KPFF does foundation and misc design only 5,950-sf Parks & Streets Covered Storage Bare steel canopy structure design 7,500-sf Police Vehicle Stacked Covered Storage Stackers by others, KPFF designs foundations and enclosure building 4,050-sf Carwash Carwash by others, KPFF designs foundations and enclosure building 640-sf Streets Uncovered Storage No structural scope 5,419-sf Parks Uncovered Storage No structural scope 5,500-sf Storage – 2-story storage, size to be determined Full building design 20,000-sf Site work (flagpoles, miscellaneous site walls, landscape improvements) As needed, assumed 60 hours of engineering maximum N/A Solar (PV) shade canopy Maximum of two steel structures assumed, as needed 10,000-sf TOTAL 89,255-sf ASSUMPTIONS 1. We have assumed standard spread footing and slab-on-grade foundations. Deep foundations or mat foundations, if needed, would require an additional design fee. 2. This fee is based on a single permit and continuous construction for the primary structures. Phased design or construction will require an additional fee. 3. The prefabricated steel warehouse buildings will be designed by others, with the following exceptions, which will be KPFF scope: a. Foundations and slab on grade will be by KPFF, with loads provided by prefab engineer. b. Interior mezzanine will be by prefabricator, but miscellaneous architectural elements not included in their scope will be covered by KPFF. 4. Record Drawings or as-built drawings incorporating changes made during construction are not included in this fee proposal but can be provided as an additional service. 5. Design of solar photovoltaic system includes design of base structure to accommodate such a system, but assumes that the design of racking will be performed by the solar PV supplier. 6. Perimeter fence design will be by others, but KPFF can provide design assistance with foundation depth and other structural aspects as needed. 7. Design of nonstructural interior and exterior walls is excluded. Connection to structure and assistance with coordination of details is included. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 5 of 9 Attachment B Structural Engineering Scope of Services KPFF Consulting Engineers has expertise in the analysis and design of all elements associated with typical building structures such as exterior wall systems, shoring, stairs, etc. We are available to provide structural design services on any or all of the many elements, which comprise a finished building. Shown below is our understanding of the scope, which is required for this project. If this scope is to be modified, we will be glad to revise our fee proposal to reflect any such change. This is an exhibit attached to and made part of Agreement dated November 17, 2023 between KPFF Consulting Engineers and Carrier Johnson + CULTURE for City of Carlsbad – Orion Center (SER)(Client)(Project) The services of the Structural Engineer of Record (SER) for this proposal include those summarized below. Scope of SER’s Basic Services Included Not Included Remarks 2.2 SCHEMATIC DESIGN PHASE 2.2.1 a. Confirm Scope of Structural Services  b. Assist in Development of Schedule  c. Confirm Fees and Payment Schedule  d. Execute Contract  2.2.2 a. Attend Meetings As required in San Diego b. Establish Structural Design Criteria  c. Prepare Studies of Alternative Structural Systems Max of 2 alternates d. Assist in Selection of Structural System  e. Provide Structural Criteria for Geotechnical Consultant  f. Assist in Determining Need for Special Studies  g. Consult with Public Agencies  h. Prepare Schematic Design Documents: Preliminary foundation and framing plans  2.2.3 a. Prepare Schematic Opinion of Probable Construction Costs Prepare quantity information for others to price b. Suggest Possible Changes to Effect Savings  2.3 DESIGN DEVELOPMENT PHASE 2.3.1 a. Attend Meetings As required in San Diego b. Prepare Design Development Documents  1. Prepare Preliminary Structural DesignCalculations for Typical Elements  DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 6 of 9 Scope of SER’s Basic Services Included Not Included Remarks 2. Prepare Preliminary Foundation Drawings  3. Prepare Preliminary Framing Layout Drawings  4. Prepare Typical Detail Sheet(s) c. Prepare or Edit Outline Specifications forStructural Items  d. Identify Pre-Engineered Structural Elements  e. Review Results of Special Studies  f. Coordinate Structural Design with Special Design Criteria  g. Incorporate Value Engineering Revisions  2.3.2 Revise Schematic Opinion of Probable Construction Costs Prepare quantity information for others to price 2.4 CONSTRUCTION DOCUMENTS PHASE 2.4.1 a. Prepare Structural Design of PrimaryStructural System  b. Designate Elements to be Designed by Specialty Engineers, and Specify Structural Criteria for Specialty Engineer’s Design of Pre-Engineered Structural Elements  c. Review Effect of Secondary or Non- Structural Elements Attached to Primary Structural System  d. Attend Meetings As required in San Diego e. Assist in Coordination with Building Code Officials  f. Complete Structural Calculations  g. Complete Structural Drawings  h. Edit Specifications for the Primary Structural System  i. Assist in Establishing Testing and Inspection Requirements  j. Perform Checking and Coordination of the Structural Documents  k. Revisions to Project Involving Re-Design  2.4.2 Revise Opinion of Probable Construction Costs Prepare quantity information for others to price 2.4.3 a. File Construction Documents for Approval by Building Official  b. Make Revisions to Construction Documents as Required by Building Official (and/or Peer Reviewer)  2.5 BIDDING OR NEGOTIATION PHASE 2.5.1 a. Assist in Evaluating Bidders Qualifications  b. Provide Structural Addenda and Clarifications  c. Attend Pre-Bid Conference As required d. Assist in Bid Evaluation  DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 7 of 9 Scope of SER’s Basic Services Included Not Included Remarks e. Incorporate Value Engineering Revisions Additional service 2.6 CONSTRUCTION PHASE - ADMINISTRATION OF THE CONSTRUCTION CONTRACT 2.6.1 a. Attend Pre-Construction Meeting  b. Assist in Establishing Communications Procedures  c. Assist in Establishing Procedures for Testingand Inspections  d. Assist in Confirming Submittal Procedures  e. Assist in Selection of Testing and Inspection Agency  f. Advise Client and Contractor which Structural Elements Require Construction Observation by SER  2.6.2 a. Make Site Visits at Intervals Appropriate to the Stages of Construction (8) Visits included in base fee b. Prepare Site Visit Reports  2.6.3 Assist in Determining the Amounts Due the Contractor for the Structural Work  2.6.4 Provide Interpretations of Structural Construction Documents  2.6.5 Provide Recommendations Regarding Claims, Disputes and Other Matters Relating to Execution or Progress of the Structural Work  2.6.6 Assist in Determining Whether Non-Conforming Structural Work Shall be Rejected  2.6.7 a. Review Specified Submittals for Pre- Engineered Structural Elements  b. Review Submittals for Items Designed bySER  c. Review Testing and Inspection Reports  d. Initiate Appropriate Action to Those Reports, if Required  2.6.8 Assist in Reviewing Change Orders Relating to the Structural Work  2.6.9 Assist in Conducting Jobsite Observation Visits to Determine Substantial Completion of the Structural Work  2.6.10 Engineer’s Design Time for Field Fixes Additional service 2.6.11 Construction Engineering Optional additional service 3.4 OPTIONAL ADDITIONAL SERVICES 3.4.1 Assist in Providing Analysis of Owner’s Needs for This Part of the Project  3.4.2 Provide Special Studies  3.4.3 Provide Comparative Studies of Prospective Sites  3.4.4 Provide Special Surveys  3.4.5 Provide Services Relative to Future Facilities, Systems, and Equipment  3.4.6 Provide Service to Investigate Existing Conditions of Facilities, or to Make Measured  DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 8 of 9 Scope of SER’s Basic Services Included Not Included Remarks Drawings Thereof 3.4.7 Provide Services to Verify Accuracy of Information Furnished by Architect  3.4.8 Provide Coordination of Construction Performed by Separate Contractors or by Owner’s Forces  3.4.9 Provide Services Regarding Work of a Construction Manager or Separate Consultants Retained by Owner  3.4.10 Provide Detailed Estimates of Construction Cost  3.4.11 Provide Detailed Quantity Surveys or Inventories of Material and Labor  3.4.12 Provide Analysis of Owning and Operating Costs  3.4.13 Provide Services Related to Interior Design Services  3.4.14 Provide Services for Planning Tenant or Rental Spaces  3.4.15 Make Investigations or Appraisals of Existing Materials or Facilities  3.4.16 Prepare Record Drawings  3.4.17 Provide Assistance in the Utilization of Equipment or Systems  3.4.18 Provide Services after Final Certificates for Payment or More than 60 days after Date of Substantial Completion  3.4.19 Provide Coordination of Work in Conjunction with Owner Supplied Equipment or Materials  3.4.20 Provide Services Related to Non-structural or Secondary Structural Elements and Their Attachments a. Exterior Cladding System Connection to structure included. b. Interior Architectural Systems  c. Façade Maintenance Connection to structure included d. Antenna or Flagpoles  e. Mechanical, Electrical, or Plumbing Equipment or Distribution Equipment anchorage or pipe bracing not included f. Storage Tanks or Underground Vaults  g. Mechanisms or Guide Systems forElevators, Escalators or other ConveyingEquipment  h. Stairs - Standard Subcontractor designed i. Stairs - Feature  j. Swimming Pool Support Structure  k. Operable Partition Support  l. Decorative Exterior Trim and Canopies Attached to the Building Items not part of 3.4.20.a that are designed by architect m. Coordinate Connection of Secondary Elements Designed by Others  n. Railings Check railings designed by architect  DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B" (continued) City of Carlsbad – Orion Center Proposal for Structural Engineering Services Katee Chard, Carrier Johnson + CULTURE KPFF Project No. 2300466 November 17, 2023 Page 9 of 9 Scope of SER’s Basic Services Included Not Included Remarks o. Solar Panel Support Structure Design base structure for loads, coordinate with racking design by supplier 3.4.21 Provide Services Related to Sitework Elements  a. Retaining Walls Minor site walls included b. Culverts or Bridges  c. Landscape Furnishings  d. Flagpoles or Lighting Poles Foundation design included e. Signs  f. Miscellaneous Site Structures  3.4.22 Provide Dynamic Seismic Analysis As needed 3.4.23 Provide Analysis of Floor Response to Foot-Fall AISC Design Guide 11 3.4.24 Provide Vibration Analysis for Equipment Equipment should be on isolators 3.4.25 Provide Services Relative to Special Wind Analysis  3.4.26 Provide Services Related to Seismic Risk Analysis  3.4.27 Prepare Demolition Documents  3.4.28 Prepare Excavation, Excavation Shoring, or Underpinning Documents  3.4.29 Continuous Job Inspection or “Special Inspection” as Required by Section 1701.5 of the Building Code  3.4.30 Sustainability a. Assist Design Team  b. Prepare LEED Documentation  3.4.31 Blast and Security Analysis  3.4.32 Performance Based Seismic Engineering  3.4.33 Building Information Model LOD 300 Level Model  LOD 400 Level Model  Provide Clash Detection Services 3.4.34 Provide Full-time or Part-time On-site Engineering and Support During Construction  3.4.35 Condition Assessment of Adjacent Building at Property Line Recommended prior to construction DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B"(continued) APPENDIX A - SCOPE OF WORK – CIVIL The civil scope of service includes the scope outlined in the RFP and Addendum 1, as described below. BASIC SERVICES & ASSUMPTIONS – CIVIL I.Schematic Design Phase It is understood that a Conditional Use Permit (CUP) Consistency Determination will be requiredin order to confirm the proposed project substantially conforms to the approved CUPdocuments/design. Engineering services necessary to support this effort are outlined below. Noadditional entitlement engineering services are included. 