HomeMy WebLinkAboutLos Angeles, City of / Bd of Harbor Commissioners; 1990-03-20; 1419-3m a
KARBOF? DEPP,'lTtEMT TRANSMITTAL NO
AGREEFYENf /4/9*34 s CIN OF LQS A#CJ=LES
AMENDMENT NO.l TO REIMBURSEMENT AGREEMENT NO. 1419-3 BETWEEN THE CITY OF CARLSBAD AND THE CITY OF LOS ANGELES FOR THE SUPPLEMENTAL ENGINEERING STUDIES, THE FINAL DESIGN AND RELA'I
CONSULTANT SERVICES FOR THE BATIOUITOS LAGOON ENHANCEMENT AGREEME,
This Amendment No. 1 to Reimbursement Agreement No. 1419
is entered into by the City of Carlsbad (llCity'l) and the City of L Angeles acting by and through its Board of Harbor Commissione
( "Board1f ) .
RECITALS
WHEREAS, City and Board are parties to the Memorandum
Agreement No. 1439 ("the MOA") establishing a project for compensati
of marine habitat losses incurred by port development landfills with
the harbor district of the City of Los Angeles by marine habit
enhancement at Batiquitos Lagoon ( 'Ithe Proj ect 'I ) .
WHEREAS, Reimbursement Agreement 1419-3 constitutes separate agreement between City and Board to specify the payment a support obligations of Board to City in order to perform supplement(
engineering studies, final design and related consultant services order to fulfill its obligations for the Project under the MOA.
WHEREAS, as a result of the supplemental engineering studit
completed for the Project, City and Board acknowledge and agree thl the following additions to the scope of services for final design a
now necessary: (1) the construction and operation of a physicl
hydraulic model to develop design criteria for the tidal in11
structure, (2) geotechnical investigation and final engineering plan specifications and estimates for protective modifications for the I
Bridge, the AT&SF Railroad Bridge and the East Carlsbad Bouleva
Bridge, (3) final engineering plans, specifications and estimates fl
the West Carlsbad Boulevard Revetment, (4) additional tasks requiri of the wetland ecologist, archaeologist, and dredge consultant due t
permit conditions. These scope items are described more specifical:
in Amendment No. 1 between the City of Carlsbad and Moffatt ai
Nichol, Engineers. (Exhibit 1 to this Amendment and this Exhibit
includes a scope of services labeled Exhibit A)
NOW, THEREFORE, City and Board agree that Reimbursemer Agreement 1419-3 is amended as follows:
1. City agrees e L amend its Engineering Ag d, eement with Moffatt Nichol Engineers for the Batiquitos Lagoon Enhancement Proje (as approved by Carlsbad Resolution No. 90-71 on March 20, 199 ( “Engineering Agreement”) as set forth in proposed Amendme
No. 2 to that Engineering Agreement, copy attached to th
Amendment as Exhibit 1.
2. By said Amendment No. 2, the Moffatt and Nichol Phase I1 Sco
of Services dated February 28, 1990 incorporated as Exhibit A the Engineering Agreement shall be replaced with the Scope Services-Modified for Phase I1 Work dated July 13, 19 incorporated herein as Exhibit A of Exhibit 1 to this Amendmen
3. To compensate the consultant for Phase I1 Services the not
exceed amount for Moffatt & Nichol Services shall be increas
by the amount of six hundred and fifty-nine thousand, s
hundred and sixty two dollars ($659,662) for a total not-t
exceed amount for Moffatt and Nichol, Engineers, for Phase I a Phase I1 work, of two million four hundred and thirty eig
thousand, four hundred and forty two dollars ($2,438,442).
4 Except as amended by this Amendment No. 1, all of the provisio of Reimbursement Agreement 1419-3 entered into on March 14,19
between the City of Carlsbad and the City of Los Angeles sha remain in full force and effect.
This Amendment No. 1 shall be effective on the date
approval by City or Board whichever is later.
Dated:
APPROVED AS TO FORM: CITY OF CARLSBAD,
9, /L& f D. Gfi. u
City Attorney Claude A. Lewis, Mayor
-1 - ----------I-__--_ I -
i I*
+ <{get - .F’[ ;gq 92i 93 j a.4-
-_I_-
LOS ANGELES BY A
ITS BOARD OF HARB( ONERS
9 ---- -----__------ A”L
Ezunia- Assistant City Attorney pb Executive rector
8/1y4-
AGEEMENT BE"W
CITY OF LOS ANGE HARB0RDEPARTM-I
THE
AND
m
CITY OF CARLSBAD
AGREEMENT NO. lq/ (I-3
REIMBURSEMENT AGREEMENT FOF
DESIGN OF BATIQUITOS LAGOOF
PROJECT
1
TRANSMITTAL NO, : a
REIMBURSEMENT AGREEMENT
REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF CARLSBAD
AND THE CITY OF LOS ANGELES FOR THE
SUPPLEMENTAL ENGINEERING STUDIES, THE FINAL
DESIGN AND RELATED CONSULTANT SERVICES FOR THE
BATIQUITOS LAGOON ENHANCEMENT PROJECT
THIS AGREEMENT is made this ZotL day of /WAC& , 199c
between the CITY OF CARLSBAD, a municipal corporation of the State of California, hereinafter referred to as CITY, and the City of Los Angeles acting by and through the Board of Harbor Commissioners hereinafter referred to as BOARD. e
RECITALS
WHEREAS, BOARD and CITY intend to pursue a project identified as the enhancement of Batiquitos Lagoon (Project) as mitigation for Los Angeles harbor fills; and
with various federal and state agencies which established
procedures and responsibilities for design, construction and maintenance of the Project: and
engineering design and the draft EIR/EIS and is now in the process of finalizing the EIR/EIS by retaining the services of CH2M Hill; and
WHEREAS, to proceed with the Project it is now necessary t retain the services of Moffatt and Nichol, Engineers to provide the supplemental engineering studies and final engineering desi to prepare the City to construct the project; and
WHEREAS, BOARD is responsible to fund the amount necessary
WHEREAS, BOARD and CITY are parties to an Agreement (IIMOA'')
WHEREAS, CITY has already completed the preliminary
0 1
1
to carry out the supplemental engineering studies, final engineering design and related consultant services.
conditions, it is agreed as follows: NOW, THEREFORE, in consideration of the covenants and
CITY will engage the firm of Moffatt and Nichol, Engineers hereinafter referred to as CONSULTANT to perform the necessary engineering studies and final engineering design for the Batiquitos Lagoon Enhancement Project as described more specifically in Agreement No. between the City of Carlsbad and Moffatt and Nichol, Engineers. (Exhibit 1 to this Reimbursement Agreement and this Exhibit 1 includes a scope of services labeled Exhibit A)
2. CONSULTANT'S services shall be rendered in two phases. The first phase (Phase I) will be supplemental design studies, intended to develop information necessary for the finalization of the EIR/EIS and provide all information necessary for the BOARD to make a project decision at the time of EIR/EIS Certification. second phase (Phase 11) is intended to prepare detailed engineering plans, specifications, and cost estimates
and to provide construction support services. Phase I and Phase I1 tasks are defined in the above referenced
Scope of Services.
0
1,
The
(Exhibit A to Exhibit 1)
3, It is understood that Phase I1 of the Scope of Services, attached as Exhibit.A, is necessary only after the Project EIR/EIS has been certified by the CITY and U.S. Amy Corps of Engineers and only if, after the BOARD has reviewed all pertinent information revealed in the performance of Phase I work, it decide: to proceed with final design of the project.
tasks specified as Phase I1 of the Scope of Services, attached as Exhibit A, unless written notice to proceec is received from the City Manager or his designee, A condition precedent to this notice to proceed is approval by the BOARD to proceed with final project design.
CITY and BOARD agree that to expedite completion of the Batiquitos Project, CITY will need to hire additional consultants (hereinafter llCONSULTANTS1l) to perform the expert services described in Exhibit 2. BOARD agrees to reimburse CITY CONSULTANTS provided: (1) the CONSULTANTS selected and the scope of the CONSULTANTS work are agreeable to the Executive Director of the
Los Angeles Harbor Department or his designee which
*
4. CONSULTANT shall not begin work on the sixteen (16)
5.
a 2
T
shall be given in writing by letter to CITY when the
CONSULTANTS are selected: (2) the amount of the reimbursement for each CONSULTANT selected shall not exceed the amount listed in Exhibit 2 (which includes a
25% contingency factor) without further BOARD approval;
(3) the amount of the reimbursement for the administrative services of CITY shall not exceed the amount listed in Exhibit 2 (which includes 25% contingency factor) without further BOARD approval.
