Loading...
HomeMy WebLinkAboutAECOM TECHNICAL SERVICES INC; 2014-12-15; PEM809PEM809 AMENDMENT NO. 2 TO AGREEMENT ENVIRONMENTAL AND DESIGN SERVICES (AECOM TECHNICAL SERVICES, INC.) JThis Amendment No. 2 is entered into and effective as of the day of /LccuxSt' , 2012, amending the agreement dated December 15, 2010 (the Vkgreement") by and between the City of Carisbad, a municipal corporation, ("City"), and Aecom Technical Sen/ices, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for design and entitlements to perform dredging of Agua Hedionda and Calaveras Creeks. RECITALS A. On March 1, 2012, the Parties executed Amendment No. 1 to the Agreement to perform additional studies and update the final plans as required by the US Army Corps of Engineers; and B. The Parties desire to alter the Agreements scope of work to perform additional studies and implement revisions to the improvement plans to implement new requirements and changed conditions; and C. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those sen/ices contained in the Agreement, as may have been amended from time to time, Contractor will provide those sen/ices described in Exhibit "A". 2. City will pay Contractor for all work associated with those sen/ices described in Exhibit "A" on a time and materials basis not-to-exceed two hundred twenty two thousand forty seven dollars ($222,047). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, houriy rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by December 14, 2013. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. /// /// City Attorney Approved Version 5/12/11 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR AECOM TECHNICAL SERVICES, INC., a CallforniapCorporatlon (sign here) Eric Wilson/Vice President CITY OF CARLSBAD, a municipal corporation of the State of California ^ Mayor By: (print name/title) ATTEST: (sign here) Robyn L. Miller/Secretary (print name/title) LORRAINE M City Clerk .WOOD /;^v5.?.^.^o\ If required by City, proper notarial acknowledgment of execution by Contracfor/»ii7jusf be attached. If a corooration. 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: RONALD R. BALL, City Attorney Assistant City Attorney City Attorney Approved Version 5/12/11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of _ On %q<Ji&V (ft Z0S2. before me, • J Date I personally appeared Here Insert Name and Title oJthe Officer / Name(s) of Signer(s) LETICIA CISNEROS Commission # 1915900 Notary Public - California Los Angeles County ^My Comm Exnirpc n,. ^ ""11 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personals) whose namefS) is/a>^ subscribed to the within instrument and acknowledged to me that he/§|i4e/fh«^ executed the same in his/IWtPtsir authorized capacity(lB^, and that by his/l\r/tTr^ir signature(^ on the instrument the person(sO. or the entity upon behalf of which the person(^si acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document _ ^ , Title or Type of Document: Document Date: o^2.^"^^^ Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ ffl Corporate Officer - Title(s):_VUs_M^dldt • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of. On CKvKav\!>,V ^.^^'Z. before me, J Date J personally appeared Vg-ft6q\ C\^^CQ,% ^<^W>J Here Insert Name and Title /Sf the Officer / Name(s) of Signer(s) LETICIA CISNEROS Commission # 1915800 Notary Public - California J- xgii^/ Los Angeles County 2 ^'^^ My Comm. Expires Dec 7 20141 who proved to me on the basis of satisfactory evidence to be the person(^ whose name(^^ is/cM;Q subscribed to the within instrument and acknowledged to me that h^she/th^y executed the same in htS^her/thso; authorized capacity(ife^, and that by Iti^her/thissir signature(SO on the instrument the person(is;i, or the entity upon behalf of which the person(^acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signati(ire:^ OPTIONAL .Qinnatiiro nf ^ Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: SWnAcnyVr Z. \Q Aygotc^ ^v\av\r>^V^^ qsnjj- ^Vfp Document Date: ^-3'\Z ^^'^'^ C <^5^ Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Py^vjO VAiSttC Incorporate Officer — Title(s): S?x^lt\af'^ • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: ^Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 AS'^rO/UI AECOM 619.233.1454 tel 1420 Kettner Boulevard 619.233.0952 fax Suite 500 EXHIBIT "A" San Diego. CA 92101 www.aecx)m.com July 16, 2012 Mr. Sherri Howard City of Carisbad 1635 Faraday Avenue Carisbad CA, 92008 Subject: Contract Amendment No 2 for the Agua Hedionda Creek and Calavera Creek Channel Improvements Project; AECOM Project Number 60211529 Dear Ms. Howard: As the Agua Hedionda Creek and Calavera Creek Channel Improvements Project continues to move toward completion, the City of Carisbad (City) has requested additional work from the AECOM team that is not covered under our existing contract. With this letter, AECOM respectfully requests an amendment to our contract. This amendment addresses additional work requested of the AECOM team for both engineering and environmental tasks, as described below. Additional Engineering Tasks Brown & Caldwell will perform additional engineering work requested by the City to finalize project plans, and prepare for and assist with the City's contractor bid process. Brown & Caldwell's scope, fee estimate, and schedule estimate are detailed in the attached letter, dated July 6, 2012. Out-of-scope tasks include responding to additional plan-check comments from the City and the U.S. Army Corps of Engineers beyond those considered in their original scope, incorporating additional information into the plan set that was not anticipated in their original scope, and updating construction cost estimates accordingly. Two tasks from their original scope—preparation of a Storm Water Pollution Prevention Plan and support of the City's bid process—have not yet commenced, but part of the budget anticipated for these tasks has been used for prior out-of-scope design work requested by the City and, as a result, additional budget is needed to accomplish these tasks. Brown & Caldwell estimates the total cost for the remaining work to be $93,954. Remaining budget for their work is $8,613. Brown & Caldwell proposes to reallocate the existing budget and requests the difference in this contract amendment, equal to $85,341. Additional detail on their scope, fee estimate, and schedule is provided in Attachment 1 The City has also requested flood analysis of the two creeks to determine existing and post- project sediment transport trends, which was not covered under our prior contract for this project. AECOM proposes to initiate a subcontract with Chang Consultants (Chang) for this specialized engineering work. Chang's fee for this work is $20,000 (Attachment 2) ^ Please note that Brown & Caldwell's schedule, which estimates that the project would go out for bid in September, with a contract award in December, is only possible if CEQA compliance is achieved with an EIR Addendum rather than a Supplement to the EIR (see AECOM scope in Attachment 3). Ms. Sherri Howard City of Carisbad July 16, 2012 Page 2 Engineering Services Amendment Request Brown & Caldwell: $85,341 Chang Consultants: $20,000 Total: $105,341 Additional Environmental Review and Documentation Tasks Drainage improvements to Agua Hedionda and Calavera Creeks were evaluated at a project level as part of the Drainage Master Plan Environmental Impact Report certified in 2007 (2007 EIR) pursuant to the California Environmental Quality Act (CEQA). In the time since the 2007 EIR was published, the City's Utilities Engineering Division has modified the subject project and plans to implement improvements that differ from those assessed in the 2007 EIR. Changes include installation of riprap on both sides of Agua Hedionda Creek for approximately 3,000 linear feet (rather than bank stabilization via slope-treatment material), installation of riprap drop structures In place of gabion drop structures at Agua Hedionda Creek, and installation of riprap between gabion drop structures in Calavera Creek. The City Planning Department issued a memorandum to the Utilities Engineering Division on April 10, 2012, noting that the changed project will require additional environmental review and CEQA documentation. The Utilities Engineering Division has requested that AECOM evaluate the revised project under CEQA. This work was not covered in our prior scope and fee estimate, so we are requesting a contract amendment to conduct this out-of- scope work. In addition, AECOM respectfully requests an augment to our Part 5 (Other Requirements) budget to cover additional internal project management for the newly added tasks and additional sub-consultant management for the additional engineering work. Both a detailed scope of work and associated fee estimate for AECOM are included in Attachments 3 and 4, respectively. In addition, AECOM has provided an updated rate sheet in Attachment 5, valid through December 2013. Environmental Services Amendment Request AECOM: $116,706 The prior approved contract fee, requested amendment fee, and total contract fee by consultant are summarized in Table 1 below. Table 1. Contract Summary, With Approval of Amendment No. 2 Brown and Caldwell Chang Consultants AECOM Total Existing Contract $186,863 $166,086 $352,949 Contract Amendment No. 2 $85,341 $20,000 $116,706 $222,047 Total Amended Contract $272,204 $20,000 $282,792 $574,996 AsCOM Ms. Sherri Howard City of Carisbad July 16, 2012 Page 3 Schedule AECOM's fee estimate for their work is based on the schedule stated below, which assumes CEQA compliance is achieved by a Supplement to the EIR, as described in Attachment 3. If CEQA compliance is achieved by an EIR Addendum, the schedule for compliance would be substantially shorter. Notice to Proceed: Aug 6, 2012 Visual simulations and technical analysis (5 weeks): Sept 7, 2012 City review and consideration of CEQA approach (2 weeks): Sept 21, 2012 Admin draft of Draft SEIR (4 weeks from confirming approach): Oct 19, 2012 Public review draft of Draft SEIR (8 weeks, incl. 2 review rounds): Dec 14, 2012 Public review period (30 days, assumes approval of short review): Jan 25, 2013 Responses to comments (5 weeks, including 1 review round): Mar 1, 2013 Admin draft of Final SEIR (2 weeks): Mar 15, 2013 Final SEIR (7 weeks, including 2 review rounds): May 3, 2013 MMRP and Findings (3 weeks, overiaps with last Final EIR round): May 17, 2013 If unforeseen developments prolong the project beyond this completion date, AECOM may need to discuss additional scope and budget requirements with the City. In summary, the AECOM team is requesting a total of $222,047 to perform out-of scope- work requested by the City. The current contract value is $352,949. With this amendment, the amended contract value would be $574,996. AECOM greatly appreciates the opportunity to continue to support the City on this important flood control project. Should you have any questions regarding this contract amendment request, please do not hesitate to contact either of us at 619-233-1454. Sincerely, Michelle Fehrensen Teri Fenner AECOM Project Manager Principal Attachments: 1. Brown and Caldwell Scope and Fee Letter (07/06/12) 2. Chang Consultants Scope and Fee Letter (07/09/12) 3. AECOM Amendment No. 2 Scope of Work 4. AECOM Amendment No. 2 Fee 5. AECOM 2012/2013 Rate Sheet Agua Hedionda Contract Amendment 2 final ATTACHMENT 1 BROWN AND CALDWELL SCOPE AND FEE LETTER (07/06/12) 9665 Chesapeake Drive. Suite 201 San Diego, Califomia 92123 Tel: (858)514-8822 Fax: (858) 514-8833 www.brownandcaldwell.com July 6, 2012 Letter Agreement Ms. Michelle Fehrensen, Project Manager AECOM, Inc. 1420 Kettner Boulevard, Suite 500 San Diego, California 92101 44/071081-020 Subject: Proposal for Agua Hedionda & Calavera Creeks Dredging and Improve- ments Project - Amendment No. 4 - DRAFT Dear Michelle: In accordance with the City of Carlsbad's (City) request, Brown and Caldwell (BC) is pleased to submit this Scope of Work and Fee Estimate for the additional work required to complete the subject project, including responses to comments received from the City and the US Army Corps of Engineers (USACE). The work includes the preparation of a final set construction drawings, specifications, construction cost estimate, a Storm Water Pollution Prevention Plan (SWPPP), and other construction bid support sen/ices. Scope of Services This letter agreement's scope of services, to be performed by Brown and Caldwell to satisfy the City's request, are described in the following tasks: TASK 1 - Finalize Construction Drawings BC will finalize the construction plan set drawings to incorporate City and USACE com- ments. BC will provide a draft set of plans for City review and one complete set of final drawings on Mylar, standard size, with City title block ready for City signature, will be provided. Specific activities associated with this task include the following. Cutoff wall designs and associated plan updates (for cutoff walls at proposed riprap drop structures) Incorporation of additional existing improvement plan information Design of overside drains and storm drain connections to Agua Hedionda Creek Design and analysis of riprap drop structures to replace Calavera Creek gabion structures (including associated updates to the plans) Regrading of area near masonry wali to avoid property iine and utility conflicts Sediment transport study coordination with subconsultant (sediment transport study to be conducted via separate contract) Updates regarding channel riprap between Ei Camino Real and Cannon Road Inclusion of additionai channel cross section locations Design of riprap transition areas along side slopes Design of disposal area and analysis of access issues 1^ Ms. Michelle Fehrensen, Project Manager July 6, 2012 Show details of existing paved access road Additional research regarding potential utility conflicts Identification of channel limits of work Preparation of an additional Plan Sheet providing Construction Notes Remove references to Vmax erosion protection Vicinity Map revision Tree Map update to clarify