HomeMy WebLinkAboutEDAW / AECOM / EDAW Incorporated; 2008-12-05; PWENG646tv f
PWENG646
AMENDMENT NO. 1 TO AGREEMENT FOR ENVIRONMENTAL MONITORING
AND POST CONSTRUCTION HABITAT MAINTENANCE AND REPORTING
(EDAW, INCORPORATED dba EDAW/AECOM)
~his Amendment No. 1 is entered into and effective as of the _ day of
_ 2010, amending the agreement dated December 5, 2008 (the_
"Agreement") $y and between the City of Carlsbad, a municipal corporation, ("City"), and EDAW,
Incorporated, dba EDAW / AECOM, a Delaware corporation ("Contractor") (collectively, the
"Parties") for environmental monitoring and post construction habitat maintenance and
monitoring for the reconstruction of the Encinas Creek Bridge, City Project Number 3919,
hereafter the "Project."
RECITALS
A. The Parties desire to alter the Agreement's scope of work to include environmental
monitoring and post construction habitat maintenance and monitoring for the Project; and
B. 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 dated October 1 3, 2009.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit "A".
2. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed one hundred forty thousand eight
hundred thirty four dollars ($140,834). Contractor will provide City, on a monthly basis, copies of
invoices sufficiently detailed to include hours performed, hourly rates, and related activities and
costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by December 5, 2011 or
as may be extended by written agreement between the Parties.
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 #05.22.01
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
EDAW, INC. dba EDAW/AECOM, a
Delaware corporatio^k
CITY Q
corpo
SBAD, a municipal
the Statetfof Califocrffa
(print name/title)
, (P
(e-mail adcfress)ATTEST:
LORRAIN
City Clerk
(print name/title)
(e-mail address)
De-
V, x + x .>>'/,, w ,.\s
'''IMllH^
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 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
By:.
Deputy City Attorne
City Attorney Approved Version #05.22.01
State of California
County of San Diego
On re^^ry fr, ^Q\O , before me, Leon Magee, Notary Public, personally appeared
, who proved to me on the basis of satisfactory
DATE
evidence to be the person(s) whose name(s) is/are subscribed to the within instrument.
WITNESS my hand and official seal.
_ ff^f — L^ — l>^— —
NOTARY'S SIGNATURE
Leon Magee
Notary Public - California
San Diego County ^*?& eoZ.T"!? MACir
Com 1720314&f
r • • u I-,™->IA itiiJSP No'afV Public - California sCommission # 1 7203 1 4 •«» D'»OO County
t,
Exhibit "A"
October 13, 2009
Mr. John Cahill, Municipal Projects Manager
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Subject: Encinas Creek Bridge Replacement Project Contract Modification Request for
Environmental Compliance Monitoring
Dear Mr. Cahill:
The replacement of Encinas Creek Bridge is critical, as Caltrans and the City have designated the
bridge as "deficient" and in need of replacement. EDAW AECOM appreciates the opportunity to be a
part of the City's environmental planning and permitting team for this critical infrastructure project.
Per your request, we are submitting a scope of work and cost estimate for environmental compliance
activities associated with the Encinas Creek Bridge Replacement Project. This work would be
performed under an amended contract (original contract December 5, 2008)Environmental compliance
services will include biological and cultural resources field support, as required under the Mitigation
Monitoring Reporting Program (MMRP) for the project, tracking of resource agency permit conditions,
and revegetation maintenance and monitoring for a period of 2 years. Construction is currently
scheduled to begin after January 24, 2010, and will extend for approximately 4 months. Revegetation is
anticipated to begin in April 2010 and completed by May 2010. Revegetation activities (e.g., installation
phase) will be followed by a 2-year maintenance and monitoring program that will extend from May
2010 to May 2012.
ENCINAS CREEK BRIDGE REPLACEMENT PROJECT STATUS
EDAW AECOM is currently under contract for environmental permitting during the planning phase of
Encinas Creek Bridge Replacement Project. To date, EDAW AECOM has assisted the City of Carlsbad
(City) in completing biological resource and cultural resource technical studies for the proposed project,
completing a Final Mitigated Negative Declaration and MMRP for the project, securing a Water Quality
Certification from the Regional Water Quality Control Board, obtaining a letter to proceed with work
from the California Department of Fish and Game, and obtaining a provisional permit from the U.S.
Army Corps of Engineers. In addition, EDAW AECOM prepared and submitted a permit application
package to the California Coastal Commission (Commission) for the proposed project. EDAW AECOM
anticipates that the project will be considered for approval by the Commission in early November, and a
Coastal Consistency Determination and final authorization letter from the U.S. Army Corps of Engineers
will follow shortly after.
Upon receipt of these final permits, the City will initiate construction. Construction is anticipated to begin
in late January 2010. The scope of work, as described in detail in Attachment A, will include
environmental compliance monitoring services, as required in the project's resource agency
Mr. John Cahill
City of Carlsbad
October 13, 2009
Page 2
permits/approvals and MMRP. Work will be performed on a time-and-materials basis to a not-to-
exceed amount of $140,834, per the terms of our existing contract.
We look forward to assisting the City in the next phase of this project. If you have any questions, please
call me at 619-233-1454.