1.Boundary & Topographic Survey: Provide boundary and topographic survey showing 0.5-foot contours, including existing site improvements, surface utilities, undergroundutility mark outs as provided under the Utility Locating task, and edge conditions. Boundarywill be established from record data and field confirmation of existing monuments based on client-provided preliminary title report.2.Utility Locating: Provide utility locating mark-outs within the project boundary andadjacent public roadways. Utility locating outside this area may be provided for an additional fee.3.Existing Site Research: Review available documents including title report, existingeasement information, site survey, and other documents made available to Coffman inorder to incorporate applicable requirements and constraints into the proposed design.Existing as-built/record drawings will be provided by the City.4.Schematic Design (SD): Prepare schematic drawings showing preliminary site layout,possible utility routing, grading concepts, and approximate water quality and HMPmitigation measures. Site layout to be provided by Architect. Up to 3 site layout optionsare included. Also includes coordination with Client and design team for this effort.5.CUP Consistency Determination Plans: Provide civil engineering drawings and/orexhibits for use in the CUP Consistency Determination package and process with the City. These plans will include preliminary grading, preliminary utility design, publicimprovements, easements/right of way, fire access, and offsite improvements.6.Meetings & Coordination: Attend and help facilitate virtual meetings and conferencecalls with Client, design team, and City staff to coordinate the above tasks. A budget of 30hours is included for this effort. II.Design Development Phase 1.Design Development (DD): Upon completion and acceptance of the SD plans, Coffman will develop a DD plan set showing additional detail and provide a starting point for thepreparation of the Public Grading and Improvement Plans and Construction Documents.2.Preliminary Drainage Study: Prepare a preliminary drainage study addressing pre- and post-developed runoff flows. The study will include narratives, hydrology calculations, and DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ~ COFFMAN ~ENGINEER S 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center March 5, 2024 Page A-2 exhibits identifying impacts to existing and proposed drainage basins/patterns. Storm drain sizing, configurations, points of treatment, detention, and discharge will be determined through this study. The goal is to demonstrate to the City of Carlsbad that existing drainage patterns are being maintained (i.e. no proposed diversion of runoff) and that significant increase in storm runoff will be mitigated. This study will include a hydraulics analysis to current City and Regional standards. The study will be processed and approved in conjunction with the Grading Plans. 3.Preliminary Stormwater Quality Management Plan (SWQMP): Prepare a preliminary SWQMP to evaluate, document and select and post-construction Best ManagementPractices (BMPs) and associated maintenance responsibilities, along with addressing theCity’s Hydromodification Plan (HMP) requirements, which will be mitigated by a biofiltration basin or underground storage vaults. Treatment is anticipated to be throughbiofiltration basins and/or proprietary treatment devices. This effort will requireconfirmation and coordination with the geotechnical engineer’s infiltration testing. Also included is the preparation of a Storm Water Management and Maintenance DischargeControl Agreement.4.Meetings & Coordination: Attend and help facilitate virtual meetings and conferencecalls with Client, design team, and City staff to coordinate the above tasks. A budget of 30hours is included for this effort. III.Construction Documents – Public Grading & Improvement Plans 1.Mass Grading Plans: Prepare and process Mass Grading Plans through the City ofCarlsbad. The plans will reflect the final, rough graded condition of the site showing 1-footcontour intervals and will generally match the final precise grading as provided with the Construction Documents phase. Includes demolition plan for existing site demolition. Alsoshown will be building pad(s) for the proposed building(s), backbone drainageimprovements, biofiltration basins/swales (if included in the design), earthwork quantities,and construction notes necessary to obtain a Grading Permit. Includes preparation of planand profile drawings for proposed retaining walls. Plans will include alignment andtop/bottom of walls. Retaining wall(s) will be designed by the Structural Engineer. 2.Public Improvement Plans: Prepare and process Public Improvement Plans through theCity of Carlsbad. The plans will reflect the proposed driveway modifications, utilityconnections or modifications, and sidewalk replacement made within the public right ofway. No street widening is included. Details, dimensioning, sections, and constructionnotes will be provided to support the design. Plans do not include street widening, whichcan be provided separately as an optional service. 3.Public Water Line Redesign: As requested by the City, Coffman will work with the UtilitiesDepartment to redesign the waterline in the public right of way to avoid needing to relocatethe existing 10-inch water line at the north side of the site.4.Final Drainage Study: Prepare a final drainage study addressing pre- and post-developed runoff flows. The study will include narratives, hydrology calculations, andexhibits identifying impacts to existing and proposed drainage basins/patterns. Stormdrain sizing, configurations, points of treatment, detention, and discharge will bedetermined through this study. The goal is to demonstrate to the City of Carlsbad that existing drainage patterns are being maintained (i.e. no proposed diversion of runoff) and DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center March 5, 2024 Page A-3 that significant increase in storm runoff will be mitigated. This study will include a hydraulics analysis to current City and Regional standards. The study will be processed and approved in conjunction with the Grading Plans. 5.Final Stormwater Quality Management Plan (SWQMP): Prepare a final SWQMP toevaluate, document and select and post-construction Best Management Practices (BMPs) and associated maintenance responsibilities, along with addressing the City’sHydromodification Plan (HMP) requirements, which will be mitigated by a biofiltration basinor underground storage vaults. Treatment is anticipated to be through biofiltration basins and/or proprietary treatment devices. This effort will require confirmation and coordinationwith the geotechnical engineer’s infiltration testing. Also included is the preparation of aStorm Water Management and Maintenance Discharge Control Agreement. 6.Stormwater Pollution Prevention Plan (SWPPP): Coffman will prepare and submit tothe Regional Water Board a SWPPP report in general conformance with Federal, State,and County requirements. The SWPPP will identify construction Best Management Practices (BMPs) for controlling silt and pollutants during construction and will include dataforms for completion and processing by the Owner or Owner's representative duringconstruction. Also included is assistance with filing the Notice of Intent (NOI). ProjectOwner will be responsible as the Legally Responsible Person (LRP) to certify the NOI andany subsequent revisions. Includes up to four (4) site visits / visual inspections. QSPservices, preparation of Rain Event Action Plans (REAPs), and other updates to theSWPPP are not included.7.Cost Estimate: Prepare and process engineer’s cost estimates associated with theGrading Plan and Improvement Plan using City template construction costs.8.Encroachment Agreements: Prepare Encroachment Agreements for the proposedprivate improvements within the public right of way, including non-standard driveways, sidewalks, utility laterals, and landscaping. Exhibits will be provided, as needed.9.Processing & Plan Revisions: Revise Public Grading & Improvement Plans as requiredby the City of Carlsbad. Two rounds of plan revisions are included. A budget of 115 hoursis provided for this effort.10.Meetings & Coordination: Attend and help facilitate virtual meetings and conferencecalls with Client, design team, and City staff to coordinate the above tasks. A budget of 55 hours is included for this effort. IV.Construction Document – Building Permit These services are for plans that will be part of the architectural building permit submittal packagewith the understanding that the Architect will take the lead in processing said plans. This service is also being provided under the assumption that to commence design and plan preparation, theArchitect will issue one site plan with no major revisions to occur and this plan will be substantiallythe same as the site plan developed during the DD efforts. The plans listed below will be combinedinto one drawing set for processing. 1.Construction Documentsa.Precise Grading Plan: Prepare a precise grading plan reflecting the precise gradesof the surface improvements and landscape areas around the building, parking areas, drive aisles, etc. This plan will show 1-foot contours; spot elevations at transitional curb DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center March 5, 2024 Page A-4 and paving locations, pedestrian walkways and ADA paths of travel, grade breaks, and other detailed areas; building pads; drainage improvements; and other landscaped areas as needed to aid in construction. Accessible paths shall be designed to a gradient not greater than 0.5% less than the maximum allowed by the governing code (as provided by the project architect) to the extent practical. b.Layout and Paving Plan: Prepare a layout and paving plan for the building andsurface improvements. Dimensions and pavement sections will be shown for parkingstalls, drive aisles, other site paving, walkways, building footprints, and fire lanes and will include typical parking stall details, curb ramp details, and other informationdeemed necessary for construction. Pavement structural sections will be provided perrecommendations by the geotechnical engineer. c.Private Utility Plan: Prepare a utility plan showing the private fire, sewer and waterservices with points of connection to within 5-feet the building(s). Information forappurtenances for each utility will be included, along with the proposed storm drain design provided in the Mass Grading Plans, as well as area drains and roof drainscoinciding with the precise grading design. This plan will also reflect franchise utilitylines and structures, as provided by others.d.Fire Access Plan: Prepare and process a fire access plan with the Carlsbad FireDepartment. The plan will show fire access lanes, hydrant locations, hose pull lengths,and aerial ladder access, if required.2.Easement Dedications / Vacations: Provide legal descriptions and exhibits for thevacation of existing water easements and dedication of new water easements, as shownon the CUP drawings in the RFP, for processing by the City of Carlsbad. Includescoordination with the City of Carlsbad.3.Right of Way Dedication: Provide legal descriptions and exhibits for the dedication of additional right of way, as required per Planning Commission Resolution No. 7475, forprocessing by the City of Carlsbad. Includes coordination with the City of Carlsbad.4.LEED Documentation: Provide narratives and calculations, as needed, in support of theLEED documentation process. A separate LEED consultant and/or the Client will beresponsible for overall LEED coordination, submittals, and processing.5.Specifications: Prepare 3-part specification sections for civil related items shown on the civil engineering drawings.6.Processing Support & Plan Revisions: Revise Construction Documents as required bythe City of Carlsbad. Two rounds of plan revisions are included. A budget of 145 hours isprovided for this effort.7.Meetings & Coordination: Attend and help facilitate virtual meetings and conferencecalls with Client, design team, and City staff to coordinate the above tasks. A budget of 60 hours is included for this effort. V.Bidding Phase 1.Bid Support: Support Owner with bid efforts for contractor selection. Effort includes civildesign clarifications, base estimate preparation and review, scope/proposal comparisons,and schedule review. A budget of 22 hours is included for this effort. