HomeMy WebLinkAbout2002-06-04; City Council; Resolution 2002-1591
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
26
RESOLUTION NO. 2002-159
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, CALIFORNIA,
AUTHORIZATION TO EXECUTE A PROFESSIONAL SERVICES
FOR APPROVAL AND
AGREEMENT WITH DUDEK AND ASSOCIATES, INC., FOR THE
SEGMENT, PROJECT NO. 3537.
NORTH AGUA HEDIONDA INTERCEPTOR SEWER-EASTERN
WHEREAS, the City Council of the City of Carlsbad, California, has determined it
necessary and in the public interest to enter into an agreement between Dudek and Associates,
Inc., and the City of Carlsbad. California, Project No. 3537; and
WHEREAS, Dudek and Associates, Inc., in performing the preliminary environmental and
design services for the North Agua Hedionda Interceptor Sewer, is uniquely qualified to perform
final permitting and design sewices for the Interceptor; and
WHEREAS, the level of activity contained in the scope of the consultant agreement
regarding CEQA is defined in (section) 15306 as Class 6, Information Collection, and is
categorically exempt from CEQA; and
WHEREAS, a mutually satisfactory fee for the services has been negotiated; and
WHEREAS, funds have been appropriated in the 2001-02 Capital Improvement Program
from sewer connection fees and sufficient funds are currently available; and
WHEREAS, the consultant agreement with Dudek and Associates, Inc., has been
prepared and is attached hereto.
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 proposal by Dudek and Associates, Inc., in the amount of $64,355 for the
permitting and design of the North Agua Hedionda Interceptor Sewer-Eastern Segment is
accepted and
Ill
Ill
Ill
Ill
Ill
I
approved.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
3. That the Mayor of the City of Carlsbad is authorized and directed to execute the
agreement between Dudek and Associates, Inc., and the City of Carlsbad for the environmental
documentation, permitting, and design of the North Agua Hedionda Interceptor Sewer-Eastern
Segment in the City of Carlsbad.
11
held on the 4th day of JUNE , 2002 by the following vote, to wit:
PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council
AYES: Council Members Lewis, K , Finnila, Nygaard, Hall
ATTEST:
M. WOOD, City Clerk
AGREEMENT FOR ENGINEERING AND
ENVIRONMENTAL SERVICES
(DUDEK & ASSOCIATES)
4k- T IS AGREEMENT is made and entered into as of the '20 ;d, day of , 2002, by and between the CITY OF CARLSBAD, a municipal
corpora ' n, ("City"), and DUDEK & ASSOCIATES, a California corporation,
("Contractor).
RECITALS
A. City requires the professional services of an Engineering Consultant that
B. Contractor has' the necessary experience in providing professional
C. Selection of Contractor is expected to achieve the desired results in an
D. Contractor has submitted a proposal to City and has affirmed its
is experienced in environmental permitting and pipeline design.
services and advice related to environmental permitting and pipeline design.
expedited fashion.
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services
(the "Services") that are defined in attached Exhibit "A". which is incorDorated bv this
;eference in aicordance with this Agreement's terms and'conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date
first above written. The City Manager may amend the Agreement to extend it for two (2)
additional one (1) year periods or parts thereof in an amount not to exceed sixty four
thousand three hundred fifty five dollars ($64,355) per Agreement year. 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.
1 City Attorney Approved Version #05.22.01
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be sixty four thousand three hundred fifty five dollars ($64,355). 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 thework and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished, .
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
2 City Attorney Approved Version Kl5.22.01
9. INDEMNIFICATION
Contractor aarees to indemnifv and hold harmless the City and its officers, officials, ~~
employees aGd volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein
caused in whole or in part by any willful misconduct or negligent act or omission 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 the Agreement.
~~ ~
IO. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to-property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating .
of not less than "A-:v".
10.1 Coveraaes and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney 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.
10.1.1 ' Commercial General Liabilitv Insurance. $1,000,000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits will apply
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000.000 combined single-limit per accident for bodily
injury and property damage.
3 City Attorney Approved Version #05.22.01 *
10.1.3 Workers' ComDensation and . EmDlover's Liability. Workers'
Compensation limits as required by the California Labor Code and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
1 oz2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability.