tree size and type as well as minor regrading TASK 2 - Final Construction Specifications Construction specifications will be revised based on current design requirements (2009 "Greenbook") or equivalent and the revised construction plan set. One draft and one final set of specifications (8.5" by 11" format) will be provided along with one electronic final version on CD. This task includes preparation of technical specifications only, and does not include preparation of Front End or Proposal Documents. TASK 3 - Develop Stormwater Pollution Prevention Plan (SWPPP) It is understood that the Agua Hedionda Dredging project wiil require complex construc- tion staging and an effective erosion and sediment control plan. To address these issues, BC will develop a SWPPP that will phase dredging and construction activities, identify temporary stockpile locations and contractor staging areas (subject to City approval), and provide effective deployment of best management practices (BMPs). The City will submit the required permit application, along with a copy of the SWPPP, to the California Regional Water Quality Control Board for review, approval, and issuance of an approved construction permit. Ten (10) copies ofthe approved SWPPP will be prepared and submitted to the City. The City will be responsible for the cost of all associated permit application and processing fees. It is assumed that the SWPPP will be accepted as submitted and no response to regulatory agencies will be required. TASK 4 - Update Construction Cost Estimate Brown and Caldwell will prepare an updated construction cost estimate based upon the final set of construction plans and a September 2012 bidding timeframe. TASK 5 - Provide Bid Support Brown and Caldwell will provide support during the bid period, concluding with award of the project. Support services during this phase ofthe project will include attending the pre-bid meeting, responding to bid questions to provide engineering clarifications, and, as applicable, preparing addenda to drawings and specifications related to the construc- tion bid package. Brown and Caldwell will accept questions from construction contrac- tors at the pre-bid meeting. All responses will be provided as soon as practical (in electronic format) to minimize delays with the bid process. It is assumed that one pre- bid team meeting will be required. Brown and Caldwell has budgeted responses to six (6) inquiries, via electronic media, revisions to a maximum of two (2) drawings, and one addendum preparation and distribution to all plan holders, if required. TASK 6 - Project Management This task consists of providing project management during the execution of this amendment including setting up contracts, day to day management of the project, Ms. Michelle Fehrensen, Project Manager July 6, 2012 setting up project files, miscellaneous correspondence, and preparing and reviewing invoices. TASK 7-Attend Meetings and Participate In Conference Calls Brown and Caldwell will attend 4 in-person meetings with City and/or regulatory staff as well as 8 conference calls with the City. Meeting minutes preparation is not included. Deliverables • Draft construction plan set • Final construction plan set in mylar and digital format • Draft specifications • Final set of specifications in hard copy and digital format • Stormwater Pollution Prevention Plan (SWPPP) in hard copy and digital format • Final construction cost estimate • Written responses to questions from pre-bid meeting Compensation Brown and Caldwell proposes to complete the Scope of Services described above on a time-and-materials not to exceed $93,954. For this amendment, however, we are requesting $85,341, which is the difference between $93,954 and our remaining budget as of July 3, 2012 of $8,613. Table 1 ITEM Hrs Hrly Rate Fee Labor Principal-in-Charge 4 236 944 Project ManagerA/ice President 8 236 1,888 QA/QC/Managing Engineer 30 219 6,570 Design Manager/Cost Estimator 163 196 31,948 Principal Engineer/Designer/Estimator 161 189 30,429 Sup Drafter/Engineer III 134 148 19,832 Accountant ll/Proj Assistant 8 107 856 Labor Subtotal 508 92,467 Other Direct Costs (mileage, report copying, binders, mylars, and CDs) 1,487 Total 93,954 Budget remaining as of 7/3/12 (8,613) Proposed Amendment 4 Total 85,341 Ms. Michelle Fehrensen, Project Manager July 6, 2012 Table 2 Task Kanetis ($236) Occiano ($236) Galang ($219) Gordon ($196) Mosolgo ($196) Finnerty ($189) Foged ($189) Stiles ($148) Bennetts ($148) Surio ($107) 1 4 65 123 38 86 2 8 8 8 3 24 8 32 4 2 16 2 5 16 20 8 8 6 4 8 8 7 12 Total 4 8 30 44 119 123 38 102 32 8 92,467 944 1.888 6.570 8,624 23,324 23,247 7,182 15,096 4,736 856 Task 1 - Finalize Construction Drawings Estimated Hours = 316 Estimated Labor Fee = $56,773 Task 2 - Final Construction Specifications Estimated Hours = 24 Estimated Labor Fee = $4,888 Task 3 - Develop SWPPP Estimated Hours = 64 Estimated Labor Fee = $10,624 Task 4 - Update Construction Cost Estimate Estimated Hours = 20 Estimated Labor Fee = $3,966 Task 5 - Provide Bid Support Estimated Hours = 52 Estimated Labor Fee = $10,176 Task 6 - Project Management Estimated Hours = 20 Estimated Labor Fee = $3,688 Task 7 - Meetings and Conference Calls Estimated Hours = 12 Estimated Labor Fee = $2,352 Total Estimated Hours = 508 Total Estimated Labor Fee = $92,467 The proposed project schedule, which is subject to change per direction of the City and which assumes a project start date of July 17,2012, is included below and as an MS Project format attachment to this proposal. Task 1 - Finalize Construction Document Anticipated Start Date - July 17, 2012 Anticipated Completion Date - August 31,2012 Ms. Michelle Fehrensen, Project Manager July 6, 2012 Task 2 - Finalize Construction Specifications Anticipated Start Date - August 17, 2012 Anticipated Completion Date - August 31, 2012 Task 3 - Develop SWPPP Anticipated Start Date - August 10, 2012 Anticipated Completion Date - August 31, 2012 Task 4 - Update Construction Cost Estimate Anticipated Start Date - September 4, 2012 Anticipated Completion Date - September 14, 2012 Task 5 - Provide Bid Support Anticipated Start Date - September 17,2012 Anticipated Completion Date - December 17, 2012 Task 6 - Project Management Anticipated Start Date - July 17, 2012 Anticipated Completion Date - December 31, 2012 Task 7 - Meetings and Conference Calls Anticipated Start Date - July 17, 2012 Anticipated Completion Date - December 31,2012 We appreciate your consideration of this request and look fonward to continue perform- ing the work for you. Please call if you have questions. Very truly yours, Brown and Caldwell, a California Corporation Victor Occiano, P.E., Project Manager ATTACHMENT 2 CHANG CONSULTANTS SCOPE AND FEE LETTER (07/09/12) o\ P.O. Box 9496 Rancho Santa Fe, CA 92067-4496 T: 858.692.0760 Civil Engineering'-HydrologyoHydraulicsoSedimenlation F: 858.832.1402 wayne@changconsultants.com Civil Engineering July 9, 2012 Michelle Fehrensen AECOM 1420 Kettner Boulevard, Suite 500 San Diego, CA 92101 Subject: Agua Hedionda and Calavera Creeks Dredging and Improvements Projects Dear Michelle Pursuant to your request, I am pleased to submit this proposal for civil engineering services related to sediment transport for the subject project. The scope of work is as follows: 1. Perform 100-year and flood series FLUVIAL-12 analyses to determine existing and proposed condition sediment ti'ansport trends in the Agua Hedionda Creek and Calavera Creek within the project limits. A flood series is a theoretical range of events that can occur within a 1 OO- year period and is used to assess long-term changes. The project's geotechnical consultant will provide at least three soil gradations from the channel bed of each creek representative of the on- and off-site conditions. The intent of the analyses will be to determine the existing sediment transport in the project reach (including yearly transport), assess the need for the project, and detemiine project impacts. This scope of work assumes that tlie existing and proposed condition HEC-RAS analyses from Brown and Caldwell will be provided. 2. Prepare a report summarizing the results. 3. Attend meetings as requested by the client. This scope of work assumes up to 8 hours for meetings. These services will be performed on a time and materials basis at a billing rate of $133.00 per hour not to exceed $20,000.00. If acceptable, please sign below and retum this agreement as my authorization to proceed. Sincerely, Wayne W. Chang, M.S., P.E. Enclosures Approved: By: Date: Michelle Fehrensen ATTACHMENT 3 AECOM AMENDMENT NO. 2 SCOPE OF WORK /I SCOPE OF WORK / COST ESTIMATE SUBSEQUENT ENVIRONMENTAL REVIEW AND CEQA DOCUMENTATION AGUA HEDIONDA AND CALAVERA CREEKS DREDGING PROJECT I Illy 2012 PROJECT BACKGROUND The City ofCarlsbad Drainage Master Plan Update EIR, prepared in 2007 and certified by the City, provided project-level analysis of work to remove sediment from and construct physical improvements in adjacent segments of Agua Hedionda Creek and Calavera Creek in central Cai-lsbad, near the intersection of El Camino Real and Cannon Road. The City Utilities Engineering Division is preparing to implement this project, but the current plan for the dredging and other improvements differs from the project plans that were analyzed in the 2007 EIR. Changes to the project include installation of riprap on both sides of Agua Hedionda Creek for approximately 3,000 linear feet (rather than bank stabilization via slope-treatment material), installation of riprap drop structures in place of gabion drop structures at Agua Hedionda Creek, and installation of riprap between gabion drop structures in Calavera Creek. The City is seeking to obtain CEQA compliance for the project prior to commencing construction. PROJECT DESCRIPTION Agua Hedionda Creek work would involve sediment removal and widening and deepening the creek along approximately 3,000 linear feet (LF) of the channel bottom, from near Rancho Carlsbad Drive to the downstream edge of the Cannon Road Bridge. Between the El Camino Real Bridge and the confluence with Calavera Creek, Agua Hedionda Creek would be excavated to an average bottom width of 85 feet with 1.5:1 riprap-protected side slopes, representing a widening of approximately 27 feet (20 ft to 32 ft channel widening range). Between Cannon Road Bridge and El Camino Real Bridge, the channel would be excavated to existing riprap levels in the main channel and side slopes. Upstream of the confluence of Agua Hedionda and Calavera Creeks, Agua Hedionda Creek would be dredged up to 6 feet in depth, with a bottom width of 40 feet and 1.5:1 H:V riprap protected side slopes. Consistent with the recommendations ofthe geotechnical study (Ninyo & Moore 2006), side slopes higher than 12 feet would be constructed at a 2:1 H:V slope to maintain stability. Dredging in Agua Hedionda Creek is anticipated to generate approximately 34,000 cubic yards (cy) of material. To stabilize channel side slopes, 4,300 cy of'A ton and 2,800 cy of light riprap would be installed along 2,535 linear feet (1.39 acres) ofthe newly constructed toe of slope. The project would also involve the installation of one extended riprap drop structure to control velocity. Drop-structure construction would require 6,400 cy of 4-ton and 4,000 cy of half-ton riprap over 0.73 acre. The project also entails removal of a timber retaining wall and installation of riprap to protect the slope where the existing wall is located, and removal and replacement of overside drains and culverts within the slopes. Calavera Creek work involves dredging along approximately 300 LF of Calavera Creek, fi'om its confluence with Agua Hedionda Creek. Approximately 50 cy of material would be dredged from the creek. Additional work would involve installation of six gabion drop structures, with riprap installed upstream and downstream of the gabion drop structures. No riprap slope protection is proposed along Calavera Creek outside of the gabion structure areas. Gabion structure installation would result in 163 cy of fill and 0.03 acre of impact. Riprap installation would include 1,400 cy of half-ton riprap and 600 cy of light riprap. Riprap installation would occur over 0.41 acre. An existing ornamental wall (approximately 380 LF) adjacent to Calavera Creek would be removed to allow for access during construction activities. The omamental wall would be reconstructed following dredging and improvements to the creek. An access road would be constructed near the confluence of Agua Hedionda and Calavera creeks to provide access for dredging equipment in the creeks. Approximately 5,000 cy of material would be excavated from an elevated area above the creek bank to construct the access road. Rock slope protection would be installed for slope stability. An additional access road would be consti-ucted to enter Agua Hedionda Creek between the El Camino and Cannon Road bridges. The proposed access road would extend from the existing paved access road located south of El Camino Real. SCOPE OF WORK/APPROACH AECOM will conduct additional environmental analysis of the project and prepare the proper documentation to enable the City's compliance with CEQA. AECOM has identified four environmental issue areas where the project changes could affect conclusions in the 2007 EIR— air quality/greenhouse gas (GHG) emissions, traffic, hydrology, and aesthetics. AECOM will conduct the appropriate analyses for these sections, as explained below in Task 1, compare the results to the discussions in the respective sections of the 2007 EIR, and discuss this comparison with the City. The scope described below assumes the results of the analysis suggest new significant impacts or substantially increased significant impacts compared with those stated in the 2007 EIR, requiring preparation ofa Supplement to the 2007 EIR (Task 10). This is a consei-vative assumption for fee-estimate purposes, and it is possible the results will not determine such a conclusion. Ifthe City and AECOM determine that the revised project would not result in any new