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center March 5, 2024 Page A-5 VI.Construction Phase 1.Construction Administration: Attend construction meetings as required, addressContractor RFI’s, coordinate with City inspector, provide general plan interpretation, andfacilitate plan/document requests. A budget of 130 hours is included. This service includesCA for the grading, public improvement, and building permits. Any significant constructionchanges not as a result of Coffman will be evaluated for an additional authorization.2.Public Grading & Improvement Plan As-Builts: Prepare and process as-constructedredlines to the permitted Public Grading and Improvement Plans with the City of Carlsbad.These as-built drawings will be based solely on redline drawings provided by the Clientand/or Contractor. Includes coordinating with Contractor and City Inspector, hand drafting of mylars, and bond exoneration services. This service assumes that the as-gradedgeotechnical study will be provided by the project Geotechnical Engineer. VII.Close-Out Phase 1.Public Grading & Improvement Plan As-Builts: Prepare and process as-constructedredlines to the permitted Public Grading and Improvement Plans with the City of Carlsbad.These as-built drawings will be based solely on redline drawings provided by the Clientand/or Contractor. Includes coordinating with Contractor and City Inspector, hand draftingof mylars, and bond exoneration services. This service assumes that the as-gradedgeotechnical study will be provided by the project Geotechnical Engineer. VIII.Optional Services 1.Sewer Study: Prepare one sewer study for the proposed project. The scope of this studywill be focused on identifying peak flows for the project and its effect on the existing public sewer, if any, and will analyze up to one node downstream of the project. It is anticipatedthat there will be one major sewer connection point at the northwest corner of the site.This connection may require offsite improvements, which could require additional authorization. IX.Assumptions 1.Any services not specifically included in the above scope are expressly excluded.2.The provided scope does not include any offsite improvements, other than driveway/sidewalkimprovements and utility connections within the public ROW. 3.It is understood that the prior CUP process confirmed that existing capacities/pressures ofthe public utilities to which the project will connect are sufficient for the proposed use and nooffsite upgrades will be required. Analysis of the existing utilities is not included.4.No separate permitting will be required for the car wash portion of the project.5.Geotechnical Investigation report will be provided by Client.6.Current title report will be provided by Owner.7.The Client or Client's representative will process all permits required with the City.8.All fees shall be paid by the Client. 9.The above scope assumes that Coffman will receive one (1) set of building footprints and DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center March 5, 2024 Page A-6 site plan in an acceptable AutoCAD format. Additional services may be required if the building footprint changes during the preparation and processing of the plans. 10.All standard details for the civil site improvements will be identified with reference to theSan Diego Regional Standard Drawings and/or Greenbook standards. Coffman willprovide special details only necessary and where not covered in the standard details. 11.Drawings will be produced electronically and backgrounds will be provided by the Client.12.Processing of the above documents and narratives is based upon a maximum of two (2)plan check cycles along with receipt of consistent and timely comments received from City reviewers. Should the comments from the City materially affect the project scope, theClient will be advised of its impact (e.g. additional scope and/or schedule) prior toproceeding with the associated scope. 13.Any required parking requirement calculations will be provided by the Architect. X.Services Not Included 1.Technical Studies not listed above.2.Accessibility/ADA Assessment of existing conditions.3.Environmental documents (EIR, MND, etc.)4.Geotechnical Investigations/Engineering.5.Mapping Services not specifically listed above, including Lot Adjustments/Consolidations.6.Construction Staking.7.Construction cost estimating.8.Stormwater Pollution Prevention Plan (SWPPP).9.Qualified SWPPP Practitioner (QSP) services.10.Demolition permitting. 11.FAA filings.12.Utility Studies or review of adequacy of existing utilities.13.Shoring Plans.14.Pavement Design.15.Traffic Control Plans.16.Reclaimed Water design. 17.Project phasing.18.Dry Utility / Franchise Utility coordination.19.Significant changes to the design after completion of the SD plans.20.Meetings or discipline scope not specifically listed above. P:\SD\24Jobs\240186 City of Carlsbad Orion Center\2.0 PROJECT MANAGEMENT\2.1 Proposal\2.2.3 Proposals & ASAs\Civil\Appendix A Civil REV02.docx DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) APPENDIX B – SCOPE OF WORK – MECHANICAL AND PLUMBING The mechanical scope of service includes the Basic Services described below as well as the following specific items: A.13,800 sqft Office Buildinga.Provide HVAC and Plumbing engineering services for a standard office building.B.Warehouse 1 – 9,870 sqfta.Anticipate design for ventilation and heat (assumed scope)Warehouse 2 – 5,950 sqft a.Anticipate design for ventilation and heat (assumed scope)C.6,500 sqft Climate Controlled Police Evidence Storage Buildinga.Provide HVAC and Plumbing engineering services. Anticipated temperatures andhumidities for this building are expected to be achievable with off the shelf HVACequipment (specialized humidity and dehumidification equipment, not anticipated)D.4,050 sqft Evidence Vehicle Stacked Storage Structurea.No anticipated mechanical engineering services (HVAC by premanufactured buildingmanufacturer)b.Plumbing design for drainage, sump pump, and possibly an oil interceptor.E.20,000 Storage Buildinga.Anticipate design for ventilation and heat (assumed scope) 1.Building Air Conditioning, Heating, and Ventilation a.Comfort air conditioning to meet owner and code requirements b.Process air conditioning to meet specific room requirements such as network rooms,mechanical rooms, electrical rooms c.Ventilation to meet owner and California T-24 requirements for occupant health, odorcontrol, and other ventilation requirements d.Building control systems required by owner and California T-24 requirements 2.Building Plumbing Systems a.Building domestic cold and hot waterb.Building waste and ventc.HVAC Condensate DESIGN CRITERIA – MECHANICAL AND PLUMBING The project will be designed according to the following criteria: 1.2022 California Building Code 2.2022 California Mechanical Code3.2022 California Plumbing Code4.2022 Title-24 Nonresidential and Residential Standards DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ~ COFFMAN ~ENGINEERS 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE Carlsbad Orion Center November 17, 2023 Page B-2 CLIENT RESPONSIBILITIES – MECHANICAL AND PLUMBING 1.Quantities and locations of equipment producing heat into the space and requiring plumbing or electrical connections (computers, printers, refrigerators, plumbed coffee makers, etc.).2.Building occupancy schedule for the energy model. SERVICES & ASSUMPTIONS – MECHANICAL AND PLUMBING I.Schematic Design Phase 1.Attend an initial “kick-off” meeting with the Client in the greater San Diego area. 2.Review client program and criteria requirements.3.Review of record mechanical documents provided by Client. 4.Coordinate type of HVAC system to be implemented on the project.5.Basis of design for mechanical and plumbing systems. II.Design Development Phase 1.Attend up to one (1) project team meeting in the greater San Diego area. Additional meetings willbe considered an additional service.2.Provide up to one (1) site visit to collect data and conduct visual inspections. 3.In addition to team meetings, participate in biweekly internet/conference call meetings.4.Mechanical and plumbing design development drawings to include preliminary equipment selections and locations as well as team coordination items such as space and shaftrequirements.5.Updated basis of design for mechanical and plumbing systems.6.Attend (1) review meeting to discuss comments and incorporate as applicable. III.Construction Document Phase 1.Attend up to one (1) project team meeting in the greater San Diego area. Additional meetings willbe considered an additional service.2.In addition to team meetings, participate in biweekly internet/conference call meetings. 3.Provide mechanical and plumbing construction documents including general notes, schedules,floor plans, controls, details, and isometric diagrams. IV.Construction Administration Phase 1.Make up to two (2) mechanical observation site visits at intervals appropriate to the stages of construction.2.Additional site visits and/or meetings will be accommodated as an additional service. 3.Answer contractor’s Request For Information (RFI’s) that relate to the above defined scope4.Review one package of submittals, shop drawings, and one resubmittal package for systems inthe above defined scope.5.Preparation of Mechanical Record Documents showing significant mechanical changes made during construction, based on information provided by Contractor to Client. V.Assumptions 1.Plan check will be performed by others. This includes plotting of drawings, delivering drawings tothe authority having jurisdiction, plan check fees, permits, and correspondences directly with the DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE Carlsbad Orion Center November 17, 2023 Page B-3 authority having jurisdiction. 2.Drawings will be provided electronically as PDF files or 2D AutoCAD. Electronic AutoCAD backgrounds will be provided by the Client.3.Revit Mechanical Model will not be required. 4.Submittal review and RFI responses are expected to be performed within 5 days VI.Services Not Included 1.Meetings and site visits not mentioned above are excluded.2.Submittals not mentioned above are excluded. 