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providina Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach,
or may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid, from any sums due Contractor
under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. ' BUSINESS LICENSE
Contractor will obtain and maintain a City of Carfsbad Business License for the te'm of
the Agreement, as may be amended from time-to-time.
4
City Attorney Approved Version M5.22.01
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this Aareement. All records will be clearly identifiable. Contractor will allow a representativg of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
Dursuant to this Agreement is the property of City. In the event this Agreement is terminated, all woFk product produced by Contractor or its agents,’ employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor‘s records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement.
. For Citv: For Cpntr o : & Associates, Inc.
Title Public Works Director Name hankJ.Dudek
Department Public Works Title president
City of Carlsbad Address 606 7-itrrLD ST.
Address 1635 Faradav Avenue Carlsbad, CA 92008 Phone No. 7&0 / ‘942 Phone No. (760) 602-2730 -5137
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.
E~~CIUITAS. CX Qzoz.+
I
16. CONFLICT OF INTEREST
Citv will evaluate Contractor‘s duties Dursuant to this Aareement to determine whether
dishosure under the Political Reform Act and City’s Corkct of Interest Code is required
of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
5 City Attorney Approved Version #05.22.01
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's.agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way
affect the performance of the Services by Contractor. Contractor will at all times observe
and comply with these laws, ordinances, and regulations and will be .responsible for the
compliance of Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act
of 1986 and will comply with those requirements, including, but not limited to, verifying
the eligibility for employment of all agents, employees, subcontractors and consultants
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federa.laws and regulations
prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not otherwise
settled by agreement between the parties. Representatives of Contractor or City will
reduce such questions, and their respective views, to writing. A copy of such
documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative
receiving the letter will reply to the letter, along with a recornmended method of
resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City
Manager. The City Manager will consider the facts and solutions recornmended 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.
6 Cily Attorney Approved Version iW5.22.01
20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
Citv mav terminate this Agreement for nonperformance by notifying Contractor by
cehified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned. by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will nst 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.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not emDloved or retained any company or
person, other than a bona fide employee working for Contractor, to soliciior securethis
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in .this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, 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.
~~ ~
.7 City Attorney Approved Venion #05.22.01
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified. waived or
discharged except in a writing signed by both parties.
Ill
Ill
Ill
Ill
Ill
8
City Attorney Approved Version #05.22.01 -
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreepqt.
CONTRACTOR
DUDEK &ASSOCIATES, a
California corporation
/I
** m... /
ATTEST:
,/ Lhm
LORRAINE M. WOOD
City Clerk w
WAVL bed, br '%ECeEl74t2,Y
/.'
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a CorDoration, 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@) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
9 City Attorney Approved Version M5.22.01
dpersonally known to me -OR- 0 roved to me on the
evidence to be the asis of satisfactory
personk) whose nam IS/ e subscribed to t e wit In Instrument and P. v
acted, executed the instrument.
Witness my hand and official seal.
ISEALl
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
CAPA~ CLAIMED BV SIQNERISI
OFFlCERlSl mum
RIQHT THUMBPRINT IOptbndl
CAPACITY CLAIMED fiV SIQNERISI
OHDIVIDUALISI
&ORFURATE
OFFICERISI
1IIlUS
OPARTNERISI OLlMlTED
OATTORNEY H FACT
OTRUSTEEISI
OGUARDIANICONSERVATOR
OOTHER:
OQENERAL
DM c+Wi-E%
SIQNER IS REPRESENTINO:
IN.- of P.rsonI.1 or Enrkyliml
WLCOTTS FORM 03240 Rw. 3.04 !mi- cI_ 8.W QlSS4 WOLCOTTS FORMS. INC. UL PURPOSE ACKNOWLEDGMENT WTH YGN€R CAPACINRfPRfSfNTATIONlTWO FINGERPRINTS
EXHIBIT “A” t.