BOARD shall pay the actual cost of Moffatt and Nichol, Engineers services provided these costs shall not
exceed One Million Seven Hundred Seventy-Eight Thousand Seven Hundred Eighty Dollars ($1,778,780) without prior written approval of BOARD plus actual cost of additional CITY CONSULTANTS services provided these costs shall not exceed Two Hundred Twelve Thousand Five Hundred Dollars ($212,500) (including a twenty-five
(25%) contingency factor) without prior written approval of the BOARD plus actual CITY administrative costs, not to exceed One Hundred Thousand Dollars
($100,000) (including a twenty-five (25%) contingency factor).
The invoices of Moffatt and Nichol, Engineers and all additional Consultants retained by City as authorized by this agreement shall be forwarded monthly to BOARD for direct payment to CONSULTANT by BOARD in a timely manner. Monthly invoices for actual CITY administrative cost shall be paid by BOARD in a like manner. Said invoices shall be fully documented by CITY.
7. It is understood that Moffatt and Nichol, Engineers anc additional CONSULTANTS shall be independent contractor5 of the CITY.
If, in the course of this Contract changes seem meritec by the CONSULTANT, CITY or BOARD and informal
consultations with the other parties indicate that a
change in the conditions of the Contract is warranted, the CONSULTANT, CITY, or BOARD may request a change in the scope of services. Such changes shall be processec
by the initiating party in the following manner: letter outlining the desired changes shall be forwardec to the other two parties to inform them of the proposec changes along with a statement of estimated changes in charges or time schedule. If CONSULTANT, CITY and BOARD agree on the proposal, a supplemental agreement
or change order shall be prepared by the CITY and approved by CONSULTANT, BOARD and City Council.
CONSULTANT'S compensation for said change order shall
a
6.
c
8.
A
m 3
I
be determined based on the fee schedules contained in
the CITY/CONSULTANT Agreement (Carlsbad Agreement No. a 1.
9. It is understood that BOARD shall provide CITY with a Project Manager to assist CITY in carrying out Phase I,
engineering studies and Phase 11, final engineering design. The Project Manager shall report to and take direction from CITY, through the City Manager or his designee, provided however, that CITY agrees that it Will at all times consult with BOARD if BOARD expresse: any concerns regarding the Project and will implement all requests of BOARD unless it expressly finds such
requests are unreasonable. The Project Manager shall comply with all laws, rules and policies of CITY and may be removed by BOARD or the CITY, after consultatiol with BOARD, if his/her performance is in any respect unsatisfactory. The Project Manager shall be provided appropriate office space and facilities, if available, (phone, copies, files, etc.) by CITY.
for the CONSULTANTS identified in this Agreement which may be accomplished and paid for in accordance with Sections 5 and 9 of said MOA, BOARD shall be reimburse for the actual amount of its payments to CONSULTANT an CITY from the Escrow Account established under the terms of the MOA, upon written request by BOARD. In consultation with the CITY, BOARD shall have the right to terminate the work of CONSULTANT at anytime for any reason as long as BOARD reimburses the CONSULTANT and CITY for costs incurred to date. Such termination
shall be accomplished by BOARD providing CITY a writte notice and CITY terminating the CONSULTANT'S Agreement as provided in that Agreement.
The work product of CONSULTANT shall be owned jointly
by CITY and BOARD. CITY and BOARD agree that the plan developed by CONSULTANT are proprietary information which have an economic value to a person restoring the
lagoon. If for any reason BOARD does not proceed with the project, it agrees that-?CITY may use the plans developed by CONSULTANT, at no cost to the CITY, to itself restore the lagoon. CITY agrees that if any other person wishes to restore the lagoon and use suck plans, that BOARD shall be entitled to be reimbursed from such person the value of the plan to the extent
BOARD funds have paid for the work of the CONSULTANT.
10. It is understood that, since BOARD is advancing funds
0
11.
e 4
1
IN WITNESS WHEREOF, the parties hereto have executed this
agreement on the day and year first above written.
CITY OF CARLSBAD, a Municipal
Corporation of the State
California
9
BY
CLAUDE A. LEWIS, Mayor
Attest
City Clerk
CITY OF LOS ANGELES, by and througf
its Board of Harbor Commissioners
/7/ii
L BURTS,Executive Directoi a
City Attorney
APPROVED AS TO FO3?%:
BY
LS/cs
13737p2.cs
03/02/90 a
5
EXHIBIT 1
0
ENGINEERING AGREEMENT NO.
AGREEMENT FOR SUPPLEMENTAL ENGINEERING
STUDIES AND THE FINAL ENGINEERING DESIGN FOR THE
BATIPUITOS LAGOON ENHANCEMENT PROJECT
This Agreement, made and entered into as of the ht4 day of March, 1990,
by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as t*CITY,ta and Moffa
and Nichol, Engineers, a California corporation of 250 West Uardlow Road, Long Beach, CA 90807, hereinaft referred to as I'CONSULTANT8I.
RECITALS
CITY requires the services of Moffatt and Nichol, Engineers to provide the necessa
engineering/environmental services for the completion of the supplemental engineering studies and fiP
engineering design for the Batiquitos Lagoon Enhancement Project; and
CONSULTANT, its personnel and Subconsultants, by training, knowledge, and experience in the fields
civil, structural, Coastal and wetland design engineering possess the necessary skills and qualifications provide the services required by CITY;
Now, therefore, in consideration of these recitals and the mutual conditions and covenants contair
herein, CITY and CONSULTANT agree as follows:
1. DEFINITIONS
e
A. Agreement.
B. City. The City of Carlsbad, a mKticipa1 corporation.
C. City Manaqer.
0. Cities. The City of Carlsbad and the City of Los Angeles (including its Harbor Department).
E. Consultant. Moffatt and Nichol, Engineers.
F. Project. The Batiquitos Lagoon Enhancement Project, as defined herein includes (1) the physil
reconfiguration of the Lagoon and Lagoon bottom through dredging and excavation as required to rest1
tidal inflows and aid in maintaining an open Lagoon mouth; (2) creation of new intertidal and subtii
habitats whi le protecting existing habitats; (3) construction of California least tern nesting sit
including fences, to preserve like habitat; (4) construction of a tidal inlet structure that w
minimize the probability of inlet closure, minimize adverse effects to upcoast and downcoast beach
maximize tidal exchange and minimize maintenance dredging requirments; (5) construction of a new U'
Carlsbad Boulevard Bridge; (6) disposal of dredged and excavated material by technically feasib
enviromentally acceptable and cost-effective methods; (7) monitoring activities to determine
condition of the constructed Lagoon on a regular basis; and (8) necessary maintenance activities.
G. Subconsultant(s). Wetland Research Associates, Inc.; P &D Technologies; Woodward-Clyde Consultan
Ogden Beeman & Associates, Inc.; and Melchoir Land Surveying, Inc.
H. Work.
This docunent and Exhibit A with Attatchments A through H made a part of it.
The City Manager of the City of Carlsbad.
All services to be provided by Consultant and Subconsultants pursuant to this Agreeme a 1
necessary to allow City to proceed uith construction and canpletion of Project.
2. PHASES OF SERVICES
0
CONSULTANT'S services shall be rendered in two phases. The first phase (Phase 1) uill be supplemental design studies, intended to develop information necessary for the finalization of the EIR/EIS for tht
Project and to provide all information necessary for the CITY to make a project decision at the timc
of certification. The second phase (Phase 11) is final engineering design. Phase I and Phase I1 task! are defined in the alScope of Services1' attatched as Exhibit A, and made a part of this agreement.
It is understood that Phase I1 is necessary only after the Project EIR/EIS has been certified by thl
CITY and the U.S. Army Corps of Engineers and only if the CITY elects to go forward with the Project
CONSULTANT shall not begin work on the sixteen (16) tasks specified as Phase I1 of the 18scope o
Servicesaa, unless written notice to proceed is received from the CITY Manager or his designee.
3. NOTICE TO PROCEED FOR PHASE I1
4. NOTICE TO PROCEED FOR OPTIONAL WRK ITEMS
CONSULTANT shall not begin uork on any of the optional scope items (Options) in Phase I or Phase I
of the 8aScope of Services8* unless written notice to proceed is received from the CITY Manager or hi
designee.
5. CONSULTANT'S OBLIGATIONS
The CONSULTANT shall:
A. Conduct the necessary tasks required to conplete Phase I and, if authorized, Phase 11 of tt
Project design. Said tasks are identified in the Scope of Services dated February 28, 199C
a copy of which is attached '%cope of Services"- Exhibit A and incorporated by referenc
herein;
Attend such meetings of public and private groups as may be required in conjunction uith th
preparation and approval of the final engineering design;
Provide all personal transportation during the course of this agreement;
Hold harmless from acts or missions of CONSULTANT'S employees or Subconsultants while on tar
Omers property all land mrs granting permission for CONSULTANT to enter and conduct thi
required studies as identified in the 81Scope of Servicesu.