3.LEED forms to be completed by the LEED consultant.4.This project will not be reviewed by USGBC for LEED requirements. Systems will be designed to LEED silver equivalent.5.Any new or revised utility additions or modifications will be by others. 6.The design for elements not identified or included in this proposal.7.Review of Value Engineering Reports or Studies conducted after the completion of Design Phase. May be provided as an add service to the project if needed.8.Design changes initiated by Client or Owner after completion of Pre-Final Design Phase. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) APPENDIX C – SCOPE OF WORK – ELECTRICAL The electrical scope of service includes the Basic Services described below as well as the following specific items: 1. Electrical Distribution and Branch Systems a. Utility electrical service entrance equipment b. Building power distribution system – switchboard, panels and feeders c. Branch power circuitry to receptacles and equipment, including head end equipment for low voltage systems furnished by owner or others. d. Roof mounted Photovoltaic system. e. On-site Battery Energy Storage System (BESS) 2. Lighting and Lighting Control Systems a. Interior lighting systems using standard layouts and fixtures b. Exterior area lighting and building perimeter lighting c. Low voltage lighting control systems per Title 24 requirements 3. HVAC System Support a. Power circuits to HVAC, mechanical and plumbing equipment b. Safety switches and starters for equipment c. Power circuits to mechanical and control system panels SERVICES & ASSUMPTIONS – ELECTRICAL I. Schematic Design Phase 1. Attend an initial “kick-off” meeting with the Client in the City of Carlsbad area. 2. Review client program and criteria requirements. 3. Review of record electrical documents provided by Client. 4. Provide up to one (1) site visits to collect data and conduct visual inspections. 5. Preliminary single line diagram and space allocations for electrical panel. 6. Basis of design for electrical system. 7. Provide Electrical Division 26 Outline Specifications. 8. Review a single design opinion of probable construction cost prepared by others. II. Design Development Phase 1. Attend up to two (2) project team meeting in the City of Carlsbad area. Additional meetings will be considered an additional service. 2. Provide up to one (1) site visits to collect data and conduct visual inspections. 3. In addition to team meetings, participate in biweekly internet/conference call meetings. 4. Electrical construction documents including lighting, power, single line diagram, panel schedules, final calculations and details. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 • COFFMAN ~ENGINEERS 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE Carlsbad Orion Center November 13, 2023 Page C-2 5. Updated basis of design for electrical systems. 6. Attend one (1) review meeting to discuss comments and incorporate as applicable. III. Construction Document Phase 1. Attend up to three (3) project team meetings in the City of Carlsbad area. Additional meetings will be considered an additional service. 2. In addition to team meetings, participate in biweekly internet/conference call meetings. 3. Provide progress Electrical plans at 60%, 90% & 100% increments. 4. Respond to Owner comments and incorporate in the next incremental submittal at 60%, 90% & 100% CD Phases. 5. Final Electrical construction documents including lighting, power, single line diagram, panel schedules, final calculations and details. 6. Final Electrical Division 26 Specifications. 7. Title 24 Compliance documentation. IV. Construction Administration Phase 1. Make up to Four (5) electrical observation site visits at intervals appropriate to the stages of construction and includes final punch list. 2. Additional site visits and/or meetings will be accommodated as an additional service. 3. Answer contractor’s Request For Information (RFI’s) that relate to the above defined scope 4. Review one package of submittals, shop drawings and one resubmittal package for systems in the above defined scope. 5. Preparation of Electrical Record Documents showing significant electrical changes made during construction, based on information provided by Contractor to Client. V.Assumptions 1. Energy demand readings (1 year or if not available 30-day load recordings) will be provided by owner if required. 2. Drawings will be produced electronically in Revit. Electronic backgrounds will be provided by the Client. 3. BIM Platform will utilize BIM360. VI.Services Not Included 1. The design of elements not identified or included in this proposal. 2. Dry Utility Coordination with SDGE and low voltage service providers. 3. Review of Value Engineering Reports or Studies conducted after the completion of Design Phase. 4. Design changes initiated by Client or Owner after completion of Pre-Final Design Phase. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE Carlsbad Orion Center November 13, 2023 Page C-3 O:\San Diego Proposals\2023 San Diego Office Proposals\23-22195 City of Carlsbad Orion Center Design Services (CJ)\Proposals & Contracts\Electrical\23-22195 City of Carlsbad Orion Center_Appendix C - Electrical.docx DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) APPENDIX D – SCOPE OF WORK – TELECOMMUNICATIONS & ELECTRONIC SECURITY SYSTEM The telecommunications and electronic security system scope of service includes the services described below. BUILDINGS & STRUCTURES ASSUMED IN SCOPE •13,800 SF 1-story Office Building •6,500 SF Police Storage building •9,870 SF Fleet and Facilities Warehouse/Shop •5,950 SF Parks and Recreation Warehouse/Shop •20,000 SF 2-story Future Storage Building •7,500 SF Covered Storage Building •640 SF Car Wash •Parking Lot TELECOMMUNICATIONS •Design of telecommunication outside plant (OSP) system, building entrance facility,telecommunication spaces, backbone distribution system, and horizontal distributionsystem •Design of telecommunication inside plant (ISP) system •Design of telecommunication structured cabling and fiber network cabling •Design of telecommunication grounding and bonding system per TIA standards •Design of CATV backbone infrastructure design •Design of Public Address system •Audio-Visual systems in the necessary conference and training rooms ELECTRONIC SECURITY SYSTEMS (ESS) •Design of fully functional Access Control System •Design of fully functional Intrusion Detection System •Design of fully functional CCTV System SERVICES & ASSUMPTIONS – COMMUNICATIONS & SECURITY I.Schematic Design i.Attend an initial design conference/charrette/presentation meeting virtually. It is assumedthe initial design conference/charrette/presentation will occur over one day. ii.Attend weekly teleconferences with design team. iii.Provide revised documents and drawings incorporating all applicable comments from the DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ,. COFFMAN .... ENG INE E RS 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center November 13, 2023 Page D-2 initial design conference/charrette/presentation meeting review. iv.Provide communications and security outline specifications. v.Provide responses to government submittal review comments. vi.Attend an over the shoulder meeting virtually. II.Design Development i.Attend weekly teleconferences with design team. ii.Provide revised documents and drawings incorporating all applicable comments from theprevious submittal. iii.Provide communications and security edited specifications. iv.Provide responses to government submittal review comments. v.Attend an over the shoulder meeting virtually. III.Construction Documents i.Attend weekly teleconferences with design team. ii.Provide revised documents and drawings incorporating all applicable comments from theprevious submittal. iii.Provide communications and security fully edited specifications. iv.Provide responses to government submittal review comments. IV.Construction Administration i.Answer contractor’s Requests for Information (RFIs) that relate to the above defined scope. ii.Provide two (2) reviews of a complete shop drawing submittal package for each of thecommunications and security submittals. iii.Provide construction oversight as the Engineer of Record. iv.Attend a construction observation visit at the completion of the rough-in effort forcommunications and electronic security systems. A letter summarizing noted deficiencies will be provided after the site visit. v.Attend a construction observation site visit for punch list close-out and final systemsacceptance. A letter finalizing close-out of identified deficiencies and recommendingsystems acceptance will be provided after the site visit. vi.Provide review of contractor close-out documentation. V.Assumptions 1.The Client or Client's representative will process all permits required with the buildingofficial.2.The project will be built as a single phase and construction will commence uponcompletion of the Design and Permitting Phase.3.Drawings will be produced electronically. Electronic backgrounds will be provided by theClient. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Katee Chard, Carrier Johnson + CULTURE City of Carlsbad Orion Center November 13, 2023 Page D-3 4.Specifications will be edited and provided utilizing MasterSpecs.5.Where submittals and/or cutsheets are required as part of the design submittal, the contractor will provide submittals for use.6.Submittal review and RFI responses are expected to be performed within 5 days. VI.Services Not Included 1.Cybersecurity design. May be provided as an add service to the project if needed.2.Blue Light emergency system. May be provided as an add service to the project ifneeded.3.ERRC or DAS. May be provided as an add service to the project if needed.4.Intercommunication system. May be provided as an add service to the project if needed.5.Cost Estimating.6.Meetings and site visits not mentioned above are excluded.7.The design for elements not identified or included in this proposal.8.Review of Value Engineering Reports or Studies conducted after the completion ofDesign Phase. May be provided as an add service to the project if needed. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) APPENDIX E – SCOPE OF WORK – FIRE PROTECTION/LIFE SAFETY CODE CONSULTING The fire protection/life safety code consulting scope of service includes the Basic Services described below for the following buildings: 1.Single-story office building approximately 13,800 square feet.2.Two separate warehouses each with a mezzanine – Public works warehouseapproximately 9,870 square feet and Parks and Rec warehouse approximately 5,950square feet.3.Police evidence storage approximately 6,500 square fee.4.Evidence vehicle stacked storage approximately 4,050 square feet.5.Another storage building not exceeding 20,000 square feet. DESIGN CRITERIA – FIRE PROTECTION The project will be designed according to the following criteria: 1.2022 California Building Code2.2022 California Fire Code SERVICES & ASSUMPTIONS – FIRE PROTECTION 1.Attend virtual meetings. 2.Conduct reviews of the architectural drawings for general compliance with the major fireprotection and life safety provisions of the building and fire codes. This review will alsoencompass any drawings depicting life safety/code compliance information. Provide the Client with a PDF markups of our findings.3.Prepare preliminary review questions for the city discussing any subjective fireprotection/code related items and approach. 