SCOPE OF SERVICES
North Agua Hedionda Interceptor Sewer Rehabilitation Project
.Eastern Segment, City of Carlsbad, California
UNDERSTANDING OF THE PROJECT
Based largely on the cmv@ations dkng and subsequent to the November 7,2001 meeting and
analysis provided in the Alternatives Analysis report drafted by DUD= the eastem half of the
project will consist of two asp-: rehabilitation of 20 degraded manholes and abandonment of six
manholes.
Engineering stafT at DTJDEK will prepire plans specificatioas for. the rehabilitation and
&dOmm~nt. ~vimmcntal staffwill provide necessary documentation to permit the project under
local, state, and federal environmental laws and regulations.
potential impacts rcJulting &om the project are limited to temporary impacts to wctlandi or sensitive
upland habitats without rxcayBtion or excnsivc noise. It appears therefore, that the proposed castem
project would qualify for a Categorical Exemption under the California Environmental Quality Act
(CEQA) and not rcquirc p&tting under the Federal Clean Water Act, federal and state Endangered ’
Species Act, or Califbmia Fish and Game Code.’ A detailed project description report and existing .
biological conditions rcpoxt ell be provided to the City for processing oftha categorical Exemption. . ’
(CDFG) to allow fir adequate public review.
Based on our expcricb with similar proj-, the following scope of services describes the tasks
and level of effort anticipated for the design and permitting phases of the project. It is recognized
that the scope may vary as the design and permitting transpire. Therefore, an additional or reduced
effort and fee may be appropriate to complete this scope. The City wili be notified immcdiacJy,
should direction-or &kt6 change.
’ and to the U.S. Fish and Wildlife Service (USFWS) dcalifomia Department of Fish and Game
SCOPE OF WORK - Environmental
TASK 1. Prepare Biological Resources Existing Condiblons Report
Based on the infomiation assembled during the biological sweys of the aliment,
DUD% will prepare a staud-alone Biological Resources Existing Conditions Report
suitable for inclusion as an Appendix to future documentation for a Categorical
Exemption. The Biological Resources Existing Conditions Report will consist of text,
graphics and appendices and will document survey metho.& and resultsand discuss
existing conditions m both a local and regional context. The report also will descnie
..
EXHIBIT “A” t.
SCOPZ OF SERVICES
North Agua Hedionda Interceptor Sewer Rehabilitation Project - Eastern Seclment, Ci& of Carlsbad, Callfornia
The ertimated cos% for thir task is ............................... S3,SOO.OO
TASK 2 Project Description Report
DUDE environmental staffwill coordinate with City and DUD= engineering to
descriie dctailcd proposed project implementation methods for the rehabitation and
&andom&. of manholes in the eastem segment. The project description report will
rely on the Biological Resource Existing Conditions Report for baseline data The.
proposed project description will be analyzed in tcrms of potential direct and indirect
impacts to biological resources. Avoidance and miaimization measures will be
recommended to reduce potmrial impacts to less than significant under state and
federal regulations. The proposed project shall not have an significant impacts and
themfm no mitigation will be required. A dratt of the project description report will
be provided to the City for comment prior to submittal of a 6nal report suitable for
inclusion in documentation for the Categorical Exhnption. This task also includes
coordination with the City plmnhg &in issuance of Categorical Exemption and up
to two meetings with City and CMWD staff.
TJae.estimated cost for air tiuk is .............................. .57,000.00
TASK 3. Application for Exemption From Seetion 1601 Streambed Alteration Agreement
DUDE will submit to the CDFG an application for a Section 1601 Streambed
Alteration Agreement. The application will include a the existing conditions and
project dcscriptim reports. as well as figures and the CDFG application foxm
DUDE will coordinate with the CDFG staff to verify that an Agreement is not
required by California Fish and Game Code due to the limited potential for adverse
impacts. This task does not include negotiation or submittals required to obtain a
Section 1601 Streambed Alteration Agreement.
The estimated cosi for this task is ................................. $3,000.00
May 2002 279&09/10
North Agua Hedlonda Interceptor Maintenance Access Road Page 3
EXHIBIT “A” f
SCOPE OF SERVICES. .