Respectfully,
Michelle Fehrensen
Project Manager
Attachment:
A - Cost Estimate
Jacqueline Dompe
Vice President
07080213.01 Encinas Contract Mod.doc
ATTACHMENT A
EDAW AECOM
ENCINAS CREEK BRIDGE REPLACEMENT PROJECT
CONTRACT MODIFICATION REQUEST FOR
ENVIRONMENTAL COMPLIANCE MONITORING
October 13, 2009
SCOPE OF WORK
EDAW AECOM will provide environmental compliance services to the City of Carlsbad (City) for
the Encinas Creek Bridge Replacement Project. These tasks will include the following:
• Task 7 - Environmental Compliance Matrix
• Task 8 - Biological Resource Monitoring
• Task 9 - Cultural Resource Monitoring
• Task 10 - Revegetation Maintenance and Monitoring
• Task 11 - Additional Compliance Activities/Project Management
• Task 12 - Contingency
Task 7 - Environmental Compliance Matrix
EDAW AECOM will compile and review applicable mitigation measures and permit conditions to
develop an approach for environmental compliance. A matrix will be developed, organized by
phase of construction (i.e., preconstruction, construction, and/or postconstruction) and the type
of environmental compliance activity within that phase (e.g., biological surveys, restoration
planning, or construction monitoring). The matrix will also include columns for responsible party,
due date, and status. Permit terms and conditions, and mitigation measures will be gathered
from the following sources:
• California Regional Water Quality Control Board, 401 Water Quality Certification (09C-
046)
• U.S. Army Corps of Engineers,Section 404, Nationwide Permit 14 Linear Transportation
Projects, general terms and conditions
• Carlsbad Planning Commission Resolutions No. 6624 - 6627
• Department of Parks and Recreation Right of Entry Permit, 30 April 2009
• Encinas Creek Bridge Replacement Project - Temporary Impact Revegetation
Specifications
• Encinas Creek Bridge Replacement Project Mitigation Monitoring and Reporting
Program
Encinas Creek Bridge Replacement Project Page 1 of 5 EDAW AECOM
Scope of Work
07080213.01 Encinas Contract Mod.doc 10/13/09
Deliverables
The compliance matrix will be submitted electronically in both PDF and MS Excel format.
Task 8 - Biological Resource Monitoring
EDAW biologists will provide biological resource monitoring that will include constructor
education in the form of a kick-off meeting, monitoring of construction grading activities, and
monitoring of riprap installation. EDAW will provide a biological resource monitor to document
preconstruction site conditions, determine construction limits, and inspect all construction
fencing prior to commencement of construction activities. EDAW AECOM's biological monitor
will also monitor grading activities to verify the avoidance of unauthorized impacts. Following
bridge replacement activities, EDAW AECOM's biological monitor will monitor riprap installation
to confirm riprap placement is limited to areas where riprap already exists. EDAW AECOM will
confirm that habitat disturbance is restricted to the limits of disturbance, as shown on
engineering plans. EDAW AECOM will monitor vegetation removal activities to guide the
contractor in remaining within the authorized limits of work.
Training/Kickoff Meeting
EDAW will develop and implement environmental compliance training for contractor and
subcontractor personnel. Specific topics addressed during the training session will include:
• Regulatory overview and permit requirements
• Environmental compliance procedures and protocols
• Consequences of noncompliance
• Emergency response protocols
Deliverables
Monitoring memoranda will be completed on a weekly basis, or after a specific monitoring
activity, to document construction activities and keep the City informed on project progress.
Kick-off meeting/environmental compliance training materials will be submitted for the City's
review. An attendance sheet will also be submitted.
Assumptions
• 1 Preconstruction survey
• 1 Project kick-off meeting/contractor training
• Up to 40 hours of biological resource monitoring during construction grading/vegetation
removal
• Up to 16 hours of riprap inspection and monitoring
Task 9 - Cultural Resource Monitoring
An EDAW AECOM archaeologist and a Native American monitor will be on-site to monitor the
ground-disturbing activities for the Encinas Creek Bridge Replacement Project. Daily monitoring
logs will be completed by the archaeological monitor. These typically document the location of
Encinas Creek Bridge Replacement Project Page 2 of 5 EDAW AECOM
Scope of Work
07080213.01 Encinas Contract Mod.doc 10/13/09
monitoring activities, types of equipment, proximity to known resources, and any corrective
measures that were needed (e.g., restaking or reflagging areas for avoidance). If cultural
resources are found during ground disturbing construction activities, work will be halted in the
immediate area until the resource can be evaluated.
It is assumed that no cultural resources would be discovered during monitoring activities.
However, EDAW AECOM is well qualified to assess and treat archaeological discoveries. If a
resource is discovered, out-of-scope recordation and/or a research design and data recovery
program will be required to be prepared and carried out to mitigate impacts before ground
disturbing activities in the area of discovery can resume. EDAW AECOM will provide such
services, if required, as a scope modification.
Deliverables
EDAW AECOM will prepare a brief Archaeological Monitoring Letter Report. The letter report
will follow the California Office of Historic Preservation (OHP) Archaeological Resource
Management Reports (ARMR): Recommended Contents and Format (1989). The report will
include a description of the monitoring results, existing conditions of the study area, and a site
description and discussion. The archaeological monitoring letter report will be submitted
electronically for one round of comments by the City.
Assumptions
• Work will consist of 8-hour days for the duration of excavation activities, assumed to be
10 working days.
• A Native American monitor will be required.
• No archaeological materials will be encountered.
• No subsurface investigation is included.
Task 10 - Revegetation Monitoring
Plant Installation and 90-Day Plant Establishment Period (Monitoring Only - contractor to
complete maintenance activities)
EDAW AECOM will monitor the contractor installation of the revegetation area (0.28 acre), per
the revegetation specifications. Monitoring will be performed by a qualified restoration ecologist
and will occur during site preparation, plant installation, and monthly during the plant
establishment period. After each monthly monitoring visit, EDAW AECOM's restoration ecologist
will generate a memorandum to the City recommending species to be weeded and remedial
measures to be implemented by the Contractor to encourage successful plant establishment.
Monitoring inspections will be performed at the following stages of work:
A. After site preparation is completed and before planting and seeding begins.
B. After planting and seeding and before the plant establishment period begins.
C. At intervals of 1 month during the first 90 days.
Encinas Creek Bridge Replacement Project
Scope of Work
07080213.01 Encinas Contract Mod.doc 10/13/09
Page 3 of 5 EDAW AECOM
D. At the completion of the 90-day plant establishment period.
A 90-day revegetation monitoring report will be generated, which will summarize
recommendations made over the plant establishment period and evaluate the site's progress
toward meeting the success standards outlined in the revegetation specifications. This report
will be submitted to the resource agencies, per permit requirements.