4.Obtain water flow test data to determine if fire pump is required for site and fire flowparameters.5.Attend virtual meetings with city personnel to discuss the preliminary review questionsand/or subjective code items.6.Attend virtual meetings with city to discuss fire department access and methodology forfire sprinkler (i.e., fire department connections, hydrants, etc.) integration.7.Classify up to 20 hazardous materials chemicals.8.Provide high-piled storage reports for each warehouse.9.Determine fire sprinkler and fire alarm parameters for each building.10.Assist in addressing plan check comments related to fire protection/life safety items andalternate design report.11.Provide general fire protection, life safety and code consulting services.12.Provide construction administration services including answering RFI’s for fire/life safetyrelated items. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ~ COFFMAN ~ENGINEERS 1455 Frazee Road, Suite 600 I San Diego, CA 92108 Phone 619.232.4673 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) Carrier Johnson + CULTURE Carlsbad Orion Center November 13, 2023 Appendix E - Page 2 I.Assumptions 1.Design and construction will be simultaneous.2.Drawings will be provided electronically as PDF files. Electronic backgrounds will be provided by the Client.3.Preparation of drawings will be provided by others. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 www.coffman.com PSA24-2410FAC Exhibit "B"(continued) March 4, 2024 RE: 2600 Orion Way Landscape Scope of Work PROJECT DESCRIPTION It is anticipated, under current assumptions, that the Carrier Johnson team will provide the following services and deliverables for a new operations and maintenance facility located at 2600 Orion Way, Carlsbad, CA, 92010. A conceptual design has been developed reflecting the co-location of staff from the City Public Works Branch’s Street Maintenance and Facilities Maintenance Divisions, as well as the Parks & Recreation Department’s Trees and Parks Maintenance Division. CJ Landscape understands the exterior scope of work includes parking lot tree canopy and understory plantings with a focus on bioinfiltration planting and drip irrigation, building buffer planting and streetscape improvement planting. Adjustments to hardscape layouts and design as needed in concert with architectural layout and design. PROJECT DELIVERABLES I. Schematic Design ·Meeting with Client and Client’s Project Team to review project objectives, discuss potential issues, and confirm direction based on development feasibility and yield analysis. ·Meetings and coordination with Client’s Civil Engineer; their preparation of preliminary grading, drainage, and wet utility plans. ·Workshop meeting with Client and Project Team to review “green” building strategies and confirm direction. ·Meeting and coordination with Client and Project Team including Structural Engineer, Mechanical Engineer and Electrical Engineer and confirm exterior amenity requirements. ·Review the conceptual design prepared. Confirm findings and provide revisions to the conceptual design as needed. ·Code Review: review codes, Campus Design Guidelines, regulations, submittal requirements etc. for civil engineering and landscape architectural items with a focus on grading and drainage, accessibility, parking and planting and irrigation; prepare summary memorandum for review by Client. ·Site Analysis: Provide an updated analysis of proposed project including: relationship to future site plan; existing and interim views and site conditions; grading and drainage constraints and opportunities; dry utility needs (if any); circulation and parking; planting and irrigation requirements; maintenance and security considerations and city and campus design requirements. ·Programming/ Design Principles: Review objectives and program; verify and refine design goals to be used in evaluating a preferred alternative. ·Layout Options: Design team to develop 2-3 optional layouts for the site to optimize the development area. Following evaluation and design team discussion, the city will provide a decision on the layout to continue forward with design development. ·Based on Schematic Design information, confirm with Client and Project Team, basic Architectural, Structural, Mechanical, and Electrical systems design and obtain Client’s approval of Schematic Design package. ·Working Rendering Views (as needed) DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 carrierjohnson + CULTUR3 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 2 of 7 II. Design Development ·Attend weekly meetings with Client and Project Team to discuss progress of the work, identify issues, and confirm direction. ·Meetings and coordination with Client’s Civil Engineer; their preparation of horizontal control and updated grading, drainage, utility plans, and off-site improvements. ·Obtain and review updated dry utility information by Client’s Utility Consultant and coordinate with Project Team. ·Preparation of Landscape Architectural Design Development plans including hardscape, planting, and irrigation for: o Off-site Improvements o On-site / On-structure Improvements ·Landscape Architectural Design Development plans include: o Hardscape plans: Locations, patterns, sizes, materials, colors, finishes of hardscape elements coordinated with Architect and Interior Designer as appropriate. Coordinate with Civil Engineer for storm water mitigation and drainage strategies. o Planting: Develop planting plans and legend as a “such as” list to convey planting intent and final selection in Construction Documents. Prepare existing plant material protection plans as needed. o Irrigation: Coordinate landscape layout and planting design with irrigation consultant. ·Meeting and coordination with Owner to review comments. ·Obtain Client’s approval of Design Development documents at 50% working drawings. III. Construction Documents ·Attend weekly meetings as needed with Client and Project Team to discuss progress of the work, identify issues, and confirm direction. ·Coordination with Client’s Civil Engineer; their preparation of final horizontal control plan, grading and drainage plans, wet utilities plans, and public improvements plans. ·Finalization of Landscape Architectural Construction Document plans including hardscape, planting and irrigation for: a. Off-site Improvements as needed b. On-site / On-structure Improvements ·Coordination with Client’s Utility Consultant; their preparation of final dry utility drawings for coordination with utility companies. ·Meetings and coordination with Client to review comments. ·Preparation of draft final specifications based on assumptions, updated information, and final material selections. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson .com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 3 of 7 a. Distribute to Client and Contractor for review and comment. ·Landscape Architect to prepare the following Construction Documents and coordinate with all Consultants: a. Drawings to illustrate, describe and further develop the approved Design Development Documents consisting of Drawings and Specifications setting forth in detail the quality levels of materials and all other requirements for construction. b. Coordination of Non-Scope Items by others (Landscape is not to be held responsible for photometric studies, drain calculations, signage fabrication, utility connections, art fabrication / installation or waterproofing and equipment connections for water features.) c. Coordinate Civil and Plumbing Engineers in specifying drainage systems, on grade bioretention basins and swales, on structure storm water gardens/flow through planters, (Drain grates, top of wall heights etc.) in concert with Architect and Structural Engineers. d.Hardscape plans: Completed list of products, materials, equipment and finishes with supplier information. Finalization of construction details within landscape scope excluding integration with structural slab, roof terrace profiles, foundation, and reinforcement of retaining walls, planter walls, stairs, ramps, etc., and waterproofing for on-deck planting. e.Planting: Finalize planting plans and legend with selected species, descriptions, quantities, planter area mulch, root barriers, tree grates and percolation / soils test locations. f.Irrigation: Finalize landscape layout and planting design with irrigation consultant. g.Bidding and Negotiations: Upon issuance of the Construction Documents to one preselected general contractor or several general contractors for competitive bidding, the Landscape Architect will be available to respond to questions from bidders and revise the Construction Documents as needed for clarification. PERMITTING & CONSISTENCY DETERMINATION SUBMISSION IV. Agency Review and Approval ·The Agency Review Phase will review and conform to access compliance and general California Building Code (CBC) requirements, City code and mandates as they pertain to the exterior landscape. ·The number of review cycles conducted by the City and various agencies is difficult to anticipate and may request additional services. ·Public/Street Improvement Plan: set submitted to the City per City standards and in conjunction with Civil Engineering submittal as needed. ·Plan Check Comments: review and responses as needed. (Number and degree of City comments unknown until submittal and review). DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson .com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 4 of 7 V. Construction Administration a. In the Construction Administration Phase, Carrier Johnson + Culture shall provide those services designated necessary for the administration of the construction contract as set forth in the General Conditions of the Contract for Construction. b. The scope of services for the number of site visits, observations and contractor responses are estimated and may request additional services. c. The Client is to include provisions in the General Conditions of the specifications to allow back- charges to the Contractor to compensate for Submittal Reviews beyond quantity specified and for Site Observations called by the Contractor when it is apparent that the Contractor is not prepared. d. Responsibility on site: Landscape Architect shall NOT have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the project. Meetings: e. Landscape Pre-Construction Meeting: meet to review project and answer any questions prior to commencement of construction. f. Bi-weekly OAC meetings (assume 20 meetings) g. Job site visit to monitor and report on the progress and quality of work for consistency with the Construction Documents (assume 3 site visits) h. Time and schedule items that are represented in the below scope is based on teleconference or in-person meetings within the San Diego Metro Area. Additional meetings other than those described shall be billed at the hourly rates indicated. Construction Administration Tasks i. Clarifications, RFI, ASI with supporting documentation j. Review all submittals of shop drawings, samples and test reports required to complete the Project. k. Review Contractor proposals and change order requests as to validity of scope, accuracy of quantities and reasonableness of cost and time. l.Hardscape: Submittal review for paving types, cast in place concrete and furnishing. m.Irrigation: Submittal review for irrigation systems, equipment and proper installation/function. n.Planting: Submittal reviews for trees, vines, understory, and groundcover. o.Tree/Palm Tagging: Allow (3) nursery visits within a 25-mile radius. Additional nursery visits or nursery visits beyond the 25-mile radius Observation reports (1 for each listed observation visit, assume 3 site visits). The Landscape Architect will make visits to the site at intervals appropriate