significant impacts or substantially increased significant impacts, then AECOM would contact the City to discuss revising this scope of work for preparation ofan Addendum to the 2007 EIR. Task 9 - Additional Environmental Analvsis Task 9a - Air Quality and Greenhouse Gas Analysis The air quality analysis presented in the 2007 EIR relied on outdated Air Quality Management District standards and utilized an older version of modeling software that has since been updated. Furthermore, the changes in the project entail a construction process that is more intensive than initially anticipated (i.e. additional transport and installation of riprap), which could result in increased air-pollutant emissions compared to that analyzed in the 2007 EIR. An AECOM air quality specialist will prepare an updated estimate of construction-related pollutant emissions based on construction data (phasing and equipment) provided by the City and/or project engineer. AECOM's estimate will be prepared using the modeling software URBEMIS 2007 (version 9.2.4) or CalEEMod (version 2011.1.1). AECOM will compare the results to the estimates and findings published in the 2007 EIR. The updated infonnation will be incorporated into the primary CEQA document. All calculations and data used in the emissions analysis will be included as an appendix. AECOM assumes no standalone technical report will be prepared. The 2007 EIR did not include GHG emissions analysis because this was not a required component of CEQA at the time the EIR was published. AECOM will prepare a GHG-emissions analysis and incorporate the results into the environmental document. The GHG analysis will entail calculafion of construction-related GHG emissions using established methodology and will be based on emissions esfimates prepared for the primary air quality analysis, where applicable. The GHG analysis will be included in the Air Quality section ofthe primary environmental document (Task 10), which will include a description ofthe background of climate change and discussion applicable federal, state, and local legislation relative to climate change. All calculations and data used in the GHG analysis will be included in the primary environmental document as an appendix; AECOM assumes no standalone technical report will be prepared. Task 9b - Traffic Assessment The 2007 EIR included an estimate of construction-related traffic trips and concluded that the project would result in a less-than-significant impact. This conclusion was based in part on the fact that the affected roadway system was operating at level of service (LOS) A or LOS B under existing conditions, relying on data from 2005 and 2006. The changes in the project would result in a greater amount of total traffic than assumed in the 2007 EIR, and the existing conditions information is several years old. To account for these changes, AECOM will update the traffic analysis, as explained below. AECOM will collect existing traffic-volume and LOS information for segments of Cannon Road (Faraday to El Camino Real; El Camino Real to College) and El Camino Real (Kelly to Cannon; Cannon to College) and for the intersection of El Camino Real and Cannon Road. This information will be obtained through document-based research and conference with City staff. AECOM assumes no new traffic counts will be needed to establish existing conditions. AECOM will estimate daily and peak-hour traffic trips related to project construction based on equipment and hauling information provided by the City and will assess whether this daily and peak-hour addition of traffic would cause reductions in LOS at the affected segments and intersections. The results ofthe traffic assessment will be incorporated into the primary environmental document (Task 10). AECOM assumes that no traffic modeling or other technical analysis will be necessary and that no standalone report will be prepared. Task 9c - Hydrology/Water Quality Assessment The revised project entails improvements that are similar to, but more intensive than, those assessed in the 2007 EIR. AECOM will collect detailed project information and project plans and assess whether the changes in the project could cause significant impacts on hydrology and water quality pursuant to CEQA that were not identified in the 2007 EIR. The results ofthe hydrology and water quality assessment will be incorporated into the primary environmental document (Task 10).AECOM assumes that all necessary information and plans will be provided by the City, and that we will not need to conduct any hydrological modeling or prepare any other technical analysis. Task 9d Visual Simulations and Visual Impacts Assessment The 2007 EIR did not include visual simulations of the project, but three simulations have been requested by the City as part of analysis of the revised project. AECOM will prepai-e three visual simulations for the City's review and will use these simulations to assess whether there would be any change to the conclusions stated in the 2007 EIR. AECOM visual specialists will begin by completing a review of the three Key Observation Points (KOPs) selected by the City and other data received to date to identify additional data required to model and simulate the proposed earthwork operations. Our current understanding is that the three KOPs are comprised of two views from the El Camino Real bridge (one upstream and one downstream) and one view from the Rancho Carlsbad Drive bridge. AECOM will perfonn field reconnaissance and KOP photography at these locations, which also will be recorded by camera-mounted GPS. Photographs will be taken from additional supporting viewpoints that maximize the depiction of project components and/or alleviate obstmcted views. GPS points will be recorded for each photo location, and photography of KOPs will be captured using a digital single-lens reflex camera (at a 50mm equivalent). This task includes one (1) half- day field visit to the study area to inventory the existing visual conditions. AECOM will collect supporting imagery, such as background photos and project-specific equipment or unique project conditions at the KOPs. AECOM will review digital design drawings (or applicable digital data) provided consisting of engineering drawings, cut/fill calculations, and/or relevant scaled (or geospatial) data prepared by others. Preliminary photography will be sorted, and preliminary selections will be presented for review by the City prior to simulating project effects. Once selected, AECOM will develop three (3) two-dimensional photo-realistic simulations of the proposed project (one for each of the KOPs) that depict daytime, post-project conditions. The visual simulations will be provided to the City as individual PDF files and will be incorporated into the primary environmental document (Task 10). Task 9e Summary Memorandum and Consultation with the City AECOM will prepare a memorandum summarizing the results of their analysis pursuant to Tasks 9a through 9d and submit it to the City for review. AECOM will prepare for and attend one meeting with the City to discuss the results and the implications for the CEQA process. This consultation will serve as the basis for the City's decision on their approach to additional CEQA documentation for the subject project. Task 10 - Supplement to the 2007 EIR Task 10, described below, assumes that the results of the analysis and assessment conducted pursuant to Task 9 suggests new significant impacts or substantially increased impacts compared to those stated in the 2007 EIR, requiring preparation of a Supplement to the 2007 EIR (SEIR) pursuant to Section 15163 of the State CEQA Guidelines. If the results of Task 9 do not suggest new significant impacts or substantially increased significant impacts compared to those stated in the 2007 EIR, then AECOM would instead prepare an addendum to the 2007 EIR Task 10a - Notice of Preparation A Notice of Preparation (NOP) will be prepared in conformance with CEQA Guidelines Section 15082 to announce the intent to prepare an SEIR. This begins the early consultation process with agencies and organizations that may be in some way affected by, or concemed with, the implementation of facilities associated with the restoration project. AECOM will prepare the NOP, but AECOM assumes the City will perform the reproduction and distribution. Task 10b-Draft SEIR AECOM will prepare a Draft SEIR that, pursuant to Section 15163(b) of the State CEQA Guidelines, will "contain only the information necessary to make the previous EIR adequate for the project as revised." The SEIR will explain the changes in project plans compared to the project described in the prior EIR; will explain any changes in the existing environment since publication ofthe prior EIR; will include revised sections presenting the analysis pursuant to Task 9, as necessary; and will include short discussions of the reasons why other sections ofthe prior EIR do not require revision. The SEIR will include up to 6 color graphics, including the visual simulations prepared pursuant to Task 9d. AECOM anticipates that the Draft SEIR will be composed of the following sections: • Executive Summary • Chapter 1, Introduction • Chapter 2, Project Description and Environmental Setting • Chapter 3, Analysis Sections by Issue Area (Air Quality, Greenhouse Gas/Climate Change, Traffic, Hydrology, and Aesthetics), including any relevant update to the cumulative analyses • Chapter 4, brief discussion of environmental issue areas and other sections not affected by project changes • Chapter 5, References and List of Preparers The Draft SEIR will be subject to AECOM's quality-assurance process that involves careful oversight by the project manager to consolidate sections by various authors into a cohesive, readable document. This is followed by review of the entire document by a technical editor to correct grammar, confirm correct references, verify figure and table numbers are correct, etc. This is followed by a peer review performed by a senior AECOM CEQA specialist to confirm that the document satisfies applicable local and state standards. The Draft SEIR will be prepared in three steps. First, AECOM will produce an administrative draft ofthe Draft SEIR for submittal to the City for their review and comment. AECOM will revise the draft based on the City's comments and submit a screencheck draft of the Draft EIR for the City's confirmation that the document is complete and ready for public review. AECOM will perform the final edits and formatting and prepare the public review version ofthe Draft EIR. AECOM will provide 5 hard copies and an electronic package of Word files of the administrative draft for the City's review. AECOM will provide 5 hard copies and a PDF ofthe screencheck Draft EIR for review. AECOM will prepare 40 hard copies of the public review Draft SEIR for distribution by the City and will provide an electronic copy in PDF format. AECOM will prepare a Notice of Availability (NOA) to be distributed by the City. AECOM assumes the City will handle delivery of the Draft SEIR and NOA to the State Clearinghouse and the County Clerk's office, and that the City will be responsible for newspaper publication of the NOA. Task 10c - Response to Comments and Final SEIR During the 45-day public review period, AECOM will collect and review comments submitted on the Draft EIR. At the end of the public review period, AECOM will compile the comments, prepare electronic versions of the comment letters with numbered brackets identifying each comment, and prepare a summary memorandum of the comments. AECOM will participate in one meeting with the City to discuss the comments and approaches to preparing responses. With direction from the City, AECOM will prepare the responses to the comments and submit them to the City for review, tlien revise the responses based on input fi-om the City. AECOM assumes that no more than 100 unique comments will be submitted on the Draft SEIR. AECOM will revise the SEIR as needed to respond to the comments and to make any necessary corrections to the document. The revised SEIR and the responses to comments will be integi-ated into the Final SEIR. The Final SEIR will be subjected to the same draft and review process as explained for the Draft SEIR in Section 1 Ob, including the same number of iterations and draft copies. Task lOd - Mitigation, Monitoring, and Reporting Program and CEQA Findings AECOM will prepare a Mitigation, Monitoring, and Reporting Program (MMRP) for the project listing the mitigation measures needed to reduce the project's significant impacts to less-than- significant levels, including measures listed in the 2007 EIR and any new measures identified in the Final SEIR. AECOM will provide one review draft of the MMRP to the City and revise the MMRP based on City input. Once the MMRP has been finalized, AECOM will prepare CEQA Findings and provide them to the City for review. The CEQA Findings will include all relevant findings from the 2007 EIR certification process and any relevant updates pursuant to the conclusions stated in the Final SEIR. AECOM will revise the Findings based on one round of City input and will provide a final version for the City's SEIR-certification and project-approval process. Task 5 -Meetings/Project Management In addition to the meetings identified above, AECOM's project manager will attend up to three additional meetings with City staff, including an initial kick-off/site meeting and any other meetings requested by City or agency staff. AECOM also will perform all project-management duties necessary to provide efficient and effective service to the City related to the work described above, including intemal team co-ordination, sub-consultant management, schedule maintenance, and invoicing. b ATTACHMENT 4 AECOM AMENDMENT NO. 2 FEE ,0 Agua Hedionda Channel Dredging Projecl Fee Proposal Amendment No. 2 Siibmilledby: AECOM Team Task 4 TaskS iilt«i l<.