21-Month Maintenance and Monitoring Program (EDAW AECOM Maintenance and
Monitoring)
Once EDAW AECOM and the City have determined that the site has become established and is
meeting required success criteria (assumed to be 90 days after installation), EDAW AECOM will
resume maintenance responsibilities for the site. EDAW AECOM will conduct maintenance and
monitoring of the site for the remaining 21 months of the 2-year maintenance and monitoring
program. Maintenance will be conducted monthly to assess site conditions, weed, and replace
plants as-needed. Monitoring of the site will be conducted on a quarterly basis. The site will be
evaluated quantitatively and qualitatively to assess site revegetation success. Should the site
show any indication of not meeting success standards, or plant mortality is too high, EDAW
AECOM will recommend and implement remedial measures (e.g., additional planting, erosion
control) Monitoring memorandums will be generated after each quarterly visit to document the
status of the site. In addition, annual reports in years 1 and 2 will be prepared to evaluate the
site's success.
Revegetation Completion Notification
At the conclusion of the 2-year maintenance and monitoring program, the final year 2 report will
be submitted to the resource agencies, documenting successful revegetation of the site and
requesting permit closure. If necessary, a site visit will be scheduled with resource agency
representatives and the EDAW AECOM restoration ecologist to discuss the success of the site
and facilitate project sign-off.
Deliverables
EDAW AECOM will complete a 90-day plant establishment report and annual reports in years 1
and 2 to document maintenance and monitoring activities. Reports will be submitted digitally to
the City for one round of comments. Final reports will be submitted to the resource agencies.
Assumptions
• Maintenance will require a two-person crew for 1 day per month for 21 months.
• If watering is required, it can be conducted by hand using adjacent water source
(Encinas Creek); no water truck will be required.
• Estimated xpenses totaling $2,000 will be sufficient to cover appropriate maintenance
reimbursable needs (e.g., replacement plantings, protective clothing).
Task 11 -Additional Compliance Activities/Project Management
EDAW AECOM's Project Manager will maintain the permit compliance matrix and will review the
matrix with the City Engineer and Planning Department, as necessary, to facilitate task
Encinas Creek Bridge Replacement Project Page 4 of 5 EDAW AECOM
Scope of Work
07080213.01 Encinas Contract Mod.doc 10/13/09
completion. While not all tasks are the responsibility of EDAW AECOM, EDAW AECOM will
facilitate City tracking and completion of tasks, including assistance in submitting deliverables to
the resource agencies, notice to the Contractor and/or City in advance of deliverable
requirements, and monthly reporting on project compliance status.
Task 12 -Contingency
Per the City's request, EDAW AECOM has allocated an additional 15% contingency for
unforeseen out-of-scope activities that may be required for project success. This contingency
will not be used without authorization from the City's Project Manager.
COST ESTIMATE
EDAW AECOM will complete the above scope of services on a time and materials basis for a
not-to-exceed dollar amount of $140,834. A cost breakdown by task is shown in Table 1 below.
Costs are further clarified by labor category, rate, and hours in the attached spreadsheet.
Table 1. Cost Estimate by Task
Task
Task?
TaskS
Task 9
Task 10
Task 1 1
Task 12
Environmental Compliance Matrix
Biological Resource Monitoring
Cultural Resource Monitoring
Revegetation Maintenance and Monitoring
Additional Compliance Activities/Project Management
1 5% Contingency
Total Contract Modification Request
Cost Estimate
$4,650
$11,002
$20,887
$65,765
$20,160
$18,370
$140,834
Encinas Creek Bridge Replacement Project
Scope of Work
07080213.01 Encinas Contract Mod.doc 10/13/09
Page 5 of 5 EDAW AECOM
Submitted by: EDAW, Inc.
October 13, 2009
EDAW Rate
Principal $225.00
3roject Manager $125.00
Analyst/Planner $85.00
Archaeological/Architectural Historian 1 $85.00
Biologist II $100.00
Field Crew $45.00
GIS Specialist 1 $90.00
Graphic Artist $90.00
Technical Editor $95.00
Word Processor 1 $85.00
TOTAL EDAW LABOR
Suffix 01
Task 7. Environmental
Compliance Matrix
Hours Costs
10 $1,250.00
40 $3,400.00
50 $4,650.00
Suffix 02
Task 8. Biological Resource
Monitoring
Hours Costs
8 $1,000.00
80 $8,000.00
4 $360.00
8 $720.00
1 $95.00
1 $85.00
102 $10,260.00
Suffix 03
Task 9. Cultural Resource
Monitoring
Hours Costs
5 $1,125.00
8 $1,000.00
128 $10,880.00
2 $180.00
2 $190.00
2 $170.00
147 $13,545.0C
Suffix 04
Task 10. Revegetation
Maintenance and Monitoring
Hours Costs
6 $1,800.0C
60 $7,500.0C
328 $32,800.00
336 $15,120.00
16 $1,440.00
8 $760.00
8 $680.00
764 $60,100.00
Suffix 05
Task 11. Additional
Compliance Activities/Project
Management
Hours Costs
96 $12,000.00
96 $8,160.0C
192 $20,160.00
Total
Hours Costs
13 $2,925.00
182 $22,750.00
136 $11,560.00
128 $10,880.00
408 $40,800.00
336 $15,120.00
22 $1,980.00
8 $720.00
11 $1,045.00
11 $935.00
1,255 $108,715.00
Sub-Consultants Rates
Native American Monitor
SUB-CONSULTANT COST
EDAW MARKUP ON SUB-CONSULTANTS 10%
TOTAL SUB-CONSULTANT COST
Suffix 01 Suffix 02 Suffix 03
$6000.00
$6,000.00
$600.00
$6,600.00
Suffix 04 Suffix 05 Total
$6,000.00
$6,000.00
$600.00
$6,600.00
Project Expenses
ProjecWField Supplies (plants, herbicide, GPS, misc)
Vehicle Use (Rental at cost, Company 4X4 $75) $75.00
PROJECT EXPENSES COST
EDAW MARKUP ON EXPENSES 10%
TOTAL PROJECT EXPENSES COST
Cost Cost
9 S675.00
$675.00
$67.50
$742.50
Cost
S $675.00
$675.00
$67.50
$742.50
Cost
$2,000.00
42 S3.150.00
$5,150.00
J515.00
$5,665.00
Cost Cost
$2,000.00
60 $4,500.00
$6,500.0C
5650.00
$7,150.00
TOTAL EDAW LABOR & OTHER DIRECT COSTS I
15% Contingency
GRAND TOTAL (including Contingency)
$4,650.00|J 11,002.H)|$20,887.501 $65,765.00|$20,160.00]$122,465.0t
$18,369.7!