8.
C.
D. 0
E. Perform all functions, responsibilities and requirements to canplete Phase I and, i
authorized, Phase I1 of the Project as specified in the *Scope of Servicesu Exhibit A herei
above referenced.
6. CONSULTANT'S PROJECT MANAGER PERSONNEL Ca4nITMENTS
The CONSULTANT shall provide the following key staff for work. They will comnit the time noted bela
A. Jams Walker, as Project Manager, shall spend a mini- of forty-five percent (45%) c
available normal work hours, which is approximtely fifty-eight (58) eight-hour days, durir
the tern of Phase I Vork, and a minima of tuenty percent (20%) of normal available work hour
which is approximately thirty-seven (37) eight-hour days, during the tern of Phase I1 Work
In the event that the above specified Project Nanager becanes incapacitated or separated fr
the CONSULTANT, the CONSULTANT shall notify the City Manager in writing of the change in stat
of the Project Manager and the recam#nded Project Manager replacement. Any change
CONSULTANTS Project Hanager shall require written -oval of the City Manager prior to chang
The City Uanager reserves the right to audit the records of COWSULTANT to ensure that th
carrsitment is met.
8.
C.
7. CITY OBLIGATIONS
Under the general direction of the City Manager and subject to the provisions of this Agreement, CI a '2
shall:
A. Make available to CONSULTANT its records, reports and other docunents deemed necessary t properly perform the services required by the CITY;
Obtain all required permits, uith CONSULTANTIS assistance, to allow the CONSULTANT to perfor the tasks identified in the 18Scope of Services"- Exhibit A;
Obtain permission frm property owners to allow the CONSULTANT to both enter the privat
property and to perform the tasks identified in the uscope of Services" - Exhibit A;
Revieu materials shitted by CONSULTANT in a timely manner SO that the CONSULTANT can adher
to the time schedule contained in the %xpe of Services" - Exhibit A;
a
5.
C.
D.
E. Announce, advertise, conduct and record all public meetings and hearings, uith CONSULTANT1
assistance, related to the conpletion of this Agreement;
F. Provide a Project Manager who shall act on behalf of the CITY in the execution of thi
Agreement.
8. PROGRESS AND COWPLETION
The uork under this Agreement will begin within ten (10) working days after receipt of urittc
notification to proceed by CITY and -be conpleted according to the schedule set forth in Attatchmer
E - #Schedule of Performancea1. Extensions of time may be granted if reqwsted by CONSULTANT and agree
to in writing by the City Manager. In consideration of such requests, the City Manager will gi\
allouance for docwnted and substantial unforeseeable and unavoidable delays not caused by error c
the part of the CONSULTANT, or delays caused by CITY inaction or other agencies' lack of timely actior
9. FEES TO BE PAID TO CONSULTANT
The 1- sun fee payable according to Paragraph 10, 81Payment of Fees", shall be One Million Sevc
Hundred Seventy-Eight Thousand Seven Hundred Eighty Dollars (J1,778,780). No other conpensation fc
services will be allowed except those items covered by supplemental agreements per Paragraph li
#@Changes in Uork".
10. PAYMENT OF FEES
a
Payment of fees shall be in accordance with the fees by task set forth in Attatchment F - Wethod (
Compensation". CONSULTANT shall shit invoices monthly that represent the value of uork canpletc to date, minus any prior payments made. Payments shall be made in the course of CITY business follwir
delivery of invoices provided fees are verified and approved by CITY. Payment of any invoices pursuar
to this section shall not constitute a waiver by CITY of any breach of any pert of this Agreement
Payment will normally be made within 60 days of receipt of invoice.
11. FINAL SUBMISSIONS
CONSULTANT shall deliver to CITY the Final Uork Products in accordance uith Attatchment E - %chedul
of PerfonnanceU.
12. CHANGES IN UORK
If, in the course of this Agreement, changes seem merited by the CONSULTANT and the CITY, and infornu
consultations with the other party indicate that a change in the conditions of the Agreement '
warranted, the CONSULTANT or the CITY may request a change in the scope of uork. Such changes shal
be processed by the CITY in the following mamer: A letter outlining the desired changes shall I
forwarded to the City Manager or CONSULTANT to inform them of the proposed changes along with
statement of estimated changes in charges or time schedule. After reaching rnrtual agreement on tl
proposal, a supplemental agreement or change order shall be prepared by the CITY and approved by ti
City Covlcil. CONSULTANT'S compensation for said change order shall be determined based on the fc
schedules contained in Attachment F - Wethod of Compensation/Consultant Fee Schedule88.
13. COVENANTS AGAINST CONTINGENT FEES
The CONSULTANT warrants that its firm has not employed or retained any carpany or person, other th< a 3
a bonafide employee working for the CONSULTANT, to solicit or secure this Agreement, and that CONSULTA
has not paid or agreed to pay any conpany or person, other than a bonafide employee, any fe
comnission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resolti
frm, the award or making of this Agreement. For breach or violation of this warranty, the CITY she have the right to annul this Agreement without liability, or, in its discretion, to deduct from t Agreement price or consideration, or otherwise recover, the full aarXnt of such fee, cmissic
percentage, brokerage fee, gift, or contingent fee.
a
14. NONDISCRIMINATION CLAUSE
The CONSULTANT shall conply with the State and Federal Ordinances regarding nondiscrimination.
15. TERMINATION OF MNTRACT
In the event of the CONSULTANT'S failure to prosecute, deliver, or perform the work as provided i
in this Agreement, the CITY may notify the CONSULTANT of its intent to terminate this Agreement. 1
CONSULTANT shall respond within ten (10) working days of its receipt of notification. The CITY n
then terminate this Agreement for nonperformance by notifying the CONSULTANT by certified mail.
the Agreement is terminated the CONSULTANT, thereupon, has five (5) working days to deliver docuner
owned by the CITY and all work in progress to the City Engineer. The City Manager shall make
determination of fact based upon the docunents delivered to CITY of the percentage of work uhich 1
CONSULTANT has performed, which is usable in having the Uork for this Agreement conpleted. Based y
that fiding as reported to the City Cot.mil, the Council shall determine the final payment of t
Agreement.
16. D I SPUTES
If a dispute should arise regarding the performance of work under this Agreement, the followi
procedure shall be used to resolve any question of fact or interpretation not otheruise settled
agreement between the parties. Such questions, if they becane identified as a part of a dispute am
persons operating under the provisions of this Agreement, shall be reduced to writing by the princip
of the CONSULTANT or the City Manager. A copy of such docurtented dispute shall be forwarded to bc
parties involved along uith recarmended methods of resolution which would be of benefit to both partie
The City Manager or principal receiving the letter shall reply to the ietter along uith a recOmnerr
method of resolution within ten (10) working days. If the resolution thus obtained is unsatisfactc
to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for i
resolution through the Office of the City Manager. The City Camcil may then opt to consider t
recommended solution to the problem. In such cases, the action of the City Council shall be bindi upon the parties involved, although nothing in this procedure shall prohibit the parties seeki
remedies available to them at law.
e
17. RESPONSIBILITY OF THE CONSULTANT
The CONSULTANT shall be responsible for the professional quality, technical accuracy, and 1
coordination of all designs, drawings, specifications, and other services furnished by the CONSULT!
under this Agreement. The CUNSULTANT shall, without additional conpensation, correct or revise 8
errors or deficiencies in its designs, drawings, specifications, and other services.
Neither the CITY'S review, approval or acceptance of, nor papent for, the services required under tt.
Agreement shall be construed to operate as a waiver of any rights uder this Agreement or of any cau
of action arising out of the performance of this Agreement, and the CONSULTANT shall be and rema
liable to the CITY in accordance with applicable law for all denreg- to the CITY caused by t
CONSULTANT'S negligent performance of or missions of any of the services furnished mder th
Agreement.
The rights and remedies of the CITY provided for under this Agreement are in eddition to any 0th
rights and remedies provided by law.
18. SUSPENSION OR TERMINATION OF SERVICES
This Agreement may be terminated by the CITY upon rendering ten (10) working .days uritten notice
the CONSULTANT. In the event of such suspension or termination, up~l request of the CITY, t
CONSULTANT shall assemble the work product and put same in order for proper filing and closing a
deliver said product to CITY within five (5) working days. In the event of termination, the WNSULTA
shall be paid for work performed up to the termination date; however, the total shall not exceed t e 4
guaranteed total maxim. The CITY with input from the CONSULTANT shall agree on the uork performec
If no agreement is reached, the CITY shall make the final determination as to the portions of task
conpleted and the capmsation to be de.