-,-,iwot»((ii if'M lask 91 Aui/iutnrMiiiutr. —"KsRT Task9d Tisi.it AECOM Rtte \imn Costs HOUR Costs Hours CosU HOWS Coste Hoan Cosls Honrs Coste Hows Costs Pifnc^ UK PreijKl MmrngaXiiwonmeiiM PInioM 111 $130 Planner II ini PIflnnerlll $13( Senioi EnvttHiiiunlil Assassor $|}S PhnnerlVISeniwDesigiMi) $1(5 DMignor II Landtoipe $9S SnpMcAiftllVGISI S1I0 MminUnlva S$5 WonlPlocasseill/reclincalEiilii SIOO 40 ».}00.00 e ti.ow.oo 8 %m.w 2 $260 40 $S.«0 1$ $2,080 4 $520 20 $2,600 6 $780.00 e $1,320.00 too $0,500,00 S $1,040 irOlAL AECOM LABOR 42 $5,WI 24 $3,120 114 $11,600.00 S S1.040 Sub-Consiiltanls RiMs Task 4 Tasks TaskSa Task 9b Task 9c laskOd Task9t arawn and Cakliml China ConuRants (20.000.00 fiotacl Expanses Cost Cosi COSI Cost Cost Cost Cost RqninpMcamntoCiviaa par page; BtWS.SxIl $0.10 MWtlxW W.K Cala BS X 11 SO 95 Cote in 17 SI M PiiiKhfii|^ndiiig(p«tK»k; $2.1X1 Fdiins W.IO MaagaSPaldno SO.SOO 240 $120.00 80 $40.00 80 $40.00 1 80 $40 PROJECT EXPENSES COST tIM.tO S40.00 $40.00 $40 «ECOM MARKUP CM EXPENSES TOTAL PROJECT EXPENSES COST S120.00 $40.0« $40,00 $40 TOTAL FEE $2J>M| $3,1801 $11.6401 Agua Hedkmcta Conbaot Amendinent (^new.rales 3^ 1 Agua Hedionda Channel Diedging Project Fee Proposal Amendment No. 2 Subntilled by: AECOM Team Task l6a MOI' Task 10t) Own SlIK.Itl.lBB't'.liU'tltt iiikiic ' • riwl sm Task lOd i'*if<",ilullJ'!.Pl lll»'i(',r. Total AECOU Rata Hows Costs Houre Cosls Hows Costs Hours Costs Hours Costs Piindpal $195 PrDjecl ManagarTEnwounantel Planner III $13D Plaonerll $115 Plaflnarlll $130 Serio Emlnmaantal Assessor $135 Plaoner IV (Senloi Designei) $165 DastgnarlllaiHteoepa $gS SnpUcAilsllVGISI $110 WnitiMaIra jSS WortPnmsKirlVIaclwjalEitlix $ioo |Ti5TSnSKSHn55R ^ 6 $780 12 $1,360 18 S2.160 S $1,560 00 SO $10,400,00 120 $13,800.00 120 $15,600.00 32 $4,320.00 32 $3:520.00 40 $4,000.00 43? $63 200 00 4 $780.00 60 $7,800,00 32 $3,880.00 32 $4,160.00 4 $540.00 B $880.00 20 $2,000.00 4 $780.00 16 $2,080,00 32 $3,680.00 8 S80O00 28 $5,460 238 $30,940 198 $22,548 180 $23,400 76 $10,268 6 $1,320 100 $9,S0« 40 $4,408 8 $760 68 $8,808 B Sub.Consuttanls Rates 160 $18,640100 60 $7,340.00 mown and Caldwell IciMnaConsullarUs Task 10c Task lOd Tolal S6S.341.O0 $20,000.00 $155,341 Proiect Expenses Ra|)iiignpMeiMiiloCg||iKparpi|e: UW85X11 $0.10 e«W 11x17 $0.15 Cute 85 xli $0.95 C(*rl!x!7 51.» PuiKhlni^liKlliig (pel boot) $2.00 FoUiiig $0.10 ptofeaeyfreiiistscoit Cosi Cost 3.000 $30000 75 $1126 75 $71.25 ?0 $40.50 25 $(000 100 $10.00 160 $60.00 Cost 3,000 $30000 75 $11,25 75 $71.26 W $40.50 26 $60.00 100 S10.00 60 $40.00 Cost Cost 6,000 $600 00 150 $22.50 150 $142 50 SO $81.00 50 $10008 200 $20.00 720 $360 00 «ECQM MARK UP ON EXPENSES TOTAL PROJECT EXPENSES COST mam 1 $563.00 $53,783 $533.00 $529.00 $1,321 $1,326 Ague Hedionda CoMrad Amendment «2_new-ratea •j*i?~ 31 ATTACHMENT 5 AECOM 2012/2013 RATE SHEET ASCOM AECOM 1420 Kettner BoulevanJ Suite 500 San Diego. CA 92101 www.aecom.com 619.233.1454 tel 619.233.0952 fax Agua Hedionda Channel Dredging Project 2012-2013 Schedule of Fees Professional Services Administrative $90 Archaeological Technician 1 $60 Archaeological Technician II $70 Archaeological Technician III $80 Archaeologist/Architectural Historian 1 $80 Archaeologist/Architectural Historian II $90 Archaeologist/Architectural Historian III $105 Biologist i $90 Biologist II $105 Biologist III $125 Biologist IV $145 Designer 1 $85 Designer II $95 Designer III $115 Senior Designer $165 Environmental Engineer/Scientist $120 GIS Specialist 1 $110 GIS Specialist II $125 GIS Specialist III $160 Graphic Artist 1 $80 Graphic Artist II $110 Planner 1 $90 Planner il $115 Planner lil $130 Planner IV $145 Principal 1 $195 Principal li $225 Principal III $270 Project Manager 1 $150 Project IVianager il $170 Technical Editor/Word Processor 1 $90 Technical Editor/Word Processor II $100 Technician $55 Other Direct Costs AECOM 4x4 Vehicle Use (gas excluded) $75.00 daily Other reimbursable expenses and subconsultants will be billed at cost. Invoices will be submitted on 4-week intervals for work in progress unless othenwise agreed, invoices are due and payable within 30 days after invoice date. Fees are valid through December 31, 2013. Rates are subject to adjustment based on contract terms. Agua Hedionda 2012-2013 Schedule Of Fees AGREEMENT FOR FINAL ENVIRONMENTAL AND DESIGN SERVICES FOR THE AGUA HEDIONDA CHANNEL DREDGING PROJECT (AECOM TECHNICAL SERVICES, INC.) JHIS AGREEMENT is made and entered into as of the /C5" day of / yj Aji^fyUmJ^ 2010, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and AECOM TECHNICAL SERVICES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an environmental and engineering firm experienced in the design and entitlement of environmentally sensitive public projects. B. Contractor has the necessary experience in providing professional services and advice related to these projects. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. 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 fifty thousand dollars ($50,000) 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. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be two hundred eighty three thousand five hundred five dollars ($283,505). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit City Attorney Approved Version 9.22.10 "A". Contractor shall not proceed with optional work tasks or contingency design items without prior written direction of City. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an City Attorney Approved Version 9.22.10 7 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 Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages 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 Liability 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to City Attorney Approved Version 9.22.10 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 Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES For City For Contractor Name David Mauser Name Teri Fenner Title Director Title Principal Property and Environmental Department Management Address 1420 Kettner Boulevard, Suite 500 City of Carlsbad San Diego, California 92101 Address 1635 Faraday Avenue Phone No. 619-233-1454 Carlsbad, California 92008 Phone No. 760-602-2739 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. 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. City Attorney Approved Version 9.22.10 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict 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. 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 federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 9.22.10 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. 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. City Attorney Approved Version 9.22.10 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. City Attorney Approved Version 9.22.10 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR AECOM TECHNICAL SERVICES, INC. a California corporation *By: CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) (print name/title) ATTEST: "By: (sign he>e) W i U-L. I AM (£ LORRAINE M. WOOD, City Clerk 4 ; O (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must-.be attached. If a Corporation. Agreement must be signed by one corporate officer from each of 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: RONALD R. BALL, City Attorney Deputy City Attorney City Attorney Approved Version 9.22.10 13 AECOM 619.233.1454 tel 1420 Kettner Boulevard 619.233.0952 fax Suite 500 San Diego, CA 92101 www.aecom.com November 30, 2010 Mr. John Cahill City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Scope of Work - Environmental and Final Design Engineering Services, Agua Hedionda Channel Dredging Project Dear Mr. Cahill: Maintenance of Agua Hedionda and Calavera creeks is critical to flood control in the City of Carlsbad (City). AECOM is thrilled to have been selected for the opportunity to continue supporting the City on this important drainage project. Per your request, our comprehensive scope of work is provided as Attachment 1 . This scope of work is consistent with the scope provided in our proposal dated November 15, 2010. Based on the City's direction, the scope also includes an optional task for beach replenishment permit renewal. A comprehensive fee estimate and rate sheets for AECOM, Brown and Caldwell, and West are also provided (Attachment 2), as well as an updated project schedule to reflect the anticipated start date of December 15, 2010 (Attachment 3). We look forward to continuing our partnership with you on this important project. Sincerely, <^7 Michelle Fehrensen Teri Fenner Project Manager Principal Attachments: 1 . Scope of Work 2. Fee Schedule and Rate Sheets 3. Schedule /f ATTACHMENT 1 AECOM AGUA HEDIONDA CHANNEL DREDGING PROJECT SCOPE OF WORK November 30, 2010 The AECOM team appreciates the opportunity to support the City in completing the final steps in the process of dredging the Agua Hedionda and Calaveras creek channels to ensure adequate flood control in developed neighborhoods. Our approach to the requested scope of work is based on our history working on the project and our review of the most current information. Our approach contains 8 parts within which there are 3 optional elements clearly noted. Part 1 - Mitigation Plan AECOM's restoration ecologists and landscape architects will work collaboratively to produce draft and final mitigation plans that reflect unique site conditions that benefit from our vast local experience in wetland mitigation design, implementation, and monitoring and maintenance, and will facilitate a smooth regulatory process. AECOM will proceed through the mitigation planning process in four main steps. Background Research: The AECOM team will review available information relevant to the mitigation need, process, and selected site. Our history with the project provides us a head start on this task that will help us quickly move forward into the next step in the process. Draft Mitigation Plan: AECOM will prepare a draft conceptual mitigation plan for the Robertson Ranch site. The Glenn Lukos and Associates conceptual restoration plan provides a good starting point for this effort by outlining the opportunities for wetland restoration on the site. From that starting point, AECOM will develop a complete conceptual mitigation plan that meets the requirements of the USAGE, CDFG, and RWQCB. The plan will address both the restoration and enhancement activities proposed for the site and will include the following elements: a) Project description b) Existing condition of mitigation sites c) Project goals d) Implementation plan, including requirements for site preparation, erosion control, planting, seeding, and irrigation e) Success criteria f) Maintenance, monitoring, and reporting requirements g) Figures/maps depicting the restoration and enhancement areas Agua Hedionda Channel Dredging Project Page 1 AECOM 2. Contract Attachments changes accepted.doc AECOM assumes that California Rapid Assessment Method (CRAM) evaluation of the mitigation site as it proceeds through its maintenance and monitoring period will be required by agencies. AECOM will identify reference sites during initial plan fieldwork and include CRAM assessment of two reference sites as part of the preparation of the initial draft conceptual mitigation plan. By including this effort up front, AECOM will prevent any potential schedule delays and will also minimize costs by conducting the assessments during initial plan preparation fieldwork. AECOM will prepare a submittal package for agency review that includes the draft conceptual mitigation plan and other relevant background data necessary for review of the plan. We anticipate preparing four copies of the submittal, which includes a master copy for the City. AECOM will be available to attend up to three (3) meetings with the resource agencies (in the field or office), as described further in Part 2 of this proposal, to review comments on the draft plan. Final Mitigation Plan: One round of comments (coordinated comments from the resource agencies and the City) on the plan is assumed to be necessary. Following receipt of comments and concurrence from the City, the final mitigation plan will be prepared and submitted to the resource agencies and the City. Construction Drawings and Specifications: AECOM will prepare construction drawings and specifications based on the approved final mitigation plan. Based on site needs, we anticipate preparing a construction document set with the following components: • Layout plans: Will show the location of all site elements, including fencing, signage, staging areas, access points, and any other critical information not shown on other plans. • Planting plans: Will show the size, type, and location of plant material (container plants and seed). Plans will show planting zones for target habitats and implementation strategies that correspond to typical details that illustrate planting patterns for each. • Irrigation plans: Will identify necessary components and facilities for a temporary automatic irrigation system. Plans will show sprinkler head layout, piping, valves, controllers, and other required components, along with equipment performance requirements for each component. This task assumes a suitable irrigation point of connection will be identified by the City. • Details and notes: Necessary details and notes will be provided to adequately illustrate the intended design to contractors. Regional standard details will be used to the extent possible. AECOM's custom details for restoration projects will be used where regional details do not apply. • Specifications: Will include supplemental specification language sufficient to bid and construct the mitigation project. Agua Hedionda Channel Dredging Project Page 2 AECOM 2. Contract Attachments changesaccepted.doc Brown and Caldwell will prepare and incorporate the approved mitigation plan and corresponding specifications into the final construction design package. The construction cost estimate will reflect additional components necessary for construction of the mitigation site. It is assumed that one general drawing (property and limit lines, signage), as well as one grading and drainage plan, and a sediment