$140,834.7!
ASSUMPTIONS:
Field Supplies include replacement plantings, GPS, herbicide, protective clothing
watering would not require truck. Hand watering once per month at routine maintenance visit
Copy of Copy of Encinas Contraction Cost Estimate (2).xls
PWENG646
AGREEMENT FOR CEQA ENVIRONMENTAL
AND PERMITTING PROFESSIONAL SERVICES
(EDAW, INCORPORATED)
/"THIS AGREEMENT is made and entered into as of the ^ day of
Liu} , 2008, by and between the CITY OF CARLSBAD, a municipal^corporation, ("City"), and EDAW, Incorporated, a Delaware corporation ("Contractor").
RECITALS
A. City requires the professional services of an environmental services firm
that is experienced in CEQA review, environmental sciences and services, and
permitting with public agencies.
B. Contractor has the necessary experience in providing professional
services and advice related to the services required under this agreement.
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 period 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, notwithstanding
delays outside the reasonable control of contractor.
City Attorney Approved Version #1 1 .28.06
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be one hundred ninety eight thousand six hundred sixty one thousand dollars and
two cents ($198,661.02). 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 "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by
the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attorney Approved Version #11.28.06
27
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 insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:V".
10.1 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.
City Attorney Approved Version #11.28.06
10.1.3 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional 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 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.
City Attorney Approved Version #11.28.06
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For City:
Name: Robert Johnson
Title: City Engineer
Department: Public Works
City of Carlsbad
Address: 1635 Faraday Avenue
Carlsbad, California 92008
Phone No.: 760-602-2720
For Contractor:
Name: Jacqueline Dompe
Title: Vice President
Address: 1420 Kettner Boulevard,
Suite 500
San Diego, California 92101
Phone No.: 619-233-1454
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.
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.
City Attorney Approved Version #11.28.06
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 #11.28.06
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.
City Attorney Approved Version #11.28.06
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #11.28.06
8
33
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 condjjipfis of this Agreement
CONTRACTOR
EDAW, INC., a Delaware
corporation
(e-mail address)
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 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
Deputy City Attorney
City Attorney Approved Version #^ 1.28.06
ATTACHMENT 1
ENCINAS CREEK BRIDGE REPLACEMENT PROJECT
SCOPE OF SERVICES FOR
CEQA ENVIRONMENTAL REVIEW AND PERMITTING
April 4, 2008
TASK 1 TECHNICAL STUDIES AND PROJECT DATA COLLECTION ($25,650)
Task 1.1 Data Collection
The following is a description of the data and information to be used to provide regional
characterizations for each of the California Environmental Quality Act (CEQA) issues areas to
be assessed in the Initial Study (IS).
Biological Resources - Existing documentation prepared for the project includes the biological
resources survey and wetland determination and delineation reports, both prepared by EDAW in
July 2006. Information in these reports will be used to the extent feasible. An updated biological
resources map will be developed using data from the California Natural Diversity Database
(CNDDB), U.S. Fish and Wildlife Service (USFWS) Designated Critical Habitat, and the National
Wetland Inventory. Mapping of jurisdictional waters of the U.S. will be updated based on EDAWs
previous wetland delineation study for Encinas Creek. If the limits of impact extend beyond the
existing bridge footprint or manufactured slope, a spring rare plant surveys would be required.
These surveys are not included in this scope of services and estimate. This service could be
provided by EDAW if deemed necessary.
Cultural Resources - The project footprint is unlikely to contain intact cultural sites due to
previous disturbance. However, cultural deposits could exist within undisturbed sediments
along the banks of Encinas Creek. EDAW will utilize existing archeological data to be provided
by the City (as discussed during the October 3, 2007 scoping meeting). Accordingly, cultural
resources record search is not assumed in this scope of work. If, after review of City-supplied
data, additional work is necessary to adequately assess potential impacts to cultural resources,
a separate scope of work and fee estimate will be provided to the City.
Land Use - The City of Carlsbad General Plan (1994, as amended), zoning ordinances, Habitat
Management Plan (2004), Local Coastal Plan (1996, as amended), and other planning
documents for the City will be used to determine land use compatibility and other land use-
related issues. Existing and planned land uses within and adjacent to the project footprint will
be mapped on aerial base maps.
Water Resources - One source of regional water resources and water quality information is
through Project Clean Water, which provides regional watershed management planning and
information resources. The Watershed Urban Runoff Management Plan (City of Carlsbad, et.
al. 2003) will be referenced for information such as sensitive waters, predicted growth,
pollutants of concern, resources requiring protection, and other water resource issues. Local
municipalities, with oversight from the Regional Water Quality Control Board (RWQCB), develop
these plans. The plans address current regulatory compliance needs, as well as watershed-
based approaches to improving water quality. Other reference documents will include Water
Encinas Creek Bridge Replacement Project Page 1
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
Quality Control Plan for the San Diego Basin (i.e., Basin Plan) (RWQCB 1994, amended 2006),
and the City of Carlsbad General Plan (1994), General Plan Master EIR (1994), and
Jurisdictional Urban Runoff Management Plan (2002).