19. STATUS OF THE CONSULTANT
The CONSULTANT shall perfon the services provided herein in CONSULTANT'S oun way as an idepender
contractor and in pursuit of CONSULTANT'S independent calling, and not as an enployee of the CITI
CONSULTANT shall be under control of the CITY only as to the result to k accomplished and the persm assigned to the Project but shall consult with the CITY as provided for in the request for proposal
The CONSULTANT is an independent contractor of the CITY. The payment made to the CONSULTANT pursuar
to this Agreement shall be the full and complete canpensation to uhich the CONSULTANT is entitled
The CITY shall not make any federal or state tax withholdings on behalf of the CONSULTANT. The CIT
shall not be required to pay any uorkers compensation insurance on behalf of the CONSULTANT. Th
CONSULTANT agrees to inkmify the CIN for any tax, retirement contribution, social security, overtin
payment, or worker's ccmpensation payment uhich the CITY may be required to make on behalf of th CONSULTANT or any enployee of the CONSULTANT for work done under this Agreement.
20. CONFORMITY TO LEGAL REQUIREMENTS
The CONSULTANT shall cause all drawings and specifications to conform to applicable requirements c
Law: Federal, State, and local. CONSULTANT shall assist the CITY to provide all necessary supportir
docunents to be filed with any agencies uhose approval is necessary.
21. OWNERSHIP OF DOCUMENTS
All plans, studies, sketches, drawings, reports, and specifications prepared for this project are 1
became the property of the CITY, uhether the uork for uhich they are prepared be executed or not, k
they are for this project only and are not to be changed or used on any other project except at tt
sole risk of the CITY. In the event this Agreement is terminated, all docunents, plans, specifications
drawings, reports, and studies shall be delivered forthuith to the CITY. CONSULTANT shall have th
right to make copies of the plans for its records. The CONSULTANT shall not be alloued to publish th
results of the technical studies and final engineering design or to sell any data or models develope
expressly as part of this Agreement without the written permission of the CITY.
e
22. ASSIGNMENT OF AGREEMENT
The CONSULTANT shall not assign this Agreement or any part thereof or any monies due thereuder withau
the prior written consent of the CITY.
23. SUBCONTRACTING
If the CONSULTANT shall subcontract any of the uork to be perfod der this Agreement by th
CONSULTANT, CONSULTANT shall be fully responsible to the CITY for the acts and omissions of CONSULTANT'
Subconsultant and of the persons either directly or indirectly eraployed by the Subconsultant a
CONSULTANT is for the acts end omissions of persons directly employed by the CONSULTANT. Nothin
contained in this Agreement shall create any contractual relationship between any Subconsultant o
CONSULTANT and the CITY. The CONSULTANT shall bind every Subconsultant by the terms of this Agr-
applicable to CONSULTANT'S work unless specifically noted to the contrary in the subcontract in questic
approved in writing by the CITY.
It is vderstood that the CONSULTANT intends to engage these Subconsultants for performance of portion:
of the Uork:
0 Wetlands Research Associates, Inc.
0 P & D Technologies
0 Wooduard-Clyde Consultants
0 Ogden Beeman 8 Associates, Inc.
0 Melchoir Land Surveying,Inc.
0 5
Uhenever it is necessary for CONSULTANT to enploy Subconsultants not identified above, their enploymer
shall require the prior written approval by the CITY except Subconsultants whose total costs to be
borne by the CONSULTANT is less than Twenty Thousand Dollars (U0,OOO) 0
24. PROHIBITED INTEREST
No official of the CITY uho is authorized in such capacity on behalf of the CITY to negotiate, makc
accept, or approve, or take part in negotiating, meking, accepting, or approving of any architectural
engineering inspection, construction or material supply contractor, or any subcontractor in comectic
with the construction of the Project, shall become directly or indirectly interested personally in th
Agreement or in any part thereof. No officer, enployee, architect, attorney, engineer, or inspecti
of or for the CITY who is authorized in such capacity and on behalf of the CITY to exercise ai
executive, supervisory, or other similar fmctions in comection with the performance of this Agreemei
shall become directly or indirectly interested personally in this Agreement or any part thereof.
25. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or enployee of the CITY, either befort during, or after the execution of this Agreement, shall affect or modify any of the terms or obligatia
herein contained nor such verbal agreement or conversation entitle the CONSULTANT to any additionc
payment uhatsoever under the terms of this Agreement.
26. SUCCESSORS OR ASSIGNS
All terms, conditions, and provisions hereof shail inure to and shall bind each of the parties heretc
and each of their respective heirs, executors, achinistrators, successors, and assigns.
27. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first above written.
28. CONFLICT OF INTEREST
The CONSULTANT shall file a Conflict of Interest Statement with the CITY Clerk of the CITY of Carlsbi
in accordance with the requirements of the CITY of Carlsbad Conflict of Interest Code.
0
29. HOLD HARMLESS AGREEMENT
The CONSULTANT retained pursuant to this Agreement shall at all times relieve, indennify, protect a1
save harmless the CITIES and any and all of their boards, officers, agents, and employees from any a1
all claim, and demands, action, proceedings, losses, liens, costs and judgements of any kind and natui
uhatsoever, including expenses incurred in defending against legal actions, for death of or injury <
persons or damage to property including property owned by or vder the care and cust- of CITIES 81
for civil fines and penalties, that may arise fran or k caused directly or indirectly by:
A. Any dangerous, hazardous, tmsafe 'or defective condition of, in or on the premises which ai
the subject of this Agreemmt of any nature whatsoever, Jlich my exist by reason of 81
negligent act or omission, or any use or occupation of the premises by CONSULTANT, it
officers, agents, eaployees, subcontractors or Sukonsultants, for which it is legally liable
Any negligent operation conducted upon or any negligent use or occupation of the premises I:
CO)(SULTA)IT, its officers, agents, employees, subcontractors or Subconsultants vder or plrsuar
to the provisions of this Agreement;
Any failure of CONSULTANT, its officers, agents or enployecs to colrply uith any of the tePn or conditions of this Agrement or any applicable federal, state, regional, or nmicipl Lab
ordinance, rule or regulations;
The conditions, operations, uses, occupations, acts, omissions or negligence, existing (
conducted upon or arising from the use or occupetion by CONSULTANT on any other premises withi
the CITY of Carlsbad related to this Agreement.
B.
C.
D.
The CONSULTANT agrees to indennify CITIES and pay for all damage or loss suffered by CITIES includir a 6
but not Limited to damage to or loss of CITIES' property resulting from CONSULTANTS obligations as
described in subsections (A) through (D) of this Section 29.
The CONSULTANT agrees that it will maintain the insurance specified in this Agreement. insurance shall be written at limits specified herein and with such cwnpanies as are acceptable tc
CITIES and the CONSULTANT shall provide CITIES with proof of said insurance as specified below.
All such
0
30. WORKERS' COMPENSATION
A. The CONSULTANT agrees to secure the payment of compensation to its employees injured whilt performing work or labor necessary for and incidental to performance under this Agreement ir
accordance with the provisions of Section 3700 of the Labor Code of the State of California
B. The CONSULTANT shall file with CITIES one of the following: (1) a certificate of consent ti
self-insure issued by the Director of Industrial Relations, State of California, (2) i
certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exac
copy or duplicate thereof of the policy certified by the director or the insurer. Sucl
documents shall be filed prior to ccmmencing the Work of this Agreement.
Uhere the CONSULTANT has employees who are covered by United States Longshoremen and Harbo
Workers' Compensation Act coverage, the CONSULTANT must furnish proof of such coverage to th
satisfaction of CITIES.
C.
31. LIABILITY AND INDEMNITY INSURANCE
A. The CONSULTANT shall furnish a policy of comprehensive general liability insurance wit endorsements for contractual liability assumed and automobile liability insurance, in whic
CITIES, their boards, officers,'agents, and employees are named insureds or are included a
additional insureds with the CONSULTANT. Such policy shall fully protect and save harmles
the additional insureds from any and all claims for damages for bodily injury, includir
wrongful death, as well as from claims for property damages, which may arise from operatior
under and in connection with this Agreement, whether such operations be by the CONSULTANT c
by any subcontractor or Subconsultant or anyone directly or indirectly employed by either a
them and whether liability is attributable to the CONSULTANT or any of the named insureds
Such policy shall protect the CITIES, their boards, officers, agents, and employees whil
acting within the scope of their duties, against all claims arising out of or in connectic
with the work.
0
8. The minimum limits of Liability Insurance shall be the limits normally carried by th CONSULTANT, but not less than Sl,OOO,OOO combined single limit for property damage and bodil
injury including death. If the submitted policies contain aggregate limits the CONSULTAN
shall provide evidence of insurance protection for such limits, so that the required coverag
is not diminished in the event that the aggregate limits become exhausted. Said limit shal
be without deduction, provided that CITIES and their designee may permit a deductible amour
when, in their judgement, it is justified by the financial capacity of the CONSULTANT.