and erosion control plan will be prepared. Brown and Caldwell will submit final drawings in Mylar (standard sizing) to match the engineering drawing package. The final drawings will be stamped and signed by the responsible engineer (Brown and Caldwell) or landscape architect (AECOM). Deliverables: • Draft (80 percent) mitigation site construction document set - Three hard (3) copies (bond paper) for City for review and comment • Final (100 percent) mitigation site construction document set - Three (3) hard copies (2 on bond and 1 on Mylar) and a digital copy in PDF format Part 2 - Resource Agency Permits for Channel Dredging - Tasks a and b Final permit attainment is required to proceed to the construction phase of the project. While several project approvals have been secured (City Coastal Development Permit, EIR certification), wetland permitting approvals have not yet been obtained. Permit applications for this project component were submitted in October 2008 and included a 404 Individual Permit Application to the USAGE, a 401 Water Quality Certification Application to the RWQCB, and Streambed Alteration Agreement Notification Package to the CDFG. These permit applications have been on hold pending further mitigation planning. The key to successfully meeting the schedule on this project will be timely and diligent work with the resource agencies. As a part of this effort, AECOM will immediately reengage the resource agencies upon receipt of the Notice to Proceed (NTP). This reengagement will involve phone calls to each of the resource agency representatives formerly working on the project to confirm their continued involvement, or identification of a replacement representative. Previous project contacts included Kari Coler (USAGE), Mike Porter (RWQCB), Tamara Spear (CDFG), and Marci Koski (USFWS). AECOM is aware that Tamara Spear is no longer employed by CDFG and will identify the new CDFG point of contact for the project. Upon completion of phone call reengagement, email notification of the planned schedule for submittal of the mitigation plan, landscape plans, and beach disposal plans will be provided. This schedule will include deadlines for agency representative review and will outline a timeframe for response to any comments, and preparation of final plans for approval. At the time of this email, we will also request that agencies review their permit application files and notify us as soon as possible of any other lingering permit requirements/gaps that will be required prior to permit issuance. This request will ensure agencies review project files immediately and reduce the likelihood of delay in permit issuance. AECOM will address questions, comments, or permit requirements related to the mitigation planning and Brown and Agua Hedionda Channel Dredging Project Page 3 AECOM 2. Contract Attachments changes accepted.doc 17 Caldwell will address questions, comments, or permit requirements of the resource agencies related to the design drawings. Upon approval by the City of the draft mitigation plan and associated construction plans and specifications, a field meeting will be scheduled with all approving resource agencies. It is assumed this will include the CDFG, RWQCB, and USAGE. In addition, the USFWS will be included as an informal consulting agency, if no special-status species trigger formal consultation. Due to the critical timing of this project, multiple field meetings may be required to accommodate all agency representatives. It is anticipated that two to three meetings may be necessary. Prior to the meeting(s), the draft mitigation plan and construction documents will be provided electronically to the resource agencies. The key AECOM staff, Dick Rol (Landscape Architect) and Jim Prine (Mitigation Specialist) will be present to discuss the details of the mitigation proposal with the agencies. Upon conclusion of this meeting, AECOM will request comments from agencies on the draft mitigation plan. AECOM will work diligently to revise plans as necessary and submit a final mitigation plan and construction documents to the resource agencies. AECOM will draft a letter for City Project Manager signature, requesting timely approval of these plans and issuance of project permits. The schedule will be reiterated in this letter. The letter and plans will be provided to the resource agencies electronically and in writing. Once the letter is submitted, AECOM's Project Manager will follow up persistently with the resource agency representatives, to obtain timely permit approvals. The schedule does not allow for another review by the agencies of plan documents, so AECOM will work to address agency comments at the draft phase, to prevent the need for further revisions. This review will include an in- person meeting or conference call with the agencies to review and address their comments and obtain concurrence on the final revisions prior to submittal of the final version. Permit issuance is the greatest schedule constraint. Unpredictable workloads for agency representatives can result in delay of project approvals. AECOM's Project Manager will work diligently to respond to agency requests, aggressively monitor the schedule, offer services (drafting of documents/text, map generation, etc) and keep the City Project Manager abreast of any issues that have the potential for schedule delay. Our strong working relationships, commitment to complete and thorough work products, and proactive approach to agency negotiations will be beneficial to the City in obtaining fair and timely permits for the project. Part 2 - Resource Agency Permits - Task c. It is understood that the Agua Hedionda Channel Dredging Project will require complex construction staging and an effective erosion and sediment control plan. To address these issues, Brown and Caldwell will develop one draft and one final Storm Water Pollution Prevention Plan (SWPPP) in compliance with the State Water Resources Control Board (SWRCB) General Construction Permit that will phase dredging and construction activities, identify temporary stockpile locations and contractor staging areas (subject to City approval), and provide effective deployment of best management practices (BMPs). After City approval, it is anticipated that Brown and Caldwell will be required to submit the required Notice of Intent Agua Hedionda Channel Dredging Project Page 4 AECOM 2. Contract Attachments changes accepted.doc (NOI), along with a copy of the SWPPP, to the SWRCB for review, approval, and issuance of an approved construction permit. Ten (10) copies of the approved SWPPP will be prepared and submitted to the City. The City will pay the cost of all associated permit application fees. Deliverables: • Up to three field meetings with the resource agencies • Estimated weekly phone calls with the resource agencies . Draft and Final SWPPP . SWRCB NOI • 404 Permit from the USAGE, 401 Certification from the RWQCB, and Streambed Alteration Agreement from the CDFG Part 3 - Alternative for Beach Disposal of Dredge Materials (Optional Element for Wave Runup Analysis) The City of Carlsbad has an approved program to allow for opportunistic beach nourishment with construction project spoils if the material is appropriate quality. The Carlsbad Opportunistic Beach Fill Program is derived from the statewide SCOUP. An MND for the City's program was approved by Carlsbad in May 2006 and permits from state and federal agencies were issued that same year. The program has a 5-year span so the current authorizations will expire in 2011, but it is possible to extend those permits (not a part of this proposal). No material has been placed in Carlsbad under this program to date and none are anticipated in the near term. The existing program allows for up to 30,000 cy of material (initial volume) with up to maximum 25 percent fines to be placed on the South Carlsbad receiver site between September 15 and March 15. (This initial volume is lower than the maximum 150,000 cy annually authorized by the program given this would be the first placement under the program.) Volumes and percentage fines authorized by the program vary by season and no placement is allowed during the summer months. As identified by AECOM during the DMP EIR, there is a possible opportunity for the channel dredge materials to provide beach nourishment materials under this program. The anticipated volumes are within the 30,000-cy range and the timing appears to be appropriate. Under this task, the AEOCM team would perform engineering support to determine if the dredged material would be appropriate, evaluate and gain approval on transportation routes, and prepare a dredge material disposal conceptual plan for use by the bidders. The benefits include more beach sand and reduced overhauling and disposal costs. AECOM and Brown and Caldwell will partner together, with optional support from WEST Consulting, for the timely completion of the beach disposal tasks. To take advantage of this opportunity, the following tasks will be performed: Agua Hedionda Channel Dredging Project Page 5 AECOM 2. Contract Attachments changes accepted.doc /9 a) AECOM will complete a sampling and analysis plan (SAP) for the materials within the two creeks. The SAP is required under the program to confirm the material is appropriate for beach placement. Consistent with the SAP, samples of proposed dredged material will be assessed for (1) physical properties, (2) chemical properties, and (3) biological properties and effects. Information on grain size (percent sand, silt, clay), percent solids (dry matter), density/specific gravity, and organic matter (as total organic carbon) would be provided for all samples All samples will undergo metals analysis, but site history and organic matter concentration will be used to assess whether organics analysis would be required. Organics testing might include polychlorinated biphenyls, dioxins/furans, organochlorine pesticides, organophosphorous pesticides, semivolatile organics (including polyaromatic hydrocarbons and tributyl tin), and volatile organic compounds. If levels of organics or metals indicated a potential toxic effect, assessment of the toxicity of the sediment to benthic microinvertebrates may be needed. Brown and Caldwell will support AEGOM to address engineering issues related to the field sampling and analysis. At least one site visit/investigation will be required of the project team to determine appropriate sampling locations. The SAP and results will be submitted for approval by the USAGE and U.S. Environmental Protection Agency. b) Brown and Caldwell will determine the amount of dredged material required for removal, as well as prepare exhibits and cross sections as required to determine locations of clean sand and spoil materials for disposal. As noted in the introduction, previous estimates for dredged material are approximately 28,000 cy from the channels, which may be viable for beach nourishment and approximately 5,000 cy from the access road that may not be viable. This will be detailed by Brown and Caldwell. c) Brown and Caldwell will assist in the preparation of the conceptual plan for transportation and placement of dredged materials on the identified South Carlsbad receiver site. This public beach receiver site is located along Carlsbad Boulevard, just north of Encinas Creek. The product will be a dredge material disposal conceptual plan consisting of one general exhibit and two drawings (traffic route for hauling and beach disposal). The team will develop exhibits, drawings, or other relevant documents deemed necessary to provide sufficient detail for this conceptual plan. The Carlsbad Opportunistic Beach Fill Program MND identified several truck haul routes and a beach ramp to access the receiver site. Based on that information, the likely haul route for beach disposal of proposed project material is a circular route from the site to El Camino Real, Cannon Road, South Carlsbad Boulevard; then down a temporary ramp constructed north of Encinas Creek; back to Carlsbad Boulevard; and to the site via Palomar Airport Road to College Boulevard. Agua Hedionda Channel Dredging Project Page 6 AECOM 2. Contract Attachments changes accepted.doc d) After approval by the resource agencies involved with this disposal option, and City concurrence of the dredge material disposal conceptual plan, Brown and Caldwell will prepare and incorporate the approved plan, drawings, and corresponding specifications into the overall design package. The construction cost estimate will reflect additional components necessary for implementation of the dredge material disposal conceptual plan e) It is assumed that one general exhibit, six design drawings, and a conceptual traffic plan will be prepared. Brown and Caldwell will submit final drawings in Mylar (standard sizing) to match the engineering drawing package. The AECOM team has included WEST on the team to perform a wave runup analysis if requested by the Agencies (optional item). WEST will review and update the wave runup calculations, as needed, for the wave runup level exceeded by 2 percent of the incoming waves. The factors used in the wave runup calculations that are changed by the proposed beach replenishment, will be modified from the 2009 analysis they performed for the Encinas Creek Bridge Project. The significant wave height and wave period will be based on data available online from the National Oceanic and Atmospheric Administration (NOAA) and a 1991 Storm and Tidal Wave Study by the USAGE for the San Diego region. The depth-limited design sea state assumption will be reviewed and updated with the latest information, if appropriate, for development of the design wave height. A brief technical memorandum will be prepared as a PDF document and submitted via email. WEST will coordinate and correspond (email, phone), as needed with AECOM and the City of Carlsbad. As part of this task the AECOM team will also be prepared to summarize the requirements of the program that must be included in the plans and specifications for the bid package. These include