Traffic and Transportation - Data to characterize existing and future traffic volumes and
condition of existing roadways will be obtained from the City of Carlsbad traffic engineering
department and field reconnaissance. Traffic volume counts for peak period AM and PM traffic
will be conducted at up to 3 locations. Machine traffic counts (24-hour average daily traffic
volumes) will also be conducted on Carlsbad Boulevard and the proposed detour route
(assumed to be Avendia Encinas).
Noise - A discussion of potential noise sources and estimated noise levels during construction
will be described. Applicable planning documents, such as the Noise Element of the City's
General Plan (1994) will be used to determine the allowable construction noise limits of
particular areas. It is assumed that no sensitive noise receptors are located within the project
vicinity and that noise monitoring will not be required.
Air Quality - Regional air quality will be described using information from the San Diego Air
Pollution Control District's air quality monitoring network. Additional information may be
provided through the California Air Resources Board or the U.S. Environmental Protection
Agency.
Hazardous Waste - An agency records searches will be conducted to identify hazardous waste
sites located on the property containing the project footprint and neighboring properties
classified as a hazardous waste site under State law. The records search will also identify
business types located within and adjacent to the project footprint that would be likely to store,
transfer, or utilize large quantities of hazardous materials. This information will be obtained from
records maintained by the State of California Department of Health and RWQCB, and other
appropriate agencies (e.g., Department of Toxic Substances Control).
Visual Resources - In addressing potential impacts to visual resources, the City's General
Plan Circulation Element (1994) will be reviewed, and sensitive receptors in the vicinity of
Encinas Bridge will be described. Applicable goals related to visual resources will be identified.
Geology and Soils - Information will be derived from published geologic literature and maps,
such as the Kennedy Maps showing geologic formations for the San Diego area, and
U.S. Department of Conservation Soil Survey Maps of San Diego County. A geotechnical
report will be required for the project. It is assumed that the report will be provided by the City's
engineering design team and is not a part of this scope.
Paleontology - Analysis of paleontological resources will be based upon a review of the
potential for fossiliferous strata identified in geologic maps (Kennedy and Tan 1996) published
geologic literature (Demere and Walsh 1993).
Agricultural Resources - The proposed project is not expected to affect existing agricultural
resources since proposed activities will occur within a developed area, which is not in proximity
to existing agricultural resources.
Encinas Creek Bridge Replacement Project Page 2
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
Recreation - Data sources for recreation will include maps of existing recreation and park
facilities in the area and information from the City of Carlsbad's General Plan Recreation
Element (1994) and correspondence with the State Lands Commission regarding the state
beach adjacent to the project footprint.
Task 1.2 Preparations of Technical Studies
EDAW will prepare technical studies necessary to support preparation of the IS. Impacts will be
evaluated based on the project description (including the location of the proposed limits of
grading and staging areas). EDAW will initiate work on the existing conditions portion of the
technical studies; however, impacts can not be determined until project description information
is provided by the City's engineering design team (see Task 2). A description of the anticipated
technical reports assumed in this scope is provided below.
Because the project intends to replace the bridge in-kind, it is assumed that project impacts
would be associated with construction and limited to the project footprint. The project is not
anticipated to result in changes to the environment post-construction.
A two week review period is assumed for review of technical studies by the City staff.
Updated Biological Resource Surveys
Although EDAW previously completed biological resources survey letter and wetland delineation
reports for the project, the surveys are over 2 years old. Therefore, these reports need to be
updated and conditions verifies. EDAWs biologist and wetland ecologist will conduct a field
reconnaissance of previously surveyed area to verify and update the results of the previous
biological resources surveys.
The sensitive habitats within the project vicinity (i.e., beach, open water, disturbed southern
coastal salt marsh, disturbed coastal and valley freshwater marsh, disturbed wetlands, and
disturbed southern coastal bluff scrub), especially those regulated by the US Army Corps of
Engineers (ACOE) and California Department of Fish and Game (CDFG), are the most likely
resources to be impacted by the proposed project, because these resources are immediately
adjacent to the bridge (EDAW 2006).
A rare plant survey is not anticipated to be necessary for the project. Based on the results of
the biological resources survey performed in October 2005, impacts to the California desert-
thornmint, which was detected more than 100 feet from southbound Carlsbad Boulevard and
the bridge, are not likely to pose a constraint given the low population number, the relatively low
sensitivity status of this species (CNPS List 4 species), and the very disturbed condition of its
habitats. Though the surveys were conducted at a time of year when ephemeral sensitive plant
species would not have been observable, it is anticipated that other sensitive plant species are
absent from the study area due to its highly disturbed condition.
Protocol surveys for sensitive species are not anticipated to be required because no sensitive
wildlife species were detected during the 2005 survey (EDAW 2006). Specifically, sensitive
species known to occur in the project vicinity (Western snowy plover, Least Bell's vireo,
Belding's savannah sparrow, California least tern, and Mexican long-tongued bat) are have a
Encinas Creek Bridge Replacement Project Page 3
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
low potential of occurrence due to the disturbed nature of the habitats within the study area.
The potential for nesting migratory birds is also considered low due to the relatively disturbed
nature of the site.
Traffic Study (performed by subconsultant Linscott, Law and Greenspan [LUG])
The project will require closure of southbound Carlsbad Boulevard in the vicinity of Encinas
Creek Bridge during construction. A temporary detour will be necessary to route traffic around
the construction site, most likely to Avenida Encinas east of Carlsbad Boulevard. EDAWs
subconsultant LLG will utilize the obtained circulation and traffic volume data described above to
prepare a traffic study that will assess impacts from closure of southbound Carlsbad Boulevard
and the temporary detour. The analysis will provide mitigation measure to minimize
construction related traffic impacts from the bridge replacement. The study will also include an
analysis of bicycle and pedestrian access construction-related impacts as well as proposed
remedies to these impacts to alleviate or minimize access issues during construction, to the
extent feasible. In addition, the analysis will consider to what degree recreational parking would
be affected during construction, and any remedies for impacts to parking supplies. The
proposed project would not permanently alter existing traffic volumes or roadway configuration;
therefore all impacts would be considered temporary.