to the stage of construction, as stipulated below, to observe the progress and quality of construction of the work within the Landscape DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson .com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 5 of 7 Architect's scope-of-work and to determine in general if the construction is proceeding in accordance with the design intent and construction documents. Irrigation construction administration to be scheduled simultaneously to landscape site visits to the best extent possible. Irrigation reports to be reviewed by Landscape Architect and integrated into the observation report submittal. p.Site Visit #1: Hardscape formwork layout and mockup review if ready, planting review of soil preparation, fine grading, tree and understory layout and installation. q.Site Visit #2: Planting review and pre-maintenance observation. Review of completed and outstanding items from Site Visit #1. r.Site Visit #3: Substantial completion punch list and conformance to previous coordination action items. s.Project Close Out / Record Drawings: Revise planting, site furnishings and hardscape plans based on contractor mark ups. This set of documents shall consist of record specifications and record drawings showing the reported location of the work. In that record drawings are based on information provided by others, the Consultant cannot and does not warrant their accuracy. ASSUMPTIONS Carrier Johnson understands the project assumptions as follows: We understand that the General Contractor will be required to run the construction meeting minutes, RFI, submittal and punch list process through a Construction Management System. We additionally understand that the invitation to bid will include a mandatory job walk by the prospective bidders to familiarize themselves with the existing current conditions of the job site. It is CJ+C’s assumption that CJ+C team will receive electronic architectural files to be used as background for the proper development of the landscape design drawings set, preferably in AutoCAD. Information contained in architectural drawings should be accurate and previously approved by Client/Developer and/or Client’s Representative. Architect of Record will be notified of any potential conflict resulting from this scope of work and conditions represented in architectural drawings for proper resolution before proceeding with the landscape design development. In the event of modifications to any of the approved deliverables described in the below scope of work requested by Client/Developer and/or Client’s Representative, additional services on an hourly basis will be provided. All meetings are assumed to be videoconference format. In-person meetings are to be at CJ+C San Diego office or metropolitan area as specified for each phase. Additional In-person or meetings outside San Diego metropolitan area will incur in additional travel time in an hourly base and expenses accordingly billed to the project. Any provided timeline is an average estimate with the intention of establishing the fee. Schedule for this scope of work will be developed based on project duration established by Client/Developer and/or Client’s Representative at time of signed contract and corroborated or adjusted by selected General Contractor prior to DD phase. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 6 19.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 6 of 7 CLIENT RESPONSIBILITIES Client agrees to provide the Landscape Architect the following: 1. Any testing required by the City, local and/or state agencies if applicable. 2. Fire lane as required by the City, local and/or state agencies. 3. Previously completed work, drawings, municipal requirements and/or reports by other consultants that will assist us in our work. EXCLUSIONS Services not included as a part of Landscape Architectural Design services: ·Survey plans (drawn to scale) indicating at a minimum - topographic contours; spot elevations of existing structures, streets, curbs, walks; utility equipment/fixtures/connections, runs and easements; property boundaries; all existing plant material with individual identification of all trees over 2" diameter trunk with labeling of location, trunk diameter at breast height (DBH), canopy spread and species. ·Soils testing and/or geotechnical engineering. ·Lighting fixture selection, photometrics, & detailing. ·FF&E selection, specifications, & detailing ·On-grade drainage and grading calculations. Landscape Architect will work in conjunction with Civil grading strategies. ·On-grade or on-structure vertical construction item footing, embedment, and reinforcement structural calculations outside of manufacturer recommendations. Details to be reviewed by Structural / Civil engineer for reinforcement compliance and extent. ·Bioremediation swale or planter soil profile depth and specifications. The Landscape Architect will provide design based on provided area/volumetric requirements specifying planting, mulch cover and guide railing as required. ·General on-grade / on-structure items, but not limited to: o Root barrier products o Drainage plans and products o Soil load calculations o Topping slab drainage o On-structure planter drain detailing and assembly o On-structure downspout detailing and assembly o Waterproofing of building and garage for on-grade and on-structure landscape and hardscape design ·Revit / BIM Model development and Cloud updating ·Consultants typ. But not limited to: o MEP o Civil Engineering / topographic or utility surveying o Structural Engineering o Life-safety o Acoustical o IT-Data DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 6 19.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) City of Carlsbad March 4, 2024 Page 7 of 7 o Branding, signage and wayfinding design / specifications o LEED certification processing o Arboricultural or Horticultural services o Irrigation consultation and services o Security o Pool/Spa/Fountain Design o Live wall design and detailing o Waterproofing and damp proofing o Municipal artist selection for public projects. ·Any anticipated or established Construction Budgets for the project. ·Photorealistic renderings outside of concept Sketchup/Enscape renders. ·Permit and permit fees. ·Identification of all applicable codes and regulations governing the project. ·Any governmental or regulatory authority application fee. ·Change orders ·All Legal services ADDITIONAL SERVICES Services not included at this time but available upon request in a separate agreement: ·Revisions, changes or the preparation of design alternatives to Client approved drawings and after the completion of design development documents. ·Any work required to address any changes to Client provided base map or electronic base file data received after 50% Construction Documents. ·Graphics or publicity materials at Design Development or Construction Document phases beyond conceptual layouts. ·Presentations to Public Agencies or meetings beyond those listed in the above Scope of Services. ·Preparation of digital or scale physical model for presentation. ·Providing prolonged Construction Observation should the construction time be substantially extended through no fault of the Landscape Architect. ·LEED certification processing DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 6 19.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) 2150 W Washington St, 619.291.4600 t Suite 203 ocmi.com San Diego, CA 92110 13 February 2024 Katee Chard Carrier Johnson + CULTURE 185 West F Street, Suite 500 San Diego, CA 92101 Regarding: City of Carlsbad: Orion Center Cost Estimating Services Dear Ms. Chard: OCMI, Inc. is pleased to transmit this proposal to provide cost-estimating services. Our fee proposal is based upon the details and email communication through 15 November 2023. Understanding of the Project Scope We understand the project consists of one 41,900 SF, two story office operations building, two 9,870 SF warehouse/shop buildings, one for Public Works Utilities and one for Public Works Fleet & Facilities totaling 19,740 SF, One 5,950 SF warehouse/shop building for the Parks & Recreation Department, One 11,230 SF covered outdoor storage area for Public Works Utilities, Public Works Fleet & Facilities, and Parks & Recreation personnel, One 92,300 SF four-story parking structure with 229 vehicle spaces. Within the first floor of the parking structure, 6,500 SF of enclosed conditioned space would be used for evidence storage by the Police Department, one 4,050 SF stacked vehicle covered storage area used for vehicles impounded by the Police Department, and one 640 SF carwash. Schedule We will require two weeks, at each phase, to render our estimating services from receipt of the design documents. This will allow us sufficient time to complete the work and ensure that we deliver the project on time. Exclusions Meetings, cost studies, and revisions due to changes in the scope of work are not included and will be billed on a time and materials basis in accordance with the fee schedule. Scope of Work 30% Design Cost Estimate 60% Design Cost Estimate 90% Design Cost Estimate 100% Design Cost Estimate DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 00 OCMl,Inc. PSA24-2410FAC Exhibit "B"(continued) CARRIER JOHNSON FEBRUARY 27, 2024 PAGE 2 OF 10 EXHIBIT A PROJECT ASSUMPTIONS/SCOPE OF WORK ORION CENTER - CARLSBAD, CA CARRIER JOHNSON _____________________________________________________________________________________ Based on our initial review and understanding of the project, we have identified the scope of work to include the following: Projection Location: Impala Drive and Orion Street Carlsbad, CA Project Type: Commercial Task 1 – Temporary Power Service Coordination TDUG will coordinate with SDG&E for a temporary power service work order. This includes two (2) separate work orders: one for installation and another for the removal of the temporary facilities. Task 2 – New Business Utility Line Extension Services a.Dry Utility Coordination & Management (SDG&E) TDUG will provide dry utility coordination and management for the new line extension to the project site for SDG&E (Electric). This includes the coordination of designs, agreements and construction scheduling. One (1) work order is assumed. TDUG will request, coordinate and obtain the necessary utility easements for Carrier Johnson acceptance and signature. Third party coordination is excluded from this scope. b.SDG&E Electric Applicant Design TDUG will prepare the SDG&E electric underground design (one preliminary design and one final design) and specifications under the “Applicant Design” option. One (1) work order is assumed. Please see Exhibit A-2 for further details. Task 3 – Telecommunications and Cable/TV Coordination & Management TDUG will provide dry utility coordination and management for the new line extension to the project site for AT&T – Telephone and CATV – Cable Television. This includes the coordination of designs, agreements and construction scheduling. Task 4 – SDG&E PME 11 Switch Relocation Services a.Dry Utility Coordination & Management (SDG&E) TDUG will provide dry utility coordination and management for the relocation of the PME 11 Switch at the project site for SDG&E. This includes the coordination of designs, agreements and construction scheduling. One (1) work order is assumed. b.SDG&E Electric Applicant Design TDUG will prepare the SDG&E electric underground design for the PME 11 Switch relocation (one preliminary design and one final design) and specifications under the “Applicant Design” option. One (1) work order is assumed. Please see Exhibit