requirements for surveyed beach profiles before placement, immediately following placement, and 1 year after placement, as well as other biological monitoring from the MND and applicable permit conditions. Those requirements would be implemented by the contractor. Deliverables: • Draft and Final SAP • Identification of dredge volumes, and information on the quantity of clean, beach-quality sand as well as material suitable for landfill disposal • One general exhibit, six design drawings, and a conceptual traffic plan. Construction specifications based on monitoring requirements form the Opportunistic Beach Fill Program MND and permits (as extended beyond 2011 expiration) • Brown and Caldwell to submit final drawings in Mylar (standard sizing) to match the engineering drawing package • Wave runup analysis (optional) Agua Hedionda Channel Dredging Project Page 7 AECOM 2. Contract Attachments changes accepted.doc Part 4 - Engineering Requirements As the "Engineer of Record," Brown and Caldwell will be responsible for revisions and updates to the design plans, specifications, cost estimates, and overall bid package. During this task, AECOM will provide support and collaboration on conceptual drawings and specifications as may be required to complete the overall bid package. a) Construction Plans and Specifications. Brown and Caldwell will take the lead in updating the overall design package. Construction plans and specifications will be revised based on current design requirements (2009 "Greenbook") or equivalent. One complete set of final drawings on Mylar, standard size, with City title block ready for City signature, will be provided. In addition, one "camera ready" set of specifications (8.5" by 11" format) and one electronic version will be provided on CD. It is assumed that the City will provide electronic copies of any recent changes to the City's contract documents or other bidding documents required to complete the bidding package. It is assumed one City team meeting will be required to complete the bid documents. b) Construction Cost Estimate. As previously discussed, Brown and Caldwell prepared the original construction cost estimate (in 2008 dollars). Thus, the firm will take the lead in updating the construction cost estimate to a July 1, 2011, bid timeframe. It is assumed that at least one team meeting will be required to prepare the construction cost estimate. c) Mitigation Plan. Plans and specifications related to the approved Mitigation Plan will be incorporated into the overall design package. An addendum to the construction cost estimate will be generated for the Mitigation Plan drawing. Revisions will be based on current design requirements (2009 Greenbook) or equivalent. d) Resource Agencies/Stakeholders Approvals. Brown and Caldwell will take the lead in preparing revisions to the construction plans, specifications, and construction bid package arising from comments, requests, or approvals by the resource agencies to the mitigation plan, dredge material disposal conceptual plan, and permitting requirements. e) Alternative Bid Item. At the request of the City, Brown and Caldwell will prepare an alternative bid item and construction cost estimate that will reflect components necessary for implementation of the dredge material disposal conceptual plan for beach replenishment and disposal. The plan will incorporate the corresponding specifications, travel routes, and disposal options as a stand-alone alternative bid item. Deliverables: • One final set of construction plans and specifications (Mylar, standard size) Agua Hedionda Channel Dredging Project Page 8 AECOM 2. Contract Attachments changes accepted.doc • Specifications (One camera-ready, 8.5x11"; one CD) • Final engineers cost estimate • Alternative bid item and construction engineers cost estimate for beach sand disposal Part 5 - Other Requirements AECOM will provide comprehensive project management and support services to the City under this contract. Michelle Fehrensen will ensure effective lines communication remain in place, including routine meetings and conference calls, to facilitate progress on a project with an aggressive schedule. She will use multiple tools to assist her in effectively tracking project status, including Microsoft Project and Vision Planning. These tools will be used to manage the schedule and budget, respectively. The AECOM team will support the City during the bid period, concluding with the award of the construction bid by the City. This support will include attendance at the Pre-Bid Meeting by Chris Herencia (Brown and Caldwell Engineer), Dick Rol (AECOM Landscape Architect), and Michelle Fehrensen (AECOM Project Manager). In addition, the project team will support the City in responding to written and electronic inquiries and clarifications regarding construction documents and, as applicable, preparing and distributing addenda to drawings and specifications related to the construction bid package. Brown and Caldwell has budgeted responses to a minimum of six (6) inquiries, via electronic media, revisions to two (2) drawings, and addendum preparation and distribution to all plan holders, if required. a) AECOM and Brown and Caldwell have provided a draft project schedule, including required environmental and engineering activities, as a part of this proposal (see Section 05). At NTP, AECOM will confirm this schedule in coordination with the City and Brown and Caldwell. This schedule will be updated on a monthly basis, or more frequently as needed, and submitted to the City on the first of every calendar month. b) AECOM and Brown and Caldwell will provide support at all project-related meetings required to complete the entire scope of services. An initial project kick-off meeting will be scheduled upon receipt of NTP and will include representative team members from the City, AECOM, and Brown and Caldwell. Attendance at additional meetings will depend on the content being discussed and may include the Engineer, Project Manager, Landscape Architect, and/or Mitigation Specialist. Meetings may occur in office and/or over the phone. AECOM will provide conference calling services for and teleconferences required. Deliverables: • Monthly Schedule Updates Agua Hedionda Channel Dredging Project Page 9 AECOM 2. Contract Attachments changes accepted doc • Monthly Status Reports highlighting Tasks Completed That Month, Tasks Anticipated the Following Month, and Any Issues/Concerns • Project Kick-Off Meeting • Pre-Bid Meeting • Up to five other project-related meetings (in addition to the three resource agency meetings outlined in Part 2 - eight meetings total) Part 6 - Additional Task - Landscape Revegetation Drawings AECOM understands that landscape revegetation drawings for Aqua Hedionda and Calavera creeks will be required by the resource agencies for permit attainment. These landscape revegetation drawings and specifications are required for vegetated areas that would be temporarily impacted by dredging activities and are a separate task from mitigation planning efforts for the parcel on Robertson Ranch (Part 1). AECOM's landscape architects and restoration ecologists will collaboratively prepare landscape revegetation plans for the temporary impact areas in the channels. The plans will focus primarily on establishing permanent native vegetative cover to minimize erosion and simultaneously retain channel capacity. We anticipate the revegetation area to remain unirrigated throughout the establishment period; thus no irrigation plans will be prepared. AECOM will prepare a planting strategy that (1) will perform well under unirrigated conditions, (2) is appropriate for a stream/riparian zone, (3) provides good erosion control benefits in both the short term and long term, and (4) is compatible with the function and maintenance of the channel for flood control. The revegetation plan will consist of construction drawings and specifications outlining the planting effort and plant establishment period. Drawings will consist of (1) a planting plan that describes the size, type, and location of plant material and/or seeding to be installed and (2) details and notes as necessary. The planting plan will include clear work limits, planting legends, and seed mix tables and will outline different planting zones to the extent needed, but individual plant locations will not be shown. Specifications are anticipated to rely primarily on the City's standard specifications. Drawings and specifications will be prepared and signed by AECOM's Landscape Architect. Drawings will be prepared at a scale and size to match the engineering drawing package and will be seamlessly incorporated. Drawing submittals will be made at 80 percent (Draft) and 100 percent (For Construction) completion. Deliverables: • Draft 80 percent landscape planting plans - Three hard (3) copies (bond paper) for City for review and comment Agua Hedionda Channel Dredging Project Page 10 AECOM 2. Contract Attachments changes accepted doc • Final (100 percent) landscape planting plans - Three (3) hard copies(2 on bond and 1 on Mylar) and a digital copy in PDF format • AECOM will coordinate with Brown and Caldwell to incorporate the landscape planting plan into the final construction bid package Part 7 - Additional Task - Protocol and Preconstruction Species Surveys (Optional Element for Southwestern Willow Flycatcher) AECOM is aware of habitat that is suitable to support federally listed and state-listed, threatened and endangered bird species near both the proposed channel dredging site and at the mitigation site. Surveys for least Bell's vireo and southwestern willow flycatcher were performed in 2005 at the project site. However, no surveys were conducted on the mitigation site. The City has indicated that protocol surveys, as required by the City's habitat management plan (HMP) are a service they will require for the mitigation site. To date, the City has specified the need for protocol surveys for the least Bell's vireo and coastal California gnatcatcher on the mitigation site. AECOM understands, based on presence of suitable habitat and HMP requirements, that surveys for the southwestern willow flycatcher will also be required. Accordingly, AECOM will perform protocol surveys for coastal California gnatcatcher, least Bell's vireo, and southwestern willow flycatcher. The latter, only if confirmed by the City. Protocol-level surveys are not required for compliance with the City's DMP EIR at the channel dredging site. Rather, preconstruction surveys are specified for California gnatcatcher, least Bell's vireo, and southwestern willow flycatcher. Assuming no significant lapse of time between protocol surveys at the mitigation site and initiation of construction activities, preconstruction surveys for these species can be conducted for the channel dredging project area at the same time as protocol surveys for the mitigation site, at no additional cost to the City. If timing of protocol surveys does not allow preconstruction surveys to occur simultaneously, then the contractor would have to perform the preconstruction surveys to remain in compliance with the DMP EIR. In accordance with USFWS protocol as described in the table below, species-specific surveys will be conducted for these listed species within suitable habitat at the mitigation site. Surveys will be conducted as early as possible within the allowed protocol survey windows. The survey area includes the Robertson Ranch property and a 500-foot buffer of these areas. For added efficiency, surveys for least Bell's vireo and southwestern willow flycatcher (if authorized) will be conducted concurrently. For fieldwork, permitted individuals (as appropriate) will perform the required number of site visits and complete data sheets/notes for all the species surveyed. The table below provides an overview of the requirements for these bird species. As required by the USFWS, a report documenting survey results for each species will be submitted 45 days after surveys are complete. Due to timing restrictions in protocol requirements, protocol level surveys will be completed in early July which is the same month as the construction bid. For maximum flexibility, AECOM will work with the City and Brown and Caldwell to develop specification language that would address both positive survey and negative survey result scenarios. In addition, AECOM will Agua Hedionda Channel Dredging Project Page 11 AECOM 2. Contract Attachments changes accepted.doc update the City and Brown and Caldwell after each field survey. Should a field survey (protocol or preconstruction) identify presence of a listed bird species, revisions to the specifications and construction schedule will be initiated promptly. These modifications can run concurrent with field survey completion, to minimize any potential schedule delays. Deliverables: • Draft and Final 45-Day Reports (least Bell's vireo, and southwestern willow flycatcher [if authorized], coastal California gnatcatcher). Table 1. USFWS Protocol Survey Summary Table Coastal California Gnatcatcher February 15- August 31 Between 6:00 AM and 12:00 PM At least 1 week apart Suitable habitat occurs at the Robinson Ranch Mitigation Site. Surveys initiated at onset of survey window (2/15). Least Bell's Vireo (LBV) April 10- July31 Dawn and 11:00 AM At least 10 days apart Suitable habitat occurs at the Robinson Ranch Mitigation Site and within the southern portion of the project site. Surveys initiated at onset of survey window (4/10). Last 5 surveys concurrent with SWFL. Southwestern Willow Flycatcher (SWFL) May 15- July17 Half-hour before dawn to 10:00 AM Three separate survey periods, with 1 or 2 surveys per period* Suitable habitat occurs at the Robinson Ranch Mitigation Site and within the southern portion of the project site. Surveys initiated at onset of survey window (5/15). Concurrent with LBV. "One survey must occur between May 15 and June 1, two surveys must occur between June 1 and June 24, and two surveys must occur between June 24 and July 17. Agua Hedionda Channel Dredging Project 2. Contract Attachments changes accepted.doc Page 12 AECOM Part 8 - Renewal of Resource Agency Permits for City of Carlsbad Opportunistic Beach Fill Program (Optional Part) If authorized, AECOM will assist the City in renewal of resource agency permits for the City's Opportunistic Beach Fill Program. A table of permits to be renewed, their expiration dates, and the anticipated renewal process is provided below. Table 2. Resource Agency Permits for Opportunistic Beach Fill Program •• , ..