It is assumed that the City will prepare a construction traffic management plan for the proposed
project.
Task 1 Deliverables
This task will include the following deliverables:
• Two (2) hard copies and one (1) electronic copy (PDF) of the draft and final Updated
Wetland Delineation Report and Biological Resources Survey Letter and Traffic
Analysis. One round of comments on each technical report will be incorporated as
appropriate.
• Geographical Information System (CIS) shapefiles with metadata for the biological
resource survey data
TASK 2: COORDINATION WITH DESIGN ENGINEER ($4,965)
EDAW will support the City and the City's engineering consultant during the preliminary
engineering design phase. This support includes the following:
• Provide input on design option and make recommendations regarding potential
environmental and permitting issues
• Make recommendations regarding implementation of conceptual traffic control and
detour options
• Support the design team in identifying project components that are key for the
environmental analysis, including, but not limited to: the project area and limits of work; a
Encinas Creek Bridge Replacement Project Page 4
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
description of the bridge remove and replace activities to be conducted; estimates of
construction traffic; quantity of material to be excavated from the channel; and area of
vegetation to be cleared; anticipated construction schedule; and, types of construction
equipment to be utilized
TASK 3 PREPARATION OF ENVIRONMENTAL DOCUMENTATION ($47,390)
Task 3.1 Prepare Draft Initial Study
The Draft IS will be prepared in compliance with CEQA and State CEQA Guidelines (as
amended), and will based on the City's Environmental Impact Assessment - Initial Study form.
The Draft IS will describe the proposed project, the existing conditions, and the potential
adverse and beneficial environmental effects resulting from the implementation of project.
Impacts will be assessed based on the project description information and the results of the
technical studies discussed above in Task 1. Measures to reduce or eliminate adverse
environmental effects will be provided.
A two week review period is assumed for City review of the administrative Draft IS. One set of
revisions from the City will be incorporated into the public review Draft IS.
Task 3.2 Prepare Final IS/Mitigated Negative Declaration (MND)
EDAW will prepare a MND in accordance with CEQA, which will include an explanation of why
the proposed project will not have a significant environmental effect. The public review Draft
IS/MND will be circulated for a 30-day public review period, as required by CEQA (Section
21091.3).
It is assumed that the City will be responsible for the preparing and distributing the public Notice
of Availability (NOA) for the Draft IS/MND and Notice of Intent (NOI) to adopt the MND. It is
assumed that the City will distribute the Draft IS/MND and Notice of Completion (NOC) to the
State Clearinghouse.
EDAW make revision the Draft IS/MND based on substantive public comments (i.e., comments
that bring to light new information not covered or when it is necessary to correct the text)
received during the 30-day review period. Comments and responses will be documented to
facilitate review of the Final IS/MND. It is assumed that up to 20 substantive public comments
will be received on the Draft IS/MND. (Note that one comment letter may contain more than one
substantive comment).
Task 3 Deliverables
This task will include the following deliverables:
• Two (2) hard copies and one (1) electronic copy (PDF) of the administrative Draft
IS/MND
• Twenty-two (22) hard copies and one (1) electronic copy (PDF) of the public review Draft
IS/MND
Encinas Creek Bridge Replacement Project Page 5
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
Tf\
• Two (2) hard copies and one (1) electronic copy (PDF) of the Final IS/MND
TASK 4 LOCAL, STATE, AND FEDERAL PERMIT PROCESSING ($77,135)
Task 4.1 City Applications and Permits
EDAW will act as an Authorized Representative for the City. EDAW will fill out a Land Use
Review Application and support the City in preparing applications for the following City permits:
• Coastal Development Permit
• Habitat Management Plan Permit
• Special Use Permit
EDAW will coordinate with the City and Nolte to obtain the necessary information for the City
permit process. It is assumed that Nolte will prepare the site plan for the City application
process.
Task 4.1 Deliverables
One (1) electronic copy (via email) of the draft applications for the above listed permits will be
provided. It is assumed one round of comments on the draft applications will be incorporated,
as appropriate. One (1) electronic copy and two (2) hard copies of the final permit applications
will be provided to the City.
Task 4.2 State and Federal Permit Processing
EDAW shall prepare and submit on behalf of City all permit applications required for the project,
except the construction phase Storm Water Pollution Prevention Plan (SWPPP) which will be
managed by Nolte. The following permits will be prepared:
• Nationwide Permit 14 for Linear Transportation Crossings to authorize impacts to
jurisdictional habitat (anticipated to be less than one-third of an acre of tidal waters and
non-tidal adjacent wetlands) from the Corps pursuant to Section 404 of the Clean Water
Act (404 Permit 14);
• Water Quality Certification from the RWQCB pursuant to Section 401 of the Clean Water
Act (401 Certification);
• Streambed Alteration Agreement from the CDFG pursuant to Section 1600 of the Fish
and Game Code; and
• State Lands Commission Encroachment Permit.
It is assumed that no because the project is a remove and replace in-kind, no offsite mitigation
will be necessary. A conceptual mitigation plan will not be prepared as part of this scope of
work; however, this service could be provided with a contract amendment.
No sensitive plant species were detected within 100 feet of the study area, and it is anticipated
that sensitive plant species are absent from the area immediately surrounding the bridge due to
Encinas Creek Bridge Replacement Project Page 6
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
LfO
its highly disturbed condition. The potential exists for grunion habitat west of the bridge. It is
assumed that the project will be designed in conformance with the avoidance measures and
habitat compensation guidelines outlined for this species in the City of Carlsbad's Habitat
Management Plan (2004). The project is not anticipated to impact threatened or endangered
species; therefore, this scope of work does not include formal consultation with USFWS and/or
CDFG for federal and state listed species.