Nothing herein shall be construed as limiting the extent to which the CONSULTANT may be hel
legally responsible for damages to persons or property.
C.
D. When the work of this specification requires the use of watercraft or helicopter, ti COWSULTANT must additionally provide protection and indemnity insurance for watercraft, ai
aviation liability insurance for helicopter in the amount of $1,000,000 conbined single limi
This insurance may be furnished by the Subconsultant using the watercraft or helicopter rath
than the CONSULTANT.
32. The insurance endorsement attached hereto as Attachment H - Y+ecial Insurance Endorsement4I, shall
made available to Contractors and CONSULTANTS and shall be filed with the Project Manager to satis
the insurance requirements described above.
33. PROFESSIONAL LIABILITY INSURANCE
CONSULTANT certifies that it now has professional liability insurance in the amount of one milti
dollars ($1,000,000), that it will take whatever steps necessary to assure that the work performed und a 7
this agreement will be covered by such policy, and that it will keep such insurance or its equivale
in effect at all times during performance of this Agreement and will expend every effort to retain su
policy for two years following completion of the plans and specifications under this agreement. 0
34. INSURANCE DOCUMENTS AND SUBMITTALS
A. ALL required insurance policies shall be transmitted to the Project Manager within thirty (3 days of award of contract for approval by CITIES.
B. The approval of insurance by CITIES shall be a condition precedent to the right of t
CONSULTANT to demand or receive payment for the work under this Agreement requiring SL
insurance. No request for payment will be processed until the required insurance has be
approved by CITIES and no Notice to Proceed will be issued until such approval has been give
C. The CONSULTANT SHALL SUBMIT two "certified duplicate" copies of all policies of requir
insurance with personally executed signatures of authorized agent or representative. Facsimi
signatures will not be approved. IN LIEU OF CERTIFIED DUPLICATE COPIES OF INSURANCE POLICIE
CERTIFICATES OF INSURANCE ENDORSED UITH ATTATCHMENT H -"SPECIAL INSURANCE ENDORSEMENT' UI
BE ACCEPTED.
D. The General Liability Policy provided by CONSULTANT and Protection and Indemnity Poli
provided by the Subconsultant using watercraft, as specified in subsection (Dl of paragr;
31, shall name as additional insureds the CITIES, their boards, officers, agents, 2
employees, and must contain a noncancellation clause exactly as follows:
"It is agreed that the insurance provided herein will not be cance[led or substituted uitt
policy that is reduced in amount until the Board of Harbor Comnissioners and the City Attorr
of the City of Los Angeles and the City of Carlsbad and its City Attorney have been gi!
thirty (30) caiender days notice by certified mail81.
//// e ////
////
//I/
///I
////
////
I///
////
////
////
////
////
////
////
//// a 8
0
IN UITNESS UHEREOF, ue have heremto set our hands and seals.
Date 3-23-90 --
CUWE A. LEUIS,wHayor
MOFFATT AND NICHOL, ENGINEERS
Date ? +- zd- ?D
, q-
CP P~es '
e Attest LA *AA2-
APPROVED AS TO FORM:
Date 321 - 'ID
3/1/90
002.1s
9 a
t
EXHIBIT A 0
BATIQUITOS LAGOON ENHANCEMENT PROJECT
SCOPE OF SERVICES
rl February 28, 1990
Prepared for
City of Carl sbad 2075 Las Palmas Drive Carl sbad , CA 92009-4859
and
Port of ios Angeles 425 South Palos Verdes Street San Pedro, CA 90733-0151
0
Prepared by
Maffatt & Nichol, Engineers 250 W. Wardlow Road Long Beach, CA 90807
a
BATIQUITOS LAGOON ENHANCEMENT PLAN 0 SCOPE OF SERVICES
GENERAL STATEMENTS
A. This scope of services comprises supplemental studies and final design 0' the Batiquitos Lagoon Enhancement Plan. The City of Carlsbad (City) and the Port of Los Angeles (Port) are preparing the final joint Envi ronmental Impact Report and Environmental Impact Statement (EIR/EIS) CHZM Hi 11 is the EIR/EIS consultant.
The supplemental studies and final design effort are divided into two phases. The first phase (Phase I) is intended to develop the informatior required to support I! project decision at the time of the EIR/EIS Certification. The second phase (Phase 11) is intended to prepare detailed engineering plans, specifications, and cost estimate (PS&E) and to provide construction support services.
The Project Manager and contact for this project will be Ms. Lisa Sales c the Port. A1 1 correspondence shall be directed to Mr. John Cahi 11, Municipal Projects Manager for the City, with a copy to Ms. Sales. All correspondence from the City and the Port shall be directed to Dr. James Wal ker, with routi ng noted to the appropri ate person or consul tant .
Options listed in this scope may only be initiated by the written authorization of the City.
Written authorization by the City is required before Phase I1 may be commenced.
Drawings shall be prepared on 24-inch by 36-inch sheets, utilizing the City of Carlsbad standard title block. The Clty shall furnish a sample title block and a reproducible title sheet.
Specifications shall be prepared using the Standard Specifications for Pub1 ic Works Construction (Green Book) as the project standard and i ncorporati ng General Provisions and Standard Speci a1 Provisions furnished by the City.
B.
C.
0 0.
E.
F.
G.
0
i
CONTENTS 0 PHASE I
- Pa
GENERAL STATEMENTS . . . . . . . . . . . . . . .
TASK 1 - REVIEW AND EVALUATION OF PREVIOUS STUDIES . . . . . . . . . .
TASK 2 - GEOTECHNICAL PROGRAM . . . . . . . . . . . . . . . . .
TASK 3 - LAGOON ENHANCEMENT PLAN . . . . . . . . . . . . . .
TASK 4 - DREDGING AND DISPOSAL PLAN . . . . . . . . . . .
TASK5-TIDALINLET . . . . . . . . . . . . . .
TASK 6 -' BEACH NOURISHMENT PLAN . . . . .
TASK 7 - ENVIRONMENTAL MANAGEMENT PLANS . . . 0 .
TASK 8 - UTILITY RELOCATIONS . . . . . .
TASK 9 - BRIDGE STUDIES AND COORDINATION .
TASK 10 - PERMIT APPLICATION AND AGENCY COORDINATION 0 . . e
TASK 11 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULES
TASK12-SUMMARYREPORT o a 0 9
TASK 13 - PROJECT MANAGEMENT AND STUDY SCHEDULE . .
TASK 14 - CONSTRUCTION SUPPORT SERVICES .
TASK15-MEETINGS . . . . . . . . . . 0
TASK 16 - TECHNICAL REVIEW COMITTEE . . 0 .
e
0
ii
CONTENTS a PHASE I1
- Pa
TASK 1 . REVIEW AND EVALUATION OF PREVIOUS STUDIES .............
TASK 2 . GEOTECHNICAL PROGRAM .........................
TASK 3 . LAGOON ENHANCEMENT PLAN
TASK 4 . DREDGING AND DISPOSAL PLAN
TASK 5 . TIDAL INLET DESIGN ..........................
TASK 6 . BEACH NOURISHMENT PLAN ........................
TASK 7 . ENVIRONMEKTAL MANAGEMENT PLANS
TASK 8 . UTILITY RELOCATIONS
TASK 9 . BRIDGE DESIGN AND COORDINATION
TASK 10 . PERMIT APPLICATION AND AGENCY COORDINATION
TASK 11 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULE . .
TASK 12 . REPORTS ...............................
TASK 13 . PROJECT MANAGEMENT AND DESIGN SCHEDULE ..............
TASK 14 . CONSTRUCTION SUPPORT SERVICES
TASK15-MEETINGS ..............................
TASK 16 . TECHNICAL REVIEW COMMITTEE
....................... .....................
................... ......................... ................... ............
................... e
......................
ATTACHMENTS
A: PRIORSTUDIES ..............................
B: PERMITS AND APPROVALS
C: MEETINGS
D: TECHNICAL REVIEW COMMITTEE rn
E: SCHEDULE OF PERFORMANCE
F: METHOD OF COMPENSATION
G: ITEMS TO BE FURNISHED BY OTHERS
H: SPECIAL INSURANCE ENDORSEMENT 0
e
iii
PHASE I
@ TASK 1 - REVIEW AND EVALUATION OF PREVIOUS STUDIES
Object i ve :
Determine if prior studies are adequate for final design.
Scope:
1.1
1.2
Review all studies previously prepared and listed in Attachment A.
Meet with the Port, the City and CHEM Hill to discuss the work accompl i shed to date on the draft EIR/EIS and the scope of work for final i zi ng the EIR/EIS.