-Pawn , Coastal Development Permit (CDP 06-02) Coastal Development Permit (No. 6-06-048) Clean Water Act 404 Permit (No. 200601 161- CLK) 401 Water Quality Certification (Certification No. 06C-050) Project Approval Letter (04/05-SD-14) State Lands Lease Agreement (PRC No. 8718.9) •• ''•Htnatsg - , • ; City of Carlsbad California Coastal Commission (CCC) USAGE RWQCB California Department of Parks and Recreation State Lands Commission (SLC) - * Expiration Uate • , ' : May 17, 2011 October 11, 20 11 May 21, 2017 Issued on March 23, 2007 (permit states 5 year project) No expiration date in Letter, however letter indicates State Parks must be notified if project is substantially delayed October 11, 20 11 :, . J. , llippf(^lPt5^4**u.. . '-' Permit extension will be requested via application at least 90 days prior to expiration. Extension of time is only valid for 1 year. AECOM anticipates a new application for permit will be required to obtain a 5 year permit. This will be confirmed at a project meeting. No permit renewal required - permit valid for 10 years An amendment to be obtained via a letter to the RWQCB. Letter request to be prepared for continuation of approval. Amendment to existing lease via completion of application. Of note, the permit extension process is anticipated to include a letter to each agency indicating the City's desire for a time extension and reference to/attachment of the original permit. In the case of the SLC, an application for lease amendment will be required. In the case of the City of Carlsbad, an application for extension will be required. For the CCC, AECOM anticipates that a new application for permit will be required as noted in the table above. AECOM will confirm this at one meeting with the CCC. The new application will include all of the required submittal components, including a public notice package and will attach the previous permit, Opportunistic Beach Fill MND, and other existing information. No new evaluation is anticipated to be required and the project is anticipated to go on Consent at the CCC Hearing. In addition, the City will pay all permit application fees associated with renewal or extension of permits. Agua Hedionda Channel Dredging Project 2. Contract Attachments changes accepted.doc Page 13 AECOM Deliverables: Draft permit amendment request packages provided to the City digitally. Two hard copies of each final permit amendment request will be provided to the City for submittal to each associated permitting agency. Draft CCC permit application package provided to the City digitally. Two hard copies of final permit application will be provided to the City for submittal to the CCC. One meeting with the CCC. Follow-up phone calls for a period of 4 months to encourage agency responsiveness to requests (assumes no major agency controversy). Permit Extensions from the City of Carlsbad, RWQCB, California Department of Parks and Recreation, and SLC. A new 5 year permit from the CCC. Agua Hedionda Channel Dredging Project Page 14 AECOM 2. Contract Attachments changes accepted.doc Ib ATTACHMENT 2 AGUA HEDIONDA CHANNEL DREDGING PROJECT FEE FOR SERVICES AECOM is committed to providing comprehensive services and competitive pricing. For this contract we have established a highly competitive rate structure and cost estimate and will bill all reimbursables and subconsultants at cost. Below is a summary of fees by task to perform the services requested. In addition to the services requested, AECOM believes that protocol surveys for southwestern willow flycatcher may be required for project approvals and has identified this as an optional task. A wave runup analysis has also been included as an optional task, should it be required. In addition, per the City's request, an optional task for permit renewal for the City's Opportunistic Beach Fill Program has been included. A detailed cost proposal is provided, listing all personnel, hours, hourly rates, plus miscellaneous costs for the AECOM Team. The first spreadsheet illustrates all AECOM hours, with Brown and Caldweli and WEST lump sum for under subconsultants. Separate pages provide the fee estimate for both these team members. For complete disclosure, fee rate sheets for AECOM, Brown and Caldweli, and WEST are provided as well. Agua Hedionda Channel Dredging Project AECOM 2. Contract Attachments changes accepted.doc Agua Hedionda Channel Dredging Project Fee Proposal Page 1 of 2 Submitted by: AECOM Team AECOM Rate Project Director $170 Project Manager $120 Beach Nourishment Advisor $180 Senior Landscape Architect $150 Senior Restoration Ecologist $160 Environmental Analyst II $90 Senior Environmental Assessor $135 Environmental Assessor $105 Biologist III Environmental $100 biologist II Environmental $90 Designer II Landscape $80 GIS Specialist I $80 Technical Editor $95 Word Processor II $75 RWMii)Mi3K9R ' - -"- '" ' " '• '' ':';:'' Sub-Consultants Rates Brown and Caldwell * West Engineers (optional) * St»C6!f$tS.T*?Sff23SF ; ' • ; TOTAL SUB-CONSULTANT COST 3roject Expenses Equipment Rental ^epFographics/Photo Copies per page: B&W8.5X11 $0.10 Color 8.5x11 $0.95 Color 11x17 $1.35 Vehicle Use (Rental at cost, Company 4X4 $75) $75.00 Miscellaneous (gas and laboratory testing) WO&CFJWENSISSeir,, '-,- '--,':~ ,',''•',-, _ TOTAL PROJECT EXPENSES COST Part 01 Mlfi-^tWr: Pi2£ S. DfSW^.g* Hours Costs 4 $680 12 $1,440 144 $21,600 26 $4,160 46 $4,140 214 $17,120 40 $3,200 8 $760 8 $600 - /-;- M - i&OT Part 01 $15,446 4 WHS 1.15,446 Cost - '',-*' " .' ', ' "",*,'', TOTAL FEE (WITHOUT OPTIONAL TASKS) $69.146 TOTAL FEE (OPTIONAL TASKS) WjSJUJfl J1-., '.-.'. '-, „• '-,, •/';. ," „- ';", 'f , .;•;:; '- W$& CONTINGENCY (10%) Part 02 RcsosifCi AsesiSv' F^rrpHs Hours Costs 4 $680 40 $4,800 12 $1,800 12 $1,920 40 $3,600 10 $1,000 2 $190 2 $150 ,-:--, « '$14f4g Part 02 $13,113 tin 113 Cost 100 $10 50 $48 3 $225 .'• • . '• ;, . •$$&. $283 $27,536 •••,;'!':'/!,«:'• ;,/W£&i Part 03 B^gch DJ?tos?.i Ai*?r^atjvp Hours Costs 4 $480 16 $2,880 16 $1,440 16 $2,160 24 $2,520 " - 78' (-'~, -^480 Part 04 £ng;ri«srinq Hours Costs 4 $680 16 $1,920 ,•'10, , JtWO Part 03 $19,228 ' , " ; $is;25i $19,228 Cost 40 $4 $10,000 ' v • , ' PSiOM $10,004 $38,712 •; • / • •-' p8-,r« Part 04 $41,178 • " , »W« $41,178 Cost , " - ':,, ', $43,778 •; ; ,, .- - / mjn Part 05 Othsf R^^iili'sme^ts Hours Costs 12 $2,040 40 $4,800 ' $t/ |«^» Part 05 $19,424 '• " ' •• JJS.424 $19,424 Cost '••*,, •" ' ;//::!"- '- $26,264 '• ,, ,;•' : VKOt Part 06 i.nr.siscaf;;; ?lw.s iA^ii;} &id Caisvsfa C«fks; Hours Costs 2 $340 4 $480 24 $3,600 10 $900 60 $4,800 '•••W $»,tS50 Part 06 Cost ...-•• $10,120 '-, ,//- , $n,w 38*8813>TM:»,- . "••-, •• ;,.-, • •..'•:; ',•',, ',,-'-••::-• -:''•? I, • ,,:• ; ,-'.-.-". "•• •••-,." .'-. ''. ' •',-•', --- ,; -. •'„• •„•-,•' ," .,. ,- - - '•:,••'. /f"~ '.-.',, , • • ASSUMPTIONS: 'Detailed cost estimates for Brown and Caldwell and West are provided on the following pages. "Based on concurrent field survey with LBV. No field time included in this task. 3 hard copies of draft and final mitigation plans, landscape drawings, SAP, 8 project related meetings (3 agency and 5 other) Estimated weekly phone calls Assumes no irrigation for landscape drawings '"Assumes CCC will require new permit and all other remaining permits can be extended. Assumes no attendance at CCC Hearing, as project is exptect to go on consent. City to pay all permit fees Optional parts to be authorized by the City in advance Final Agua Hedionda Fee Proposal - wlab Agua Hedionda Channel Dredging Project Fee Proposal Page 2 of 2 Submitted by: AECOM Team AECOM Rate Project Director $170 Project Manager $120 Beach Nourishment Advisor $180 Senior Landscape Architect $1 50 Senior Restoration Geologist $1 60 Environmental Analyst II $90 Senior Environmental Assessor $1 35 Environmental Assessor $105 Biologist III Environmental $100 Biologist II Environmental $90 Designer II Landscape $80 GIS Specialist I $80 Technical Editor $95 Word Processor II $75roim:*iepMW80R;!'' , '-;••'' ',,•••• Sub-Consultants Rates 3rown and Caldwell * West Engineers (optional) 'sss-spsi&f.wRassT '- ', „ ,„.. \ ,;. ~ •/• ,-, TOTAL SUB-CONSULTANT COST Project Expenses Equipment Rental Reprographics/Photo Copies per page: B&W8.5X11 $0.10 Color 8.5x11 $0.95 Color 11x17 $1.35 Vehicle Use (Rental at cost, Company 4X4 $75) $75.00 Miscellaneous (gas and laboratory testing)w^ps>tesc« • ' ;. '/ :.<, . TOTAL PROJECT EXPENSES COST Part7a ?™tc-;:oS ^;r^vs • C«;i*r:rf;;3 GilS&atdWr 3«d UrHri? Bi-ifS vlr?o Hours Costs 4 $480 80 $8,000 140 $12,600 32 $2,560 10 $950 16 $1,200:.. , m :-,- «so Part7a Cost $300 400 $40 100 $95 150 $203 11 $825 $300 fn ,763 TOTAL FEE WITHOUT OPTIONAL TASKS) $27,553 TOTAL FEE (OPTIONAL TASKS) rOT*j.BPs. 1 W3P OPTIONAL Part 7b Pioioco! Swveys • SW WiSiw Fi'/CattiWr* Hours Costs 2 $240 5 $500 32 $2,880 16 $1,280 5 $475 8 $600 '- ' '••"'- is-';,- ^g$ OPTIONAL Part 7b Cost $150 200 $20 50 $48 75 $101 - $l« $319 $6,294 ;"•-, ';' '• W$* CONTINGENCY (10%) OPTIONAL Part 3d W'3vs Ru? Up Analyst Hours Costs r' ' •( - - '••'•'' OPTIONAL Part 3d $8.330.00' ", ' •• --- iKmee J8.330.00 Cost OPTIONAL Part 8 "< r,v !c-"9j.-,r • >t ; Hours Costs 60 $7,200.00 30 $5,400.00 120 $10,800.00 24 $1,920.00 16 $1,520.00 30 $2,250.00;„- - -'m .«»« OPTIONAL Part 8 , -.'.•';, ';- ,." , - Cost 100 $10.00 20 $19.00 20 $27.00 " &m $56.00 Total All Tasis Hours Costs 26 $4,42t 182 $21,840 46 $8,280 180 $27,000 38 $6,080 176 $15,84t 16 $2,16C 24 $2,520 95 $9,500 228 $20,52C 274 $21,92C 112 $8,960 41 $3,895 64 $4,800-' IX ' f15ff?l Total $108,38£ $8,330 '..|W,7« $116,71! Cost $45C 840 $84 220 $209 245 $331 14 $1,050 $10,300mm $12,424 $8,33t '- /,- , 'f!$s,ag» $29,146;* :••"• '- ' ,;•£-, y®y& mmmx* , -. -,;;. ';:.,... ,;r,^.^ _'•:-.':...•, , ^ . .•^^...~.^- L..L..-,:. .:-.. ASSUMPTIONS: $243,1 Of $14,624 ' '• , , ' 1817,733 $25,773:-?' - , -^mm 'Detailed cost estimates for Brown and Caldwell and West are provided on t "Based on concurrent field survey with LBV. No field time included in this t 3 hard copies of draft and final mitigation plans, landscape drawings, SAP, 8 project related meetings (3 agency and 5 other) Estimated weekly phone calls Assumes no irrigation for landscape drawings "'Assumes CCC will require new permit and all other remaining permits ca City to pay all permit fees Optional parts to be authorized by the City in advance Final Agua Hedionda Fee Proposal - wlab 100 Mitigation Plan 200 Resource Agency Permits 300 Alt Beach Disposal 400 Engineering Requirements 500 Other Req'ts/Support $196.00 $236.00 $148.00 $148.00 $167.00 $189.00 $196.00 $126.00 $107.00 $126.00 24 2 20 2 30 2 44 8 44 10 8 32 36 52 24 8 0 8 0 0 18 8 20 32 0 0 0 0 40 8 0 0 0 14 0 0 0 0 0 8 0 4 0 16 8 36 16 2" 40 12 96 82 120 246 114 15,086 12,908 19,228 40,608 19,424 250 150 0 350 0 100 50 0 200 0 350 200 0 550 0 350 200 0 550 0 360 205 0 570 0 15,446 13,113 19.228 41,178 19,424 GRAND TOTAL 107,254 1,100 1,100 1.135 108,389 PHASE ASSUMPTION 100 Assumes preparation of the following items: One team meeting, one draft and one final exhibit One draft and one final mitigation plan (2 drawings each) Incorporation of the following AutoCADD drawings specifications (in MS Word format) received from Prime: One Grading & Drainage drawing, one Landscape drawing, one Irrigation drawing/details/Specifications. 200 Assumes preparation of the following items: One draft and one final SWPPP; water pollution control drawings (5 drawings) One draft and one final water pollution control drawings (5 drawings each) 300 Assumes preparation of the following items: One site visit, one team meeting, one draft and one final exhibit One draft and one final transportation plan (2 drawings each) Incorporation of AutoCADD Encinas Creek Beach (2 drawing each) and Specifications. 400 Assumes preparation of the following items: One draft and one final design plans and Specifications One draft and one final revised cost estimate (2011 dollars) in PDF Format Preparation of one draft and one final stand-alone alternative bid item (Dredge Material Disposal Conceptual Plan). 