A-2 for further details. DocuSign Envelope ID: 60AC97B4-1D10-46F8-B1E2-E65CE60342D2DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ._:_(\~: THE DRY UTILITY GROUP • : : •. :: : : PSA24-2410FAC Exhibit "B"(continued) CARRIER JOHNSON FEBRUARY 27, 2024 PAGE 3 OF 10 EXHIBIT A – PAGE 2 PROJECT ASSUMPTIONS/SCOPE OF WORK ORION CENTER - CARLSBAD, CA CARRIER JOHNSON _____________________________________________________________________________________ Task 5 – Team Meetings/Conference Calls TDUG will participate in development team meetings as requested by Carrier Johnson project team. Task 6 – Construction Coordination TDUG will provide construction coordination services during the utility scheduled installation process between project construction team and utility companies. Assumptions and Exclusions ▪Proposal is for work related to this development only and does not include any effort to support improvements required by the utility. The Dry Utility Group, Inc. is available to assist as requested and this time will be billed hourly on a monthly basis based on rate sheet provided. ▪Delays by SDG&E or other services providers may increase the level of effort required and result in the need for a change order. ▪Proposal assumes an estimated 24 hours for team meetings. Support requirements beyond this budgetary figure will be billed hourly on a monthly basis based on rate sheet provided. ▪Proposal assumes an estimated 12 hours of construction support beyond the pre-construction meeting. Requested Construction Support will be billed hourly on a monthly basis based on rate sheet provided. ▪Any work not mentioned in the Proposal or attached fee estimate will be considered to be out of scope of work and subject to additional fees as agreed between TDUG and Carrier Johnson. ▪Proposal does not include the following: ▪Carrier Johnson permit acquisition and/or fees ▪Construction inspections ▪Markout ▪Potholing ▪Easement quitclaims, prior Land Rights research, or CPUC 851 Review DocuSign Envelope ID: 60AC97B4-1D10-46F8-B1E2-E65CE60342D2DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ::_(\~: THE DRY UTILITY GROUP ... ~ ·: ..• . . . . . PSA24-2410FAC Exhibit "B"(continued) CARRIER JOHNSON FEBRUARY 27, 2024 PAGE 4 OF 10 EXHIBIT A-1 UTILITY COORDINATION & DESIGN SERVICES SCOPE OF WORK ORION CENTER – CARLSBAD, CA CARRIER JOHNSON _____________________________________________________________________________________ TDUG will perform the following for the Coordination & Management of the work orders as described on the Exhibit A. I.SITE PROFILE A.Field project site to visually review existing utility systems and potential site constraints. B.Confirm project needs with Carrier Johnson and determine utility work orders and/or service orders required. C.Prepare one (1) dry utility cost estimate, upon Carrier Johnson request, summarizing utilities’ charges, contractor costs, and public street light costs. II.SUBMITTAL PHASE A.Coordinate with utilities and consulting team members to obtain and review pertinent design information (utility to panel) and prepare for utility’s submittal. B.Communicate with utilities to verify schedule and review conflicts with proposed improvement plans. C.If necessary, obtain civil engineer, architectural, landscape plans, mechanical, electrical and plumbing plans for project loads, and project schedule from Carrier Johnson; prepare plan submittal letters to each utility company. D.Review utility design requirements and identify potential issues with consulting team members. E.Obtain work orders required to submit plan package to utility companies and establish schedule for design, review, and completion. III.PRELIMINARY DESIGN PHASE A.Attend utility design meetings as necessary and continue liaison role with all parties involved. B.Forward preliminary utility design to Carrier Johnson and consulting team members for their review, conflict identification, and acceptance. C.Review preliminary design revisions with each utility and ensure all necessary modifications are complete. DocuSign Envelope ID: 60AC97B4-1D10-46F8-B1E2-E65CE60342D2DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 :{\~: THE DRY UTILITY GROUP ... ~ ·: .. . . . . . PSA24-2410FAC Exhibit "B"(continued) CARRIER JOHNSON FEBRUARY 27, 2024 PAGE 5 OF 10 EXHIBIT A-1- PAGE 2 ___________________________________________________________________________________ IV.FINAL DESIGN PHASE A.Forward revised preliminary design to Carrier Johnson and project team for final approval/signature and engineering certification. B.Coordinate with utilities, Carrier Johnson, and consulting team members for final utility design preparation. C.Obtain and review utility agreements for accuracy of cost methodology and rule application. Process agreements and right-of-way documents as required by the utility company. D.Deliver final utility agreements/contracts to Carrier Johnson. E.Coordinate with Carrier Johnson, utilities, and consulting team members for scheduling and/or attendance of pre-construction meeting. Upon completion of the pre-construction meeting, the trenching contractor/superintendent/owner will be responsible for following through as per this final pre-construction meeting of the designs and communicating directly with each utility planner and/or inspector through final installation and inspection of the dry utility system. DocuSign Envelope ID: 60AC97B4-1D10-46F8-B1E2-E65CE60342D2DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 ._:_(\~: THE DRY UTILITY GROUP ... ~ ·: .. . . . . . PSA24-2410FAC Exhibit "B"(continued) CARRIER JOHNSON FEBRUARY 27, 2024 PAGE 6 OF 10 EXHIBIT A-2 ELECTRIC APPLICANT DESIGN SCOPE OF WORK ORION CENTER - CARLSBAD, CA CARRIER JOHNSON _____________________________________________________________________________________ TDUG will perform the following electric design services for SDG&E as follows: 1.Meet with Carrier Johnson design team to establish project loads and service requirements. 2.Research utility as-builts to determine viable take-off source. 3.Prepare and request necessary utility permits. 4.Process an Engineering Field Check Request to verify existing distribution conditions. 5.Develop line extension layout for Carrier Johnson design team coordination and planning. 6.Submit meter location typical for Utility approval. 7.Prepare engineering calculations; including voltage drop, flicker, pulling tension, transformer loading, etc… 8.Prepare and submit SDGE required engineering documents (e.g. Load Studies, Fuse Request, Distribution Planning, etc…) for utility approval. 9.Develop structure placement details. 10.Develop one-line diagram. 11.Submit “Applicant Approve” design to project civil engineer and Carrier Johnson for conflict review and Carrier Johnson approval. 12.Input Bill of Material for each location in SDG&E’s ICUE inventory system as required by SDG&E guidelines. 13.Identify and request necessary SDG&E permits for construction. 14.Identify rights-of-way as requested by the utility 15.Coordination with other utilities if joint trench or joint pole 16.Submit for final SDG&E approval of Applicant Design 17.Perform design review corrections as directed by the Utility’s Applicant Design Coordinator. 18.Stamped approved design by a Registered Professional Engineer (PE) The following services are not included: •Base Maps (to be provided by Carrier Johnson) •Surveying •Geotechnical •SWPP •Environmental •SDG&E Design Standard Changes occurring after project has been initiated DocuSign Envelope ID: 60AC97B4-1D10-46F8-B1E2-E65CE60342D2DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 : { \ : THE DRY UT! L ITY GROUP • : : ~ :: : PSA24-2410FAC Exhibit "B"(continued) February 25, 2024 Steven Stewart Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Carlsbad, CA 92008 RE: Dear Mr. Stewart: It is Carrier Johnson + CULTURE’s pleasure to present this proposal for the above-referenced project. FF& E DESIGN Purpose Carrier Johnson will assist Client on the development of a comprehensive furniture package to complement the project’s concept for all areas in scope of work or as requested. It is anticipated, under current assumptions, the Carrier Johnson team will provide the following services and deliverables for the above referenced project: A.Furniture General Project Description: Furniture Coordination Services for the following interior spaces for a new facilities site per the Approved Site Plan attached. 1. Building A; 1-Story Office Building - 13,800 sq. feet a. Reception and Lobby b. Private Offices (2 types) c. Open Office Workstations d. Conference Rooms e. Breakroom f. Training Room 2. Building B1; 2-Story Parks Warehouse/ Shop Building – 5,950sq. feet a. Reception/ Greeting Area b. Workshop c. Private Office d. Storage Space 3. Building B2; 2-Story Fleet and Facilities Warehouse/ Shop Building – 9,870 sq. feet a. Reception/ Greeting Area b. Workshop c. Private Office d. Storage Space 4. Building C; 1-Story Police Storage Building - 6,500 sq. feet a. Reception/ Greeting Area b. Private Office c. Storage Space 5. Building E; 2-Story Storage Building - 20,000 sq. feet a. Reception/ Greeting Area b. Private Office c. Storage Space Furniture, Fixtures, and Equipment DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 carrierjohnson + CULTUR3 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) Orion Center Design Services Proposal No. RFP24-2279FAC February 25, 2024 1. FURNITURE POWER & DATA CONSTRUCTION DOCUMENTS COORDINATION A. With written acceptance of furniture specifications, CJ+C will develop a Power and Data location plan in coordination with the Client’s preferred furniture vendor. B. Client’s preferred furniture vendor will review and approve final documentation for construction with their proposed furniture package. DELIVERABLES 1. Scaled and dimensioned Power and Data Plan. 2. PURCHASE ORDER COORDINATION & PUNCH LIST A. CJ+C will coordinate with Furniture Vendor to finalize specifications/ finishes for the creation of Purchase Orders. B. Purchase Order creation, review and management is done by Furniture Vendor. A. CJ+C will conduct a walk-through and punch list of furniture after installation is completed with Furniture Vendor and Client. Furniture Vendor is responsible for documenting Punch List and addressing any outstanding issues. ASSUMPTIONS Carrier Johnson understands the project assumptions as follows: We understand that the Client has a preferred Furniture Vendor selected. CJ+C can assist in Furniture Vendor selection at an additional hourly rate if requested. Furniture Design scope is based on early assumptions based on preliminary square footage amounts and building descriptions provided by the initial site plan. Changes to these above-described assumptions in the Furniture General Project Description may result in additional services. CLIENT RESPONSIBILITIES Client agrees to provide architect the following: Client will be purchasing all goods/ furnishings directly from preferred Furniture Vendor and pay all freight, taxes and installation charges directly to Furniture Vendor. CJ+C can provide Furniture Procurement services in a separate agreement once the space plan is determined and approved by Client. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) Orion Center Design Services Proposal No. RFP24-2279FAC February 25, 2024 EXCLUSIONS Services not included at this time but available upon request in a separate agreement: 1. Design, specification and coordination of art and accessories 2. Design and Specification of technology (IT) equipment and accessories 3. Selection of Client’s Preferred Furniture Vendor 4. Furniture Specification and Warranty Information package 5. Furniture Inventory. 