Resource Agency Meetings/Coordination
Upon contact award, EDAW will initiate coordination with the appropriate Resources Agency
contacts to emphasis the importance of expediting this important project for the purpose of
public safety. The overall approach to acquiring permits includes effective and efficient
communication with agency staff to (1) expedite the permit processing schedule to the extent
feasible, (2) help develop strategies and alternatives early in the process that will comply with
regulatory requirements, and (3) ensure that the team is preparing all information necessary to
submit a complete application package in the initial submittal. Agency schedules mandated by
regulations are initiated only once an application is considered complete, so submitting B
complete application is imperative to meet the aggressive schedule. EDAW will prepare the
Resource Agency permit applications on behalf of the City and respond to one round of agency
comments for each permit application. EDAW can not guarantee the response time and
ultimate outcome of the permitting effort.
Toward this end, the team will meet with agency staff starting early in the process and continue
through submittal and processing (six meetings). Meetings will include one joint preapplication
meeting (Corps, RWQCB, and CDFG likely held at the CDFG offices); one joint agency field
meeting (also including city staff charged with processing the CDP), and up to four meetings
during permit processing/negotiations.
Permit application fees or other processing fees up to $1,000 for each payment will be paid by
EDAW and reimbursed in full by the City. EDAW will pay for up to at total of $7,500 in permit
processing fees. Any permit application or other processing fees over $1,000 for each payment
will be paid by the City.
404 Nationwide Permit 14 for Linear Transportation Crossings
It is assumed that the project will meet the threshold for a 404 Permit 14 (i.e., impact will be less
than one-third-acre of tidal waters and less than one-half-acre of non-tidal adjacent wetlands).
Based on the meeting/coordination feedback and sensitive project design, a pre-construction
permit notification package will be prepared and submitted to the City for review. The permit
notification will be revised and a permit packet will be submitted to the Corps for a 404 Permit
14 authorization.
401 Certification
A 401 certification application will be prepared for the City's review. One final 401 certification
package will be provided to the City for submittal to the RWQCB.
Encinas Creek Bridge Replacement Project Page 7
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
Streambed Alteration Agreement
One (1) Streambed Alteration Agreement permit application will be prepared for the City's
review and one final permit packet will be provided to the City for submittal to the CDFG.
State Lands Commission Encroachment Permit
EDAW will coordinate with the State Lands Commission regarding encroachment onto the
Carlsbad State Beach during construction activities. One (1) encroachment permit application
will be prepared for the City's review and one final permit packet will be provided to the City for
submittal to the CDFG.
Task 4.2 Deliverables
One (1) electronic copy (via email) of the Administrative Draft and Draft Application Packages
for the 404 Permit, 401 Certification, Streambed Alteration Agreement, and Encroachment
Permit will be provided. It is assumed one round each of City and agency comments on the
draft applications will be incorporated, as appropriate.
Two (2) hard copies and one (1) electronic copy of the Final Application Packages will be
provided to the City.
Task 4.3 OPTIONAL TASK - California Coastal Commission Coordination
The California Coastal Commission (CCC) has the authority to appeal the City's CDP for the
project. In the event of an appeal, EDAW will support the City by attending up to 3 meetings
with the CCC and attending one CCC hearing to hear the appeal (possibly requiring travel to
northern California). This Optional Task would be provided for a fee of up to $5,000.
Should subsequent permit processing or coordination be required for the CDP following an
appeal, these services could be covered under the contingency task or as a contract
amendment.
TASK 5: PROJECT MANAGEMENT AND COORDINATION ($13,262)
EDAWs project manager will provide the day-to-day coordination with the project team and City
staff. A Project Management Plan (PMP) will be prepared through the use of a spreadsheet that
lists each work product's budget, document control, QA/QC, team roles, and estimated delivery
dates. The PMP will include a milestone schedule to specify a target endpoint of each round of
client and agency review and projected resubmittal dates. The schedule will be developed in
coordination with the engineering design schedule. The project schedule will be updated as the
project progresses and provided to the City's Project Manager. Concise project status updates
will be provided to the City with monthly project invoices, including any revisions to the schedule
or outstanding issues.
EDAW will coordinate with the project team regarding project issues, data, reports, and any
other information or materials necessary for preparation of the environmental documentation for
the project. EDAWs project manager will attend up to four project-related meetings at the City
Encinas Creek Bridge Replacement Project Page 8
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
(not including the six meetings assumed with the resource agencies), including the City
Planning Commission Hearing to approve the project.
TASK 6: CONTINGENCY ($25,260)
A contingency of $25,260 (15 percent of fee for the services described above) will be included in
the contract to cover unforeseen coordination or services that may arise during project
implementation (e.g., additional fieldwork, studies, meetings, etc.). Use of the contingency
funds will require prior authorization by the City.
ASSUMPTIONS
1. Nolte will prepare a detailed project description with components that are key for the
environmental analysis, including, but not limited to: the project area and limits of work; a
description of the bridge remove and replace activities to be conducted; estimates of
construction traffic; quantity of material to be excavated from the channel; and area of
vegetation to be cleared; anticipated construction schedule; and, types of construction
equipment to be utilized.
2. Nolte will also prepare the project SWPPP, construction detour plan, and traffic control
plan.
3. The City will provide existing digital files (GIS, AutoCAD) necessary for the
environmental analysis including, but not limited to, the project design, site topography,
and General Plan land use.
4. EDAW will attend up to 10 project-related meetings (not including the 3 meetings for the
Optional Task 4.3).
5. A two week review period for City staff is assumed.
6. This scope does not include any cultural resources surveys, protocol biological surveys,
or noise monitoring. These services could be provided under a contingency or
authorization a contract amendment, if necessary.
7. The City will handle the local agency review process, all public noticing, and all
distribution to resource agencies.