Determine if sufficient investigation has been completed relative to: 1.3
a) prel i mi nary engi neeri ng for the 1 agoon,
b) jetty and inlet design,
c) coastal processes,
d) dredge plan and plan for disposal of materials, and
e) biological design criteria.
1.4
1.5
Prepare a summary report on the prior studies that recomnends any additional studies that may be required for design.
Meet with the Port and the City to discuss their comnents on the sumnary report
0
TASK 2 - GEOTECHNICAL PROGRAM
2.1 Characterization of Dredsed Material
Objecti ve :
Conduct an investigation to define the geotechnical properties of the material that will be dredged from the lagoon.
Scope:
2.1.1 Using a floating barge make ten (10) borings in the lagoon to a depth of approximately 15 to 20 feet below the existing ground surface, where the water depth is at least 12 inches, at the tin of the investigation.
a
PHASE 1-1
2.1.2 Make continuous logs of each boring and obtain separate samples from each 3-fOOt interval, in accordance with U.S. Army Corps o Engineers requi rements.
Combine the results of the additional field and laboratory studies with available data to characterize the type, distribution, and volume of the various materials to be dredgec
2.1.3
0
2.2 Disposal of Dredsed Material
Object i ve :
Conduct a geotechnical investigation to design a plan for disposal of tt dredged material within the Central Basin and on the beach for nourishment.
Scope:
2.2.1 Perform four (4) column settling tests on selected samples fron the East Basin to provide a basis for estimating both the time required for the material to settle and for estimating the in- pl ace vol ume of the fines for disposal in the Central Basin. Estimate the approximate bulking factor for the current in-plai volume to be dredged from the East Basin. Perform the column settling tests in accordance to the U.S. Army Corps of Engineer Report D-78-56.
Estimate the available volume of the overdredged area in the Central Basin utilizing available existing data and data acquired by this investigation.
Sample eight (8) profiles for the Batiquitos Lagoon Beach and the Encinas Creek beach areas. Obtain samples from approximately elevation 12 feet down to approximate elevation -2 to -4 feet, in accordance with U.S. Army Corps of Enginee,.s requirements for beach disposal . Obtain soil samples from adjacent beach areas to supplement the profile samples if the proposed beach disposal areas have a cobble face at the time of sampl i ng, Obtain approximately 35 of these soil samples. Survey the beach profile at the time of sampling.
Investigate subsurface conditions at the proposed Green Valley di sposal site to provide information regardi ng the fol 1 owi ng:
2.2.2 @
2.2.3
2.2.4
a) general geological conditions ,
b)
c)
d) site preparation, and
general subsurface soi 1 conditions,
depth to groundwater (if encountered in the test expl oration) ,
a
PHASE 1-2
e) earthwork and site grading.
2.2.5 Perform geologic reconnaissance of the Green Valley disposal site with six (6) to eight (8) test pits or borings extending t depths of 5 to 15 feet. Log the test explorations and obtain soi 1 samples. C1 assi fy the soi 1 sampl es and perform 1 aborator. tests to characterize the subsurface materi a1 s. Perform the fol 1 owing tests :
a
a)
b) four (4) mechanical analyses,
c) four (4) plasticity index tests,
d) two (2) Laboratory compactions,
e) one (1) direct shear test,
f) two (2) unconfined compression tests, and
g) two (2) expansion index tests.
Investisation of West Carlsbad Bridge Foundation
ten (10) moisture content/dry density tests,
2.3
Ob j ecti ve :
Conduct a geotechnical investigation for design of a new bridge to determi ne: e
a)
b) estimated settlement,
c) lateral earth pressures on retaining walls and abutments, and
d) seismic design parameters and liquefaction potential.
depths and types of bridge foundations,
Scope:
2.3.1 Make four (4) exploratory borings ranging in depth from approximately 40 to 50 feet; two of the borings will be in the channel and other two will be in the proposed bridge-abutment areas. Perform the following laboratory tests on the soil samples to evaluate certain physical and mechanical properties of the soils and to confinn the visual classifications made during field explorations:
a)
b) four (4) mechanical analyses,
20 moisture content/dry density tests, m
PHASE 1-3
c)
d)
e)
three (3) plasticity index tests,
two (2) direct shear tests, and
two (2) specific gravity tests.
a
2.3.2 Provide geotechnical information for a seismic evaluation of thc West Carlsbad Bridge, in accordance with the ATC-6.2, Seismic
Retrofitting Guidelines for Highway Bridges. In particular, provide the i nformati on given bel ow:
a)
b)
c)
d)
an estimate of the effective peak rock acceleration, "A," for the West Carlsbad Boulevard Brfdge site,
identification of the applicable ATC-6.2 Soil Type (I, 11, or 111) for the general area,
the Vulnerability Rating due to liquefaction for the West Carlsbad Boulevard Bridge site, and
an estimate of the associated capacity demand ratio, i* the Vulnerability Rating indicates a potential for major or severe 1 iquefaction-related foundation damage.
2.3.3 Determine the pile capacities.
2.4 Investigation of 1-5, Railroad Bridge, and East Carlsbad Bridge
Object i ve :
e
Analyze existing data and determine the scour and slope stability that may result from dredging beneath the existing bridges.
Scope:
2.4.1 Utilize existing available data to analyze the scour and slope stability impacts that may result from dredging beneath each of the three the existing bridges.
Analyze slope stability for I-5 approaches for the after dredge condi ti on.
Determine the existing and after dredge pile-capacities for eacl
of the three bridges.
2.4.2
2.4.3
Investigation of Jetty and Channel Characteristics 2.5
Objective:
Conduct a geotechnical investigation to determine the extent of cobbles and to detenni ne foundation characteristics for design and construction of the tidal inlet channel and jetties. 0
PHASE 1-4
Scope:
2.5.1 Take four (4) soil borings and approximately 25 to 50 jet probes in the vicinity of the proposed tidal inlet channel and jetties, Use this information to describe the soil conditions that may bt anticipated during construction,
e
a) Determine the top elevation of cobbles by jet probes for the evaluation of littoral processes at the site. Take approximately half of the probes offshore in depths of 10 to 20 feet.
Determine the size distribution of cobbles and triaxia aspect ratios for samples taken from the berm to the surf zone. Take and analyze six samples from three range lines at the tidal inlet channel location. Determine the specific gravity of the cobbles.
Determine the depth of over burden and locate bedrock at the jet probe location if bedrock is above -10 feet below mean sea level (provided probes can extend to that depth).
b)
c)
2.6 Prepare a report that describes the methods, findings, and recommendations for all items in Task 2. The report shall be submitted in draft for review. The final report shall respond to comments and contain drawings of the soils logs for inclusion in the contract documents.
Opt i onal I tems :
2.7
e
Use a helicopter to move sampling equipment from location to location in the lagoon if there is insufficient water depth (depths less than 12 inches) in the lagoon for a floating barge to be utilized in field work.
If lateral pile capacities determined in Task 2.4 are insufficient perform an investigation to provide the necessary geotechnical information for additional railroad bridge foundation design that i ncl udes :
2.8.
a)
b)
c)
estimated depths and axial load capacities for new pi1 foundat i ons ,
estimated lateral load capacities for new pile foundations, and
estimated settlements of new pile foundations.
Using a floating barge in the lagoon next to the railroad bridge, make two exploratory borings to depths of approximately 40 feet. Log the borings and obtain soil samples. Perform laboratory tests on the soils to confirm visual classifications made during the field exploration. Perform the fol 1 owing 1 aboratory tests : e
PHASE 1-5
a)
b) two (2) mechanical analyses,
c)
d)
e)
ten (10) moisture content/dry density tests,
two (2) plasticity index tests,
one (1) direct shear test, and
two (2) unconfined compression tests.
e
2.9
2.10
Make mechanical grain-size analyses for approximately 70 samples from lagoon borings taken in Task 2.1.1.
Perform mechanical analyses on all samples obtained in Task 2.2.3. Determine grain-size distributions and pertinent statistical parameter! for beach fill deposition. (See Task 2.5 regarding cobble distribution and specific gravity test.)
Perform tests for analysis of one sample of material destined for disposal at Green Val 1 ey (materi a1 determined unsui tab1 e for beach f i 11 or lagoon disposal by classification) Tests to be conducted are:
2.11
a) mechani cal analysis ,
b) plasticity index,
c) direct shear tests,
d)
e) laboratory compaction.
specific gravity expansion index tests, and e
TASK 3 - LAGOON ENHANCEMENT PIAN
Objective:
Support the EIR/EIS consul tant in devel opi ng a prel imi nary detai 1 ed lagoon configuration plan which meets the requirements of the Resource Agencies per the Memorandum of Agreement.