6. Furniture Fixtures & Equipment Purchase Order & Procurement. 7. Exterior Furnishing design and specifications. 8. Restroom/ Locker Room furniture. 9. Photorealistic Renderings. 10. Branding DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + 185 west f street suite 500 san diego ca 92101 I phone 619.239.2353 I fax 619.239.6227 I www.carrierjohnson.com PSA24-2410FAC Exhibit "B"(continued) Orion Center Design Services | Proposal No. RFP24-2279FAC | 1 Orion Center Design Services Fee Proposal Proposal No. RFP24-2279FAC Carlsbad | CA November 22, 2023 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B(continued)" Orion Center Design Services | Proposal No. RFP24-2279FAC | 3 Staff Hours + Fee Rates Staff Hours + Fee Rates Not-to-ExceedFee Not-to-ExceedFee Not-to-ExceedFee Not-to-ExceedFee Not-to-ExceedFee $5,400.00 $24,210.00 $27,740.00 incorporated below - $290 $265 $265 $280 $215 $190 $250 $200 $165 $145 $200 $165 85 80 80 34 48 30 40 20 19 85 43 86 70 50 29131 150 220 131 65 133.5 230 150 65.5262 40 8 262 131 40 8 8 533 54.5 62 33 16 50 62 20 24131 20 7 131 65 19 7 - 8 $165 $170 $145 $170 $1409 12 12 9 13 13 49 50 20 40 26 49 75 100 60 75 151 40 8 151 19 59 32 19 75 20 2 75 12 16 14 12 19 30 40 19 37 10 4 37 5 20 18 5 19 8.5 2 19 $35,100.00 $48,460.00 $38,920.00 $11,980.00 - $54,000.00 $96,895.00 $112,120.00 $14,570.00 $5,000 $108,000.00 $24,210.00 $6,520.00 $57,470.00 $11,800.00 $13,500.00 $36,312.50 $41,120.00 $3,975.00 $1,050.00 $54,000.00 $12,182.50 $4,565.00 $11,925.00 $3,200 - - - -- Shane Noel Louis Abbott Joe Dews Amber Lake Andrea Romano Justin Peterson Rae Ferriolo Alexandra Trofimov 101 96.5 90 28 382 309 148 219 Staff Engineer Ben Noriega Brian Snow Kevin Vankham 641 378.5 443 412 Staff Drafter Conrad Gonzalez Hamza Saleem Manny Carreon Mauricio Vitela 321 358.5 417 248 150.5 Structural Engineering Mechanical / Plumbing Engineering Electrical Engineering Landscape Architecture Irrigation Consultant Allowance KPFF Coffman Coffman Carrier Johnson 1.0 City Review Meetings / Design Charrettes 1.0 City Review Meetings / Design Charrettes 3.0 Design Development 3.0 Design Development 2.0 Schematic Design 2.0 Schematic Design 4.0 Construction Documents 4.0 Construction Documents 5.0 Permitting + Bid Assistance 5.0 Permitting + Bid Assistance 6.0 Construction Administration 6.0 Construction Administration $242,270.00 $230,985.00 $21,050.00 $125,970.00 Total Fees + Hours Total Fees + Hours Total Staff Hourly Rates Staff Hourly Rates Staff Hourly Rates Staff Hourly Rates fee proposal Orion Center Design Services Request for Proposal #RFP24-2279FAC 3.0 Design Development 3.0 Design Development 2.0 Schematic Design 2.0 Schematic Design 4.0 Construction Documents 4.0 Construction Documents 5.0 Permitting + Bid Assistance 5.0 Permitting + Bid Assistance 6.0 Construction Administration 6.0 Construction Administration 7.0 Close Out 7.0 Close Out Staff Hours + Fee Rates Not-to-ExceedFee $40,366.00 $344,225.00 $69,150.00 $783,410.00 $635,519.00 $90,000.00 $305,000.00 N/A Katee Chard John Beck 40 80 306 80 80 459 621 920 $235 $235 696 696 80 125 200 840 1948 3275 Dawn Zimmer - 20 - 92 $235 120 - - 232 AlejandroGutierrez Maria Lopez Architect(Support)Arch. Job Captain -40 -18 225 180 -100 40 80 -18 252 198 920 920 $250 $235 $200 $115 20 225 696 696 - 40 22 - - - 160 600 577 745 1616 2512 Architecture & Interiors Carrier Johnson 1.0 Review of Site Conditions 3.0 Schematic Design 2.0 City Review Meetings/Design Charrettes 4.0 Design Development 5.0 Construction Documents 6.0 Permitting and Bid Assistance 7.0 Construction Administration Staff Hourly Rates $20,000.00 8.0 Record Drawings $2,287,870.00 $65,000.00 Total Fees + Hours Reimbursable not to Exceed $8,000.007.0 Record Drawings $104,920.00Subtotal + Hours $278,000.00Total Fees + Hours $8,000.007.0 Record Drawings * CA fee includes record drawings * * CA fee includes record drawings * Job ain Jr. Designer (Support) - 419 - - $115 - - - 419 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + carrierjohnson + CULTUR:I Orion Center Design Services | Proposal No. RFP24-2279FAC | 5 fee proposal Orion Center Design Services Request for Proposal #RFP24-2279FAC Fee (NTE)Reimbursable (NTE) 2,287,870.00 65,000.00 Landscape Architecture 104,920.00 Irrigation Consultant 21,050.00 Structural Engineering 278,000.00 Mechanical / Plumbing Engineering 242,270.00 Electrical Engineering 230,985.00 Fire / Life Safety 40,220.00 Civil & Land Survey 362,045.00 Geotechnical 26,500.00 Telecomm / ESS 173,047.50 Cost Estimation 100,976.00 Dry Utilities 46,225.00 Furniture Fixtures & Equipment (FF&E)35,100.00 NTE Fee Total 3,949,208.50 Reimbursable NTE 65,400.00 Architecture + Interiors Discipline NO T T O E X C E E D T O T A L F E E 00 400.0000 Staff Hours + Fee Rates Not-to-ExceedFee - $100,976 - - - - - Michael Mejia Sr. Cost Estimator -- 24 -- 264 -- $197 $187 -- -- 118.00 460.00 Estimator II - 152 - - $172 - - 568.00 Estimator I - 128 - - $162 - - 40.00 Cost Estimation OCMI 1.0 Review of Site Conditions 3.0 Design Development 2.0 City Review Meetings/Design Charrettes 4.0 Construction Documents 5.0 Permitting + Bid Assistance 6.0 Construction Administration $100,976Total Fees + Hours Staff Hourly Rates * CA fee includes record drawings * Staff Hours + Fee Rates Not-to-ExceedFee $10,340.00 $11,240.00 $14,480.00 $4,160.00 - - Aman Shah Reagan Lawson 16 33 16 16 38 56 -- $275 $180 4 17 -- 52.00 144.00 Fire / Life Safety Coffman $40,220.00Total Fees + Hours Staff Hourly Rates 3.0 Design Development 2.0 Schematic Design 4.0 Construction Documents 5.0 Permitting + Bid Assistance 6.0 Construction Administration 7.0 Close Out Staff Hours + Fee Rates Not-to-ExceedFee $20,760 $265 $200 $145 60 40 27 44 160 150 2 1 95 - -- $140 12 50 40 150 8.5 60 12 17.5 40 5 20 4 $29,497.50 $84,800.00 $3,455.00 $31,075.00 $3,460.00 - James Chen Joe Chang 98.5 320.5 Ben Verchick 357 Mauricio Vitela 222 Telecomm / ESS Coffman $173,047.50Total Fees + Hours Staff Hourly Rates 3.0 Design Development 2.0 Schematic Design 4.0 Construction Documents 5.0 Permitting + Bid Assistance 6.0 Construction Administration 7.0 Close Out 1.0 Update Geotechnical Report 2.0 Review of Plans and Specifications: 3.0 Virtual meetings: Total Fees Not-to-ExceedFee $20,000 - $4,000 - $2,500 - $26,500 Geotechnical Nova Staff Hours + Fee Rates Not-to-ExceedFee $66,950.00 $36,050.00 $190,275.00 $24,720.00 $5,665.00 $4,635.00 John Arenz Armando Urquidez Gilbert Madrid Seth Santa Maria 16 65 105 45 50 9 46 65 90 200 445 423 3 5 10 8 $250 $225 $160 $145 9 38 58 32 3 3 12 16 52.00 144.00 144.00 144.00 Civil & Land Survey Coffman Staff Hourly Rates 3.0 Design Development 2.0 Schematic (includes topo. & util. location) 4.0 Construction Documents 5.0 Permitting + Bid Assistance 6.0 Construction Administration 7.0 Close Out $8,000.008.0 SWPP *Fee (NTE)Reimbursable (NTE) 2,287,870.00 65,000.00 Landscape Architecture 104,920.00 Irrigation Consultant 21,050.00 Structural Engineering 278,000.00 Mechanical / Plumbing Engineering 242,270.00 Electrical Engineering 230,985.00 Fire / Life Safety 40,220.00 Architecture + Interiors Discipline AL F E E Not-to-ExceedFee $46,225 - DRY UTILITIES TDUG Total Fees $46,225 Not-to-ExceedFee $35,100 - FF&E CJ+C Total Fees $35,100 $65,000.00Reimbursable not to Exceed $400 $10,300.009.0 Water Redesign $15,450.0010.0 ROW Dedication $362,045.00Total Fees + Hours* CA fee includes record drawings 400. DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + carrierjohnson + CULTUR:I Orion Center Design Services | Proposal No. RFP24-2279FAC | 7 hourly rateshourly rates Hourly Rate Schedule ARCHITECTURE / ENVIRONMENTAL DESIGN / PLANNING Title Hourly Billing Rate Design Principal/Managing Partner $340.00 Principal $280.00 Associate Principal/ Sr. Project Manager $250.00 Sr. Associate/Sr. Project Architect/Sr. Interior Designer $235.00 Project Manager/Project Architect/Project Lead/Interior Designer $200.00 Project Designer $165.00 Designer $140.00 Jr. Designer/Jr. Interior Designer/Technical Support $115.00 Administrative Support/Intern $ 95.00 1. Consultants are billed with a 20% mark-up to cover additional time associated with coordinating their services. 2. Actual out-of-pocket expenses for travel, reproduction, photography, messenger, etc. are billed with a 15% mark-up to cover the administrative costs of handling these items. Direct billing to client accounts is another viable option. 3. Billing Rates are subject to revision every six months. 4. CASP Fees available upon request. 5. Expert Witness Rates available upon request. Hourly Billing Rates Effective January 2023 CLASSIFICATION CIVIL / STRUCTURAL / MECHANICAL / ELECTRICAL FIRE PROTECTION & CODE Principal III $295 $305 Principal II / General Manager $275 $295 Principal I $265 $275 Senior Discipline Manager $250 $260 Senior Discipline Engineer $235 $250 Senior Project Engineer $240 - Senior Project Manager $225 $240 Discipline Engineer $218 - Senior Engineer $200 $230 Project Manager $190 $190 Engineer III $180 $205 Engineer II $160 $180 Engineer I $145 $155 Engineering Intern $105 $105 Senior Consultant -$245 Senior Engineering Tech -$235 Engineering Tech III -$160 Engineering Tech II -$150 Engineering Tech I -$120 Senior Designer $170 - Designer III $150 - Designer II $140 - Designer I $117 - Drafter II $109 - Drafter I $100 - Administrative Supervisor 1 $93 $93 Clerical $85 $85 These rates are effective through December 2023. F:\01 Agreement and Proposal Forms\04 Standard Hourly Rates\2023\SD_2023 Hourly Billing Rates_ALL DISCIPLINES.docx DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + + I-archolectuoe • envlrt1M1an1 • t,rana strarngy -gr;,pn,cs carrierjohnson + cuLTUR3 ll!'i west tstreet suite 500 """ ,1I1!i<l c.a n IIJI phone 619.239.2353 I fa, 619 239 6227 www c.•rieqalinson tom .A. COFFMAN ~E N GINEERS l45fi frilze~ 'RM.O, Suire O I Si'.11'1 Dlogci c.A 92101=1 Phone 619.232.41173 carrierjohnson + CULTUR:I www,cottm.11111"1.corn Orion Center Design Services | Proposal No. RFP24-2279FAC | 9 hourly rates hourly rates Attachment A HOURLY RATE SCHEDULE KPFF San Diego 2023 PRINCIPAL-IN-CHARGE ................................................................. $290 SENIOR PROJECT MANAGER ........................................................ $235 PROJECT MANAGER ..................................................................... $215 PROJECT ENGINEER ...................................................................... $180 DESIGN ENGINEER ....................................................................... $165 PROJECT DRAFTER ....................................................................... $190 DRAFTER / CAD OPERATOR .......................................................... $165 ADMINISTRATIVE/SECRETARY ..................................................... $110 Note: Hourly rates will be updated on an annual basis throughout the duration of the project and services will be billed at the hourly rates in place at the time the service is provided, with Client approval. 2150 W Washington St, 619.291.4600 t Suite 203 ocmi.com San Diego, CA 92110 Professional Rates Fee Schedule 2023 Title Hourly Rate Management Cost Manager $192 Senior Professional Senior Estimator $182 Professional Cost Estimator II $167 Cost Estimator I $157 Rates are valid through December 31, 2023 DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 + + carrierjohnson + CULTUR:I cc lqJff OCMI,Inc. Ray Varela President, Design Principal 619.239.2353 ext. 465 949.939.2027 mobile rav@carrierjohnson.com DocuSign Envelope ID: E0005FFB-F157-4B22-9EFA-557B81A96EA5 PSA24-2410FAC Exhibit "B(continued)"