North Agua Hedionda Interceptor Sewer Rehabilitation Project
.Eastern Segment, City of Carisbad, California
TASK 4. Inllormd Consultation with Usms
It is anticipafed that the final project description will include potential indirect
disturbance of the federally-listed endangered least Bell’s vim (Vireo bdIipusiIIus),
breeding location sites and thereforc will require con6ultation with the USWS
pursuant to the federal End=@ Species Act. ‘he to the limited nature of impacts
and the ability to avoid construction-related disturbances draing the &eo beeding
season, an informal consultation will likely satis@ Endangered Species Act requirements. DUD= will facilitate the infbrmal consultation by submitting
dooummts which would be wed by USFWS staff to determine the potential t& affect
a listed species. DUD~K W~II al~o coordinate witb USWS staff in the prodessing of
the Section 7 informal tonrmltatiolL coordinaton will include phone calls, meetings,
and providing mattrials related to the project.
please nots &at a formal consultation may required if a ddcrminaton ofpotential
affect is made by the USFWS. In this case, formal documentation would be required
which is ourside of the scope of the task presented hue.
me estimated cost for this twk is ............................... S3,00@00
TASK 5 Alternative Analyais heparation
The alternative analysis which was prepared in November 2001 will be revised to
include the ament rehabilitation only altdve as well as to include estimated costs
for.various re-route dtematives. The rev@cd Alternatives Analysis report will be a
stand-alone document discussing the Eastern Segment of.& North Agua Hedionda ..
Sewer rehabilitation project.
EXHIBIT “A” j-
SCOPE OF SERVICES
.
North Agua Hedionda Interceptor Sewer Rehabilitatian Project
.Eastern Segment, City of Carlsbad, California
TASK 6.
TASK 7.
hoject Management and Coordination
As part of tbjs task, the DUD= project manager will be responsible for regular
communications with City staff regarding the status of work tasks, decisions to be
made and issues to be resolved. Also included in this task, is work related to scope.
changes and contract negotiations
fie estimated costfor this task is ............................... ~5,000.00
Miscellaneous Services
This will dl additional wd as approved by the City.
The estimated cost for this task is ............................... $4,000.00.
SCOPE OF WORK - ENGINEERING
TASK 8.
TASK 9.
Project Management
DUDEK’s project manager will meet with the City staff to discuss the methods of
rehabilitation md abandonment and determine the best way to bid the project.
Coordination with DUDE’S EnviKmmental Division for preparing the plans &
specifications will be iucluded in this task.
The’atimated cost for tha3 task & ................................ $5,090.00’
Design
DUDEK will prepare plans detailing the repair and rehabilitation of 20 manholes
bdween Manhole 46 and Manhole 59. Manhole 66A will be abandoned by sealing the
cover, but rehabilitation will not be necessary. Manholes 57,58,60,61,63, and 65,
will be rehabilitated and abandoned by sealing the covers. The City will provide the
border for the plans (in ACAD, if available).
May 2002 279849110
Nom Agua Hedlonda Interceptor Msintemsa Accsss Road Page 5
EXHIEIT "A" 5
SCOPE OF SERVICES
North Agua Hedionda Interceptor Sewer Rehabilitation Project
-Eastern Segment, City of Carlsbad, California
me specifications for rehabilitating or abaudoning manholes will be prepared for
bidding purposes; The specifications adbidding documents will be prepared using
standard CSI format. The hnt-end documents will be provided by'the City.
me estimated cost for this task is ............................... $20,565.00
TASK 10- Reroute Investigation
A potential muting of the sewer hm Manhole 59 will be investigated including
cootdination with a geotechaid crew and San Diego Gas aud Electric (SDG&E).
The estimated cost for this task b ............................. i . $2,~00.00
TASK 11. MisceUancour Services
"A" .%
SCOPE OF SERVICES
North Agua Hedionda Interceptor Sewer Rehabilitation Project
.Eastern Segment, City of Carlsbad, California
Not included in this proposal are: biological survoys, non-biological technical reports, wetland
permit acquisition, and/or preparation of a Biological Assessment If 60 desired, these additional
savices can be performed aid will be charged on a time and materiat basis beyond 'the fee indicated.
Please feel frea to call me at (760) 942-5147 ifyou have any questions.
~, . . .. . _,, ..: .,,. .. . i: ,'., , . . , . . . . . . . . ..,. .. , . ..