FEE
The fee for the above scope of work is $168,401, as detailed in Attachment 2. In addition, a
contingency of $25,260 for unforeseen services will be used only upon authorization from the
City. The Optional Task 4.3 (CCC Coordination) will be $5,000. EDAW will invoice the City on
a monthly basis for time and materials in an amount not to exceed $198,661.
Encinas Creek Bridge Replacement Project Page 9
Scope of Services EDAW, Inc.
Attachment 1_Encinas Creek Scope REVISED
ATTACHMENT 2
Environmental Services for Encinas Bridge Replacement Project - CEQA and Permitting Support
Submitted by: EDAW, Inc.
April 4, 2008
EDAW
Vice President (J. Dompe)
Project Manager (L. Cavallaro)
Senior Engineer/Scientist (J. Guigliano)
Engineer/Scientist (B. Maddux)
Analyst (A. Olazabal)
Senior Biologist II (P. Jacks)
Biologist III (J. Zinn)
Biologist 1 (B. Calantas)
Staff Archaeologist (C. Bowden-Renna)
GIS Specialist (P. Augello)
Graphic Artist (D.Brady)
Word Processor
Administrative
Technical Editor
Rate
$250.00
$125.00
$195.00
$110.00
$95.00
$170.00
$125.00
$90.00
$85.00
$90.00
$90.00
$85.00
$90.00
$100.00
TOTAL EDAW LABOR
Taskl
Data Collection and Technical
Reports
Hours Costs
2 $500.00
16 $2,000.00
0 $0.00
0 $0.00
0 $0.00
4 $680.00
16 $2,000.00
32 $2,880.00
0 $0.00
30 $2,700.00
2 $180.00
16 $1,360.00
2 $180.00
8 $800.00
128 $13,280.00
Task 2
Preliminary Engineering
Design and Project Description
Support
Hours Costs
2 $500.00
24 $3,000.00
4 $780.00
0 $0.00
0 $0.00
0 $0.00
0 $0.00
0 $0.00
0 $0.00
4 $360.00
0 $0.00
2 $170.00
0 $0.00
1 $100.00
37 $4,910.00
Task3
Preparation of Environmental
Documentation
Hours Costs
6 $1,500.00
40 $5,000.00
2 $390.00
3 $880.00
200 $19,000.00
8 $1,360.00
0 $0.00
24 $2,160.00
8 $680.00
80 $7,200.00
16 $1,440.00
40 $3,400.00
2 $180.00
20 $2,000.00
454 $45,190.00
Task 4
Permits (not Including CCC
Coordination)
Hours Costs
8 $2,000.00
60 $7,500.00
24 $4,680.00
40 $4,400.00
110 $10,450.00
8 $1,360.00
32 $4,000.00
80 $7,200.00
0 $0.00
55 $5,040.00
8 $720.00
48 $4,080.00
6 $540.00
24 $2,400.00
604 $68,370.00
TaskS
Project Management and
Meetings
Hours Costs
8 $2,000.00
54 $8,000.00
8 $1,560.00
0 $0.00
0 $0.00
8 $1,360.00
0 $0.00
0 $0.00
0 $0.00
2 $180.00
0 $0.00
0 $0.00
0 $0.00
0 $0.00
90 $13,100.0(
Total
Hours Costs
26 $6,500.0C
204 $25,500.0(
38 $7,410.00
48 $5,280.00
310 $29,450.0(
28 $4,760.«
48 $6,000.0(
136 $12,240.0(
8 $680.00
172 $15,480.01
26 $2,340.0(
106 $9,010.«
10 $900.00
53 $5,300.«
1,313 $144,850.«
Sub-Consultants Rates
LLG SO.OO
SUB-CONSULTANT COST
EDAW MARKUP ON SUB-CONSULTANT 1 0%
TOTAL SUB-CONSULTANT COST
Taskl
0 $10.290.00
$10,290.00
$1,029.00
$11,319.00
Task 2
0 SO.OO
$0.00
$0.00
$0.00
Task 3
0 $0.00
$0.00
$0.00
$0.00
Task 4
0 $0.00
$0.00
$0.00
$0.00
TaskS
0 SO.OO$0.00
$0.00
$0.00
Total
0 $10,290.0C
$10,290.0C
$1,029.0C
$11,319.0C
Project Expenses
Couriers/Postage
Equipment
Maps/Film/Photos
Reproduction
Mileages Parking $0.485
Vehicle Use (Rental at cost, Company 4X4 $75.00
Miscellaneous (Permit Fees)
PROJECT EXPENSES COST
EDAW MARKUP ON EXPENSES 1 0%
TOTAL PROJECT EXPENSES COST
Cost
$50.00
$80.00
$100.00
$500,00
0 SO.OO
3 $225.00
0 SO.OO
$955.00
$95.50
$1,050.50
Cost
SO.OO
SO.OO
SO.OO
$50.00
0 SO.OO
0 SO.OO
0 SO.OO
$50.00
$5.00
$55.00
Cost
$0.00
$0.00
$0.00
$2,000.00
0 $0.00
0 $0.00
0 $0.00
$2,000.00
$200.00
$2,200.00
Cost
SO.OO
$0.00
SO.OO
$400.00
140 $67.90
0 SO.OO
57,500.00
$7,967.90
$796.79
$8,764.69
Cost
SO.OO
SO.OO
SO.OO
$50.00
200 $97.00
0 SO.OO
SO.OO
$147.0C
$14.70
$161.70
Cost
S50.0C
$80.00
$100.00
$3,OOO.OC
340 S164.9C
3 $225.0C
$7,500.00
$11,119.9t
$1,111.9!
$12,231.8!
TOTAL EDAW LABOR & OTHER DIRECT COSTS
TASK 6: CONTINGENCY (1 5% of fee)
OPTIONAL TASK 4.3: CCC COORDINATION
TOTAL PROJECT FEE (NOT TO EXCEED)
$25,649.50|$4,965.00]$47,390.001 $77,134.69]$13,261.701 $168,400.6!
$25,260.1-
$5,000
$198,661.0;