500 Assumes preparation of the following items: Participation in (1) pre-bid meeting (4 Hrs including travel time). Responses to requests for information (up to 6 inquiries) Revisions and addenda (up to two drawings) and Specifications Section Progress meetings (3 total). WEST 11440 West Bernardo Court Suite 360 San Diego, CA 92127-1644 (858) 487-9378 CONSULTANTS. INC. (858) 487-9448 fax Client/Job Name City of Carlsbad and AECOM Wave Run-up Analysis for Dredge Material Disposal Agua Hedionda Channel Dredging Project COST ESTIMATE January 2010 Rales Hourly Rate A. LABOR COSTS TASK No. DESCRIPTION 1 (a) (b) 2 (a) (b) (c) 3 (a) (b) Meetings and Site Visit Project kick-off meeting and review meeting Site visit Subtotal Wave Run-up Analysis and Dredge Material Disposal Update wave height assumptions Perform updated wave run-up calculations - proposed conditions Review dredged material disposal plans, provide feedback/consultation Subtotal Technical Memo and Project Coordination Prepare technical memorandum Project coordination and correspondence Subtotal TOTAL HOURS TOTAL LABOR COST Associate 189.00 0 1 1 1 1 2 Project Manager 168.00 4 3 7 1 4 8 13 6 2 8 28 Senior Engineer 117.00 0 0 0 0 Hydro- logist 106.00 3 3 4 12 6 22 4 4 29 Clerical/ Techniciar 47.00 0 0 1 1 2 2 Total Task Hours 4 6 10 5 16 15 36 12 3 15 61 COST 672 822 1,494 592 1,944 2,169 4,705 1,668 383 2,051 $8,250 B. DIRECT COSTS Mileage (3 r/t) TOTAL DIRECT COST TOTAL FOR ALL TASKS COST 80 $80 $8,330 Updated: 11/15/2010 AICOM AECOM 1420 Kettner Boulevard Suite 500 San Diego, CA 92101 www.aecom.com 619.233.1454 619.233.0952 tel fax Agua Hedionda Channel Dredging Project Schedule of Fees Professional Services Principal I Principal II Beach Nourishment Advisor Project Director Project Manager Planner I Planner II Planner III Planner IV Senior Planner I Senior Environmental Assessor Environmental Assessor Environmental Engineer/Scientist I Environmental Engineer/Scientist II Environmental Engineer/Scientist III Environmental Planner/Analyst I Environmental Planner II Environmental Planner III Environmental Planner IV Senior Environmental Planner I Biologist I Biologist II Biologist III Senior Biologist I Senior Biologist II Landscape Architect Senior Landscape Architect Designer I Designer II Designer III Senior Designer Archaeologist/Architectural Historian I Archaeologist/Architectural Historian II Archaeologist/Architectural Historian II Archaeological Technician I Archaeological Technician II Archaeological Technician III $225 $265 $180 $170 $120 $80 $85 $115 $150 $180 $135 $105 $110 $125 $195 $80 $90 $125 $150 $170 $80 $90 $110 $145 $170 $115 $150 $75 $80 $130 $160 $75 $85 $155 $55 $60 $70 Technician Field Crew Chief CIS Specialist I GIS Specialist II GIS Specialist III CADD Specialist Programmer I Programmer II Graphic Artist Technical Editor Word Processor I Word Processor II Project Administration Intern Other Direct Costs AECOM 4x4 Vehicle Use (gas excluded) GPS System Use Disposable Camera Film Charge Facsimile $50 $65 $80 $100 $120 $65 $115 $150 $100 $95 $60 $75 $75 $50 $75.00 daily $75.00 daily $15.00 each $5.00 per roll $0.50 per page Invoices will be submitted on 4-week intervals for work in progress unless otherwise agreed. Invoices are due and payable within 30 days after invoice date. Fees are valid through December 31, 2011. Rates are subject to adjustment based on contract terms. O_wp_2011_11280123 Schedule ofFees.doc Brown and Caldwell Standard Schedule of Hourly Billing Rates November 12, 2010 A B C D Drafter Trainee Assistant Drafter Drafter Engineering Aide Inspection Aide Engineer I Senior Drafter Senior Illustrator Inspector I Field Service Technician i Field Service Technician II Field Service Technician III Geologist/Hydrogeologist I Scientist I Senior Field Service Technician Office/Support Services I $59 Word Processor I Office/Support Services II $71 Word Processor II Office/Support Services III $80 Accountant I Word Processor III Office/Support SeracesjV $91 Accountant II Word Processor IV $107 Engineer II Inspector II Lead Drafter Lead Illustrator Geologist/Hydrogeologist I Scientist II Accountant III Area Business Operations Mgr Technical Writer Word Processing Supervisor $126 J K L M Engineer III Inspector III Senior Designer Supervising Drafter Supervising Illustrator Senior Engineer Principal Designer Senior Construction Engineer Senior Engineer Principal Engineer Principal Construction Engineer Supervising Designer Supervising Engineer Supervising Constr. Engineer Supervising Engineer Managing Engineer Chief Engineer Executive Engineer . Vice President Geologist/Hydrogeologist III Scientist III Senior Geologist/Hydrogeologist Senior Scientist Principal Geologist/Hydrogeologist Principal Scientist Supervising Scientist Supervising Geologist/ Hydrogeologist Managing Geologist/Hydrogeologist Managing Scientist Chief Scientist Chief Geologist/Hydrogeologist Accountant IV Administrative Manager Senior Technical Writer Corp.Contract Administrator Assistant Controller Area Bus Ops Mgr IV Corp Marketing Comm. Mgr. $148 $167 $189 $196 ..$219. $236 $252 WEST CONSULTANTS, t N C . California 11440 West Bernardo Court Suite 360 San Diego, CA 92127-1644 858-487-9378 858-487-9448 Fax Arizona 8950 S. 52nd Street Suite 210 Tempe, AZ 85284-1043 480-345-2155 480-345-2156 Fax Oregon 2601 25th Street SE Suite 450 Salem, OR 97302-1286 503-485-5490 503-485-5491 Fax 10300 SW Greenburg Road Suite 470 Portland, OR 97223-5488 503-946-8536 503-946-8537 Fax Washington 12509 Bel Red Road Suite 100 Bellevue, WA 98005 425-646-8806 425-646-0570 Fax River Measurement A Division of WEST Consultants 811 NE 154th Street Vancouver, WA 98685-1347 360-571-2290 360-571-2291 Fax www.westconsultants.com Hydraulics Hydrology Sedimentation Water Quality Erosion Control Environmental Services 2010 RATE SCHEDULE POSITION Principal Associate Project Manager (Level 3) Project Manager (Level 2) Project Manager (Level 1) Senior Engineer (Level 2) Senior Engineer (Level 1) Staff Engineer (Level 2) Staff Engineer (Level 1) Hydrologist, Scientist (Level 5) Hydrologist, Scientist (Level 4) Hydrologist, Scientist (Level 3) Hydrologist, Scientist (Level 2) Hydrologist, Scientist (Level 1) Engineering Technician (Level 3) Engineering Technician (Level 2) Engineering Technician (Level 1) Clerical/Wordprocessor (Level 3) Clerical/Wordprocessor (Level 2) Clerical/Wordprocessor (Level 1) HOURLY RATE $250.00 $189.00 $182.00 $168.00 $153.00 $134.00 $117.00 $106.00 $95.00 $138.00 $120.00 $96.00 $72.00 $62.00 $88.00 $74.00 $62.00 $61.00 $47.00 $38.00 Travel and Per Diem*: Airline Actual Cost Automobile Mileage $0.50/mi Per Diem as per PARS Regulations or Contract. Incidentals - receipts provided for expenses over $25.00 Effective: January 01, 2010 ATTACHMENT 3 AGUA HEDIONDA CHANNEL DREDGING PROJECT SCHEDULE AECOM has prepared a project schedule, including all environmental and engineering related tasks, based on the City's desire to send the project out to bid in July 2011. This project schedule will be confirmed at the project kick-off meeting with the City, and on a monthly basis (or more frequently as needed) throughout the duration of the project. Agua Hedionda Channel Dredging Project AECOM 2. Contract Attachments changes accepted.doc Environmental and Final Design Engineerings Services, Agua Hedionda Channel Dredging Project Schedule tD ~ Task Name 1 j| Notice To Proceed 2 I Project Kick-Off Meetln 4 AECOM Prepares t ""5 Carisbad' Reviews " ~~ 6 AECOM" Revises D 7 Draft Mitigation Ra 8~" Resoure Agencies 9 ~i : AECOM Prepares F 10 i AECOM Prepares [ 1 1 Carisbad Reviews' "~12 i ; AECOM Prepares F 13 Resource Agency Pern 14 \ ! Re-Initiate Resouro 1 5 Permit P'rocess'Sch 16" Resource Agency F 17 "V% : Resource Agency 36 " Obtain Final Resou 37 : ; SWPPP i Duration § Start I Finish : 1 day Wed 12/15/10; Wed 12/15/10 g "i day Thu 12/16/10' Thu 12/16/10 116days thu 12/16/10 Thu 5/26/11 raft Mitigation 'Plan 20 "day's thu 12/16/10 Wed 1/12/11 3raft Mitigation Ran 10 days Thu 1/13/11 Wed 1/26/11 aft Mitigation Plan for Submittai to Resource Agencies : 15 days Thu 1/27/11; Wed 2/16/11 Submitted to Agencies 1 day Thu 2/1 7/1 1 Thu 2/1 7/1 1 Review Draft Mitigation Ran 20days Fn2/18/11 Thu3/17/11 inal Mitigation Plan based on Agency Comments ; 1 0 days Fri 3/18/11: Thu 3/31/1 1 )raft Mitigation Drawings and Specs i 1 5 days Fri 4/1/1 1 ; Thu 4/21/1 1 litigation brawing'sand Specs ; iOdays Fn4/22/11 Thu 5/5/11 ihaVMiti'gati'oW'r>a'wings'and"S"p^c's'fw '• 'i'Sdays Frt 5/6/11 Thu' 5/26/1 i e Agency Contact ; Sdays Thu12/16/10 Wed 12/22/10 edu'ie Delivered to Resource Agencies Sdays thu 12/23/10 Wed 12/29/10 •eld Meetirig(sj 5 days thu 2/24/1 1 Wed 3/2/1 1 Phone Calls ; 80 days Thu 12/16/10; Wed 4/6/11 ce Agency Permits 1 5 days Fn 4/1/1 1 Thu 4/21/1 1 108 days thu 1/27/11 Mon 6/27/11 ; NovemberSEsaaizu/um 38 "^ B&C Prepares Draft SWPPP 24 days Thu 1/27/1 1 Tue 3/1/11 ; ~39 'Carlsbad Reviews Draft SWPPP . u'days Wed3/2/11; Mon3/21/lii I ""40™""; ; B&C Prepares Final SWPPP 12 days Tue 3/22/1 1 ; Wed 4/6/1 1 j 41 ' B&C Submits SWPPP and NO) to RWQCB "2 days" Thu4/7/11 Fri4/8/111 42 i RWQCB Review and Comment 20 days Mon 4/1 1/1 1 Fn 5/6/1 1 ~~43 "" B&C Incorporated RWQCB comments-Submit Revised Final SWPPP 6 days Mon 5/9/1 1 Mon 5/16/1 1 44 RWQCB Provides NOI Number ; 30 days Tue 5/1 7/1 1 ; Mon 6/27/1 1 ; • -45 i Beach Disposal Documentation 76 days Thu 12/16/10 Thu 3/31/11 i 46 : : SAP . : 76 days Thu 12/16/10; Thu 3/31/11 ~47 ~j ! AECOM Prepares Draft SAP : 20 days Thu 12/16/10; Wed 1/12/11 ; ~~48 "1 : Carlsbad Reviews Draft SAP ', 10 days Thu 1/13/11; Wed 1/26/11; "~49 AECOM Prepares Draft Final SAP 15 days Thu 1/27/11; Wed 2/16/11 ; 50 " SAP Distributed to Resource Agencies ; for Review i'da'y Thu 2/17/11 Thu 2/17/11 51 ; ; ""Resource Agencies ReviewSAP 20"days Fri 2/18/11! Thu 3/17/1 1? "52" AlCOM Prepares FinarSAP 10 days Fn 3/18/11 Thu 3/31/11 53 "jS 6&C Prepares Orec 55 : ! B&C/AECOM 56™ "Ca'rtsbad'Re'vi 57 "B&C/AECOM' ~~ST\ I Final Draft bis 59 i ; Resource Age ~60"1 ! B&C/AECOM ~62~~f I WESTPrepart "63 ~ i Carlsbad Revi 64 i ! ' WEST Prepare 65 'Final 'Draft Wa 66 "WaveRunupC 67 i ; " WEST Pr'eparf (ge Quantities i 6 days Thu 1/13/11 Wed 1/26/1 1 sposat Conceptual Plan : 76 days Thu 12/16/10: Thu 3/31/11 Spares' Draft Disposal Plan \ 20 days ' Thu12/16/m Wed1/12/11 sws Draft Disposal Plan Todays'" Thu 1/13/11 Wed 1/26/11 =re'pa'res"Fin'ai'br'aft Disposal' Plan 15'd'ays" Thu 1/27/11 Wed 2/16/11 xwai Rah Distributed for Agency Review "; 1 day" Thu 2/17/11 Thu 2/17/11 icies Reivew Final Draft Disposal Plan j 20 days Fn 2/18/11 Thu 3/17/11 3repare Final Disposal Ran i 10 days Fn 3/18/1 1 Thu 3/31/11 ysi«(rf requested} j 76 days Thu 12/16/10! Thu 3/31/11 s Draft Wave Runup \ 20days" Thu 12/16/10 Wed 1/12/11 sws Draft Wave Runup ; IOdays Thu 1/13/11: Wed 1/26/11 s Draft Final Wave Runup ; 1 5 days Thu 1/27/1 1 ; Wed 2/16/1 1 i/e Runup Distributed to Resburce' Agencies 1 day" Thu 2/1 7/11 Thu 2/17/11 istributed' to' Resource Age'ndes'fw'Review 20 days'" Fn 2/18/11 Thu 3/17/11 s Fina! Wave Runup ; 10 days" Fri 3/18/1 1: Thu 3/31/11 69 '*rg Revise D>aft Construction Raro^ 28 days Thu 12/2/10 Mon 1/10/11 70 } Incorporate i Draft Mitigation ^Pian-Landscape! Details ; 15 days' Fri 4/1/11; Thu 4/21/11; 71 i Incorporate Draft BiBach Disposal Plan-Dredge Quantities 10 days Tue 1/1 1/1 1 Mon 1/24/11 72 • : Revise arid prepare Draft Construction Cost Estimate : 10 days Fn 4/22/1 1 Thu 5/5/1 1 ' Project; Agua Schedule DRAFT 1Date: Tue 11/30/10 December ' Januar/I'MS'SuySmnsIi. 'I \ ! ! : - ! fommmmm f '• « t\ » ! y • Febnjary 'S ;i/16;1/231/30i2/6 2/13J2/203 j ; ! ; March SAoril IMav =June . .July lAuaust J27J3/6 3/13-3/203/2714/3J4/1 0|4/17j4^4 -i- i i ; i » C J i J I . iftlwiM!SSBffli^j SMW I ifffJfftttKfSefSaftx. ». 1 f » S ! fa""4» i- — 4. «*>««»«*® External Milestone * : '^^SS 5/1 TS/8 ;5/1 5:5/2215/29? 6/5 6/1 2S6/1 96/26- 7/3 :7/107/1 77/24;7/31 1 8/7 } \ | Pagel ID ie ~73~1 -74--! 75 76 77 ' 78~ "80" 81 < ~83~ ~~84™' 85 " 86"" 87 Osiita: a tail! lull Bin sis is js js p is ia Is s is js is i§ |i102 • ~10T 104 105 106 ~T6~7~ 108 109 110" 111 [Task Name Prepare and Submit Draft Rans for City Review Revise Plans & Specs based on City Comments Prepare and Submit Final Plans, Specifications and Cost Estimate to City Prepare Bid Package -Plans and Specs Prepare Alternate Beach Disposal Sid Package - Plans arid Specs Pre-Bid Meeting - Plans and Specs Landscape Revegetation Plans for Agua Hadionda and Caiavera Crvefcs AECOM Prepares Draft Revegetation' Plans Carlsbad Reviews Draft Revegetation Plans AECOM Revises Draft Landscape Plans for Submitta! to Resource Agencies Draft Landscape Plans Submitted to Agencies Resoure Agencies Review Draft Landscape Rans AECOM Prepares Final Landscape Plans based on Agency Comments Protocol Surveys Gnatcatcher Protocol Survey Gnatcatcher Protocol Survey i Gnatcatcher Protocol Survey 2 Gnatcatcher Protocol Survey 3 Survey 1 Survey 2 Survey 3 "Survey 4 Surveys Surveys Survey 7 Survey's R0newarof'bppor1unisti'ctea^"FiiJ>ermiiii AECOM Prepams Letters/Applications Requesting Yime Extension City Reviews and Submits Letters to Resource Agencies AECOM Follows Up i with Agencies on time Extension' Request AECOM Prepares CCC Application Package City ^Reviews'CCCApplicabon i Package AECOM Submits CCC Application Package CCC Completeness Review AECOM Responds to CCC Questions Agencies Issue Perm! Is/Extensions CCC Hearing" Date to be Determined i Duration ; ; 15 days 1 5 days 8 days 4'days" 2 days 30 edays"" I'day" 76 days 20 days ' "10 days'" "15'days" 1 day 20 days 1 0 days 100 days it days Iday fday"" Iday" i day" """ I'day"" 1day I'day" 1day 1 day : 1day 1 day ; 15days : 5 days "5 days"" 1 5 days 10 days I'day"" 30 edays i 10 days ' 90 edays """ SOdays Environmental and Final Design Engineerings Services. Agua Hedionda Channel Dredging Project Schedule Start • Finish : i November i December i January : February : March i April \ May i June ; July I August • iO/2To/3 11/7: 1/1 ! 1/2 i 1/2 !12/5i2/U2/1 [2/2 [1/2 [1/9 !1/16i1/23 1/30J2/6 2/132/202/2713/6 ;3/i3l3/20l3/27J4/3 i4/10i*/17i«24JS/1 f 5/8 '5/155/22!5/29i6/5 '6/12'6/196^6^7/3 7rtOi7/17:7/2*:7/31!8ff *Fri 5/6/11. Thu 5/26/11- j S; ij j ; \ \ i gj^^^^^^- ; Fri 5/27/1 ii Thu 6/16/1 1J j | j i : ; ; ^^^^j^. Fri 6/1 7/1 1 Tue 6/28/1 1 ! | | i j j i | !$;$$$$-, Wed 6/29/1 1 Mon 7/4/11"! 1 !! j i i i j |p- Tue7/5/11 Wed7/6/ii! I |j ! j j \ \ $.i ii i i i i ; i "-L Fri 7/15/11 Fri'7/15/i'i'i [ tnu 12/16/10 Thu 3/31/1li i Thu 12/16/10! Wed i/12/11 i Thu 1/13/11 Wed 1/2"6/'il I Thu 1/27/11; Wed"2/16/l"i I Thu 2/17/11; Thu2/17/il j Fri 2/1 8/1 V Thu 3/1 7/11 j Fri3/18/11! Thu 3/31/11 Wed 2/16/11 Tue 7/5/11 Wed 2/16/11 Wed 3/2/li| Wed 2/16/1 1 ! Wed 2/16/11 i j Wed 2/23/1 1 : Wed 2/23/1 i j Wed 3/2/1 1 ; Wed"3/2'/1 i' j Mon 4/1 1/11- Mon4/ii/lil ! Wed 4/20/1 1 Wed 4/20/1 i i i Mon 5/2/11 Mon5/2/iii Mon 5/16/11 Mon'5/16/li'; Wed 6/1/11 Wed 6/1 ml Mon 6/1 3/1 1 Mon 6/13/1 1 1 Fri 6/24/11 Fri 6/24/11 1 Tue 7/5/11 Tue '7/5/1 "ij Fri 1/7/11! Thu1/13/1l| Fn 1/14/11 Thu 1/20/11; Fn 12/17/10 Thu"l/6/i'i'; j Fri 1/7/11; Thu 1/20/ii; i Fn 1/21/11 Fri'l/21/i'i'i i Fri 1/21/11: Sun2/20/lij j Mon 2/21/11; Fri 3/4/1 1J | Fri 3/4/1 1 ! Thu 6/2/1 1 i j Fri"6/3/il: Thu 7/14/11: j i 1 i i ! ; j f-Mtmiammm 1 ! i ! ! I i '— *Jr i : '' : ! | !--._.„.__ 1 ' i !? i i : : : : i i ,! \ i II i ? 1 *""$, 1 Ii i~~™™_™™™_™ : ; j ^^g^^|^^|^^^~. : : :; : i i Project: Agua Schedule DRAFT 1 Date: Tue 11/30/10 Taoh <™^wpw^&»«»;a««B p - IIIHUWIIII Spltt . , , , , Milestone ^ Project Summary psssssssfc HaaHllia^^ r t IT i-ki- -"= '-™-™~-«^"-~-'™'™ n ,| >**&&&<&§: External Milestone •*• a -«- Page 2