Scope:
3.1 Compile information pertaining to the existing site conditions into an existing site base plan of suitable scale to clearly identify all items that may affect the project design. These items shall include, but not be limited to:
a)
b) roadway and railroad bridges,
c)
roadway a1 i gnments ,
bathymetric and topographic surveys , a
PHASE 1-6
d) wetlands delineation map,
e) property 1 i nes,
f)
g) utility lines.
e
easements and rights of way, and
3.2
3.3
Participate in developing the lagoon plan by attending meetings, reviewing plans, and preparing memoranda of meetings (see Task 3.8).
Review the lagoon configuration plan developed by the EIR/EIS consultant and recommend modi fi cati ons to it based upon constructabi 1 i ty considerations.
Coordinate with the EIR/EIS consultant to incorporate review comments into the plan.
Prepare an architectural rendering to demonstrate the plan to the public It shall be portable for use at meetings or to display in City property.
mapped with 1-foot contour intervals and spot elevations made to one tenth of a foot tolerance. Topographic mapping shall include the entire perimeter of Batiquitos Lagoon, 10 miles of beach, Carlsbad Boulevard foi 1,500 feet each north and south of the bridges, and the Green Valley
Make a wetland delineation in accordance with U.S. Army Corps of Engineers methodology and criteria and in conjunction with the topographic survey. All project areas in the lagoon and Green Valley, as well as potential dredge pipe and construction areas, shall be mapped.
Prepare memo,*anda that describe reconanendations and comnents made at interagency meeti ngs .
3 4
3.5
3.6 Perform hydrographic and topographic surveys. The topography shall be
e disposal area.
3.7
3.8
TASK 4 - DREDGING AND DISPOSAL PIAN
Objective:
Prepare a preliminary dredge and disposal plan in conjunction with the 1 agoon configuration pl an devel oped by the EIR/EIS consultant .
Scope:
4.1 Analyze lagoon configuration plan with regard to dredging constraints an( propose modifications and changes, if any, for incorporation into the EIR/EIS. a
PHASE 1-7
4.2 Confirm dimensions, depths, overdepth requirements, quantities, and side-sl ope steepnesses of the proposed 1 agoon configuration developed in the EIR/EIS.
Identify and evaluate the types and sizes of dredges suitable to perform the work. The types of dredges to be evaluated include the cutterhead hydraulic dredge, the clamshell dredge and mu1 ti-capabil ity equipment that operates in shallow water environments as both a cutterhead and a cl amshell dredge. Eval uate techniques for conducting the dredging by temporarily raising or maintaining the water elevation within the lagoon without adversely impacting the existing habitat. Develop dredge method to achieve desired slopes.
Eval uate dredge production rates for sediment characteristics and location of disposal sites to determine booster pump requirements.
Develop a preliminary general disposal plan for all materials.
Identify a beach disposal method for sediments dredged from the West and Central Basins . Identi fy di scharge pi pel i ne routi ng and contai nment areas, if any.
Develop the methodology for disposal of material for development of the least tern habitat and of wetland areas.
Evaluate preliminary methods for disposal and capping of the East Basin sediments in an excavated pit in the Central Basin. Recomnend pit dimensi ons, i ncl udi ng dredging overdepth . Recomnend methods to mi nimi zt turbidity.
Develop a preliminary disposal plan for the Green Valley site, including perimeter dikes, weir placement, slopes, project phasing, pipe1 ine routing, and dewatering plan for hydraul i c dredge disposal . A1 so, devel op a prel imi nary di syosal plan for truck transport, including cor,tainment, transfer GF hydraulic dredged material to trucks, and dryir of material on the site.
Review and evaluate proposed site plans to determine if cultural resources will be impacted and determine the level of significance of th impacts. Develop mi tigation measures for affected cultural resources.
Prepare a preliminary design and drawings for the dredging and disposal plan.
Devel op prel imi nary schedul es, determi ne construction quanti ties, and estimate costs for dredging and disposal .
4.3
e
4.4
4.5
4.6
4.7
4.8 e
4.9
4.10
4.11
4.12
Opt i onal I tems :
4.13 Perform f i el d reconnai ssance to 1 ocate cul tural resources.
0
PHASE 1-8
TASK 5 - TIDAL INLET
Object i ve:
Prepare a preliminary design of a tidal inlet to provide the desired flushing of the lagoon. The inlet is to be developed such that it will:
a
a)
b)
c)
d)
e)
minimize the probability of inlet closure,
minimize adverse effects on upcoast and downcoast beaches,
maximize tidal exchange between the ocean and the 1 agoon,
minimize adverse aesthetic impacts, and
minimize construction and maintenance costs.
Scope:
5.1
5.2
5.3
Perform a numerical analysis of the tidal hydraulics to refine the inlet configuration and dimensions required for stability.
Optimize the jetty length to minimize impacts upon upcoast and downcoasl beaches by use of a numerical shore1 ine evolution model .
Convene and coordinate a Model Technical Review Committee (comprised of Drs. Van der Kreeke, Kamphius, and Seymour) in order to determine the technical need for and the benefits and objectives of a hydraulic model,
Prepare a preliminary design of the jetty structures and determine prel iminary material quanti ties for the preliminary cost estimate.
Submit a report that includes recomendations on modeling and tidal inlc design.
e
5.4
5.5
OPTIONAL ITEMS:
5.6 Convene and coordinate a Model Technical Review Committee (comprised of Drs. Van der Kreeke, Kamphius, Seymour, and Collins) to develop a detailed scope, cost estimate and schedule for a physical model if the need and benefits are determined in 5.3.
Meet to review and evaluate model findings for recomnendation of criterl for development of the project design. The same Committee as that described in Dl shall meet at a time near completion of the model study.
Present and defend modelfng recomendations at a public meeting. One member of the review cornittee shall be selected as a spokesman.
5.7
5.8
PHASE 1-9
e
TASK 6 - BEACH NOURISHMENT PLAN
Objective:
Analyze and eval uate existing beach nourishment concept plans.
Scope:
6.1 Determine the volume of acceptable beach fill material and the compatibility of this material with the Batiquitos Lagoon and Encinas Creek beach-fill sites. The following planning studies will be conducted :
verify the longshore transport characteristics of the two proposed beach-fill sites and adjacent coast1 ine,
confirm beach berm elevations and widths and dune 1 ocati ons and vol umes ,
confim the wave-adjusted foreshore slopes, and
confirm the configurations of the beach-fill transitic zones.
a)
b)
c)
d)
6.2 Analyze the existing cobbled beach profiles associated with the two proposed fill sites to develop the fill cross sections in a manner which will minimize the erosion potential of the new sand fill.
Review aerial photographs and beach profile data to describe the behavic of the cobble berm and shore positions. .
Develop concepts for surf site mitigation measures that may create positive long- or short-term benefits to the surfing comnunity. Contact the Surfrider Foundation to determine their concems in the planning process .
6.3
6.4
0
Option:
6.5 Prepare prel iminary designs for surf site mi tigation measures developed in Task 6.4.
0
PHASE 1-10
TASK 7 - ENVIRONMENTAL MANAGEMENT PLANS
Objective:
Review the preliminary Mitigation Monitoring Plan and the long-term Biological Monitoring and Management Plan developed by the EIR/EIS consultant and provide comments to assist in developing the plan. The review is to specifically address:
a)
b)
measures necessary to protect existing resources duri n and fol 1 owing construction and
the constructability of these measures and the associated impacts on schedul i ng and staging areas .
Scope:
7.1 Provide comments on the draft monitoring plans prepared by the EIR/EIS consultant regarding their impacts on the following:
a) seasonal timing of construction,
b) phasing of construction,
c) protection, temporary removal or transplanting of significant or rare organisms prior to construction, and
location of construction equipment laydown areas. d) e
7.2 Interact with the EIR/EIS consultant to obtain information and forward comments to the City.
TASK 8 - UTILITY RELOCATIONS
Objective:
Identify possible conflicts between existing utilities and the proposed lagoon enhancement plan, and coordinate the resolution of identified confl i cts .
Scope:
8.1 Identify utilities, easements and rights-of-way on a utility relocation plan. Each easement shall be addressed with regard to the type of easement, restrictions held within the easement, and how the proposed improvements may affect or be affected by the easement or the utility line within the easement.
Advise easement holders of the proposed project. Where conflicts arise, make recomnendations for their resolutions. When necessary, draft new agreements. In the event that new or relocated easements are required,
8.2
0
PHASE 1-11
submi t 1 egal descri pti ons and accompanying drawings to the Ci ty, County, and other affected agencies for review and approval.
Coordinate with the uti1 ity companies during thei r design work and revic their proposed improvement plans to avoid conflicts with the proposed
1 agoon improvements. Develop a prel imi nary uti 1 ity re1 ocation plan.
Prepare a separate uti 1 i ty-relocation schedule for a1 1 affected uti 1 i ty 1 ines to avoid conflicts with the proposed project construction schedulc
Review and coordinate cost estimates prepared by each utility.
8.3 e
8.4
8.5
TASK 9 - BRIDGE STUDIES AND COORDINATION
Object i ve :
Develop a concept design for a new West Carlsbad Boulevard Bridge. Analyze the impact of dredging on the structural stability of the Interstate 5 Bridges, East Carlsbad Boulevard Bridge and ATUF Bridge. Develop preliminary concepts or measures that would restore them to the structural capacities that existed prior to dredging .
WEST CARLSBAD BOULEVARD BRIDGE
Scope:
9.1
9.2
9.3
9.4
Analyze exi sti ng roadway and bridge pl ans .
Perform an on-site observation of existing conditions.
Determine bridge-replacement funding requirements throtigh Cal trans, Local Assistance, and the City.
Prepare and submit a Bridge Study Report with two (2) conceptual bridge and roadway alternatives including cost estimates, to the City and to Cal trans for review and approval. Develop concepts to include detour a bi cycl e and emergency vehicle access .
Coordinate concepts and funding requirements with Caltrans and the City
Coordinate the bridge study with EIR/EIS preparation.
0
9.5
9.6
EAST CARLSBAD BOULEVARD BRIDGE
9.7 Analyze the exi s ti ng pl ans and mai ntenance i nspecti on records, i ncl udi 1 past geotechnical records, and review logs of test borings, and pile- dri vi ng records.
Inspect the structures for changed conditions and determine the existlr channel depth from sounding data. 9.8 a
PHASE 1-12
9.9
9.10
Determine vertical and lateral pile capacities based on available borinl data.
Determine the design horizontal loadings in the original design and compare with the loadings that would result with the proposed channel depths.
Analyze the existing structure for vertical and horizontal loads and determi ne structure capacity.
Compare the foundation and substructure capacity requirements with the avai 1 ab1 e capacities as derived from geotechni cal study for the propose channel depths.
Analyze any remedi a1 measures required to mai ntai n existing structural capacity and stabi 1 i ty.
Determine the potential scour at the bridge site and recommend protecti measures.
Prepare a report def i ni ng the required remedi a1 measures i ncl udi ng detours and containing a cost estimate and recommendations.
a
9.11
9.12
9.13
9.14
9.15
THE ATCHISON, TOPEKA, AND SANTA FE (AT&SF) RAILROAD BRIDGE
9.16 Obtain and review the existing plans and maintenance inspection records including past geotechnical records, and review logs of test borings an pile-driving records from the AT&SF.
Inspect the structures for changed conditions and determine the existir channel depth from sounding data.
Determine vertical and lateral pile capacities based on abailable borir data and the design capacities for the proposed channel depths.
Analyze the existing structure for vertical and horizontal loads and determi ne structure capacity.
Compare the foundation and substructure capacity requirements with the available capacities as derived from geotechnical study for the proposc channel depths .
Analyze any remedial measures required to maintain existing structural capacity and stability.
Determine the potential scour at the bridge site and recommend protecti measures.
Review proposed remedial measures with the City and the AT&SF.
a
9.17
9.18
9.19
9.20
9.21
9.22
9.23
9.24 Initiate railroad agreement processing. 0
PHASE 1-13
9.25 Prepare a report defining the required remedial measures and containing z 0 cost estimate and recommendations.
THE CALTRANS INTERSTATE 5 (1-5) STRUCTURE
9.26 Review the exi st i ng pl ans and mai ntenance i nspecti on records, i ncl udi ng past geotechnical records, and review logs of test borings and pile- dri vi ng records.
Inspect the structures for changed conditions and determine the existing channel depth from sounding data.
Determine vertical and lateral pile capacities based on available boring data.
Determine the design horizontal loadings for the proposed channel depths
Analyze the existing structure for vertical and horizontal loads and determine structure capacity.
Compare the foundation and substructure capacity requirements with the available capacities as derived from geotechnical study for the proposed channel depths.
Develop a1 ternative remedial measures required to maintain existing structural capacity.
Determine the potential channel scour at the site and recomnend protective measures.
Review proposed remedial measures with the City and Caltrans.
Prepare a report defining the required remedial measures and containing cost estimate and recommendations.
9.27
9.28
9.29
9.30
9.31
1..
9.32
9.33
9.34
9.35
a
TASK 10 - PERMIT APPLICATION AND AGENCY COORDINATION
Object i ve :
Coordinate wi th i nvol ved agencies , prepare requi red permit appl i cations l and assist toward obtai ni ng approval s requi red for project i mpl emen t at i on .
Scope:
10.1
10.2
Prepare a schedule for the acquisition of required permits and approvals
Prepare and submi t permi t appl i cat i ons wi t h support i ng data for requi rec permi ts . 0
PHASE 1-14
10.3
10.4
Coordinate with the resource and regulatory agencies to obtain required approval s and permi ts.
Attend meetings and make presentation as required to obtain project approval s . 0
TASK 11 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULES
Object i ve :
Provide an estimate of project construction costs and a construction schedul e.
Scope:
11.1 Estimate preliminary construction quantities itlid costs based upon the lagoon configuration shown in the EIR/EIS. These estimates shall inch items for:
a) dredging and disposal ,
b) bridge construction and modifications,
c) detours,
d) tidal inlet structures, and
e) wetland revegetation as may be required for mitigatioi e
11.2
11.3
Update schedules and estimates as plan elements are developed and revi sed .
Prepare a prel i mi nary construct i on schedul e.
TASK 12 - SUlvtMARY REPORT
Object i ve:
Document Phase I work accomplished, including results, recomnendations, and concl usi ons
Scope:
12.1 Prepare a summary report that documents the work performed in the Phase
pl anni ng process to support deci si ons and recomnendati ons for the final plan.
a
PHASE 1-15
TASK 13 - PROJECT MANAGEMENT AND STUDY SCHEDULE
Objective:
Manage the project study and design team.
Scope:
13.1 Provide an executive project schedule and update it monthly for submitta with progress reports. The schedule shall be limited to sixteen (16) simple tasks per phase.
Prepare a comprehensive Critical Path Method (CPM) chart for Completion of Phase I.
Prepare monthly progress reports as follows:
13.2
13.3
a)
b)
c) submit updated design schedule,
d)
e)
f)
g)
h)
i)
summarize work completed during month,
show status of drawings currently being prepared with percent complete,
analyze project design budget and schedule and compare original projections with actuals,
identify budget or scheduling problems and propose e sol utions,
describe potential problems, delays, and design conflicts,
list and summarize significant meetings, hearings, anc communi cations occurring during the month,
state percent completion of overall project, and
submit payment statement, outlining the work complete(
13.4 Administer the project as follows:
a)
b)
c)
plan, staff, direct, control, and coordinate the services to be provided,
coordinate subconsul tant servi ces to provide a si ngl e source of responsibility to the City, and
coordinate the services provided with the City.
a
PHASE 1-16
13.5 Perform qual i ty-control measures as follows:
a)
b)
plan, organize, and schedule preliminary study review and
plan, organize, and schedule intermediate reviews as requi red to meet project objectives.
0
TASK 14 - CONSTRUCTION SUPPORT SERVICES
This task is included in Phase I1 only.
TASK 15 - MEETINGS
Object i ve :
Conduct and be present at meetings to communicate the project, ascertair information, and make permit applications.
Scope:
15.1
15.2
Attend all meetings listed in Attachment C.
Prepare and submit minutes for meetings listed in Attachment C.
TASK 16 - TECHNICAL REVIEW COMMITTEE 0
Objective :
Provide a technical review cornittee to review the progress of work fron several areas of expertise, including sediment transport, tidal inlets, dredging and disposal construction documents, wet1 and biology, oceanography, and coastal structures .
Scope:
16.1 Coordinate and conduct all Phase I Technical Review Comnittee (TRC) meetings. The comnittee shall comprise the following personnel for the purposes stated below:
Dr. Jacob Van der Kreeke shall review the tidal inlet, suggest solutions to technical issues and be a member of the Model Technical Review Comnittee.
Dr. William Kamphius shall review the site conditions and be a member of the Model Technical Review Comni ttee.
Dr. Keith McDonald shall review the project team efforts and coordinate environmental review.
a)
b)
c) e
*
PHASE 1-17
d) Mr. Charles Robers shall review the project design, as we1 1 as the proposed construction methodology, including specifications and drawings. (Neither Mr. Robers nor his company shall be eligible to bid on the project).
Mr. John Lesnik shall provide review of the coastal features design, including the jetties and beach fill3
Dr. Richard Seymour shall review tidal inlet design, beach nourishment plan, and be a member of the Model Technical Review Committee.
The Technical Review Comittee will be subdivided into subcommittees thi will review project plans within a specific area of expertise. Attachment D defines the subcormni ttees (excluding the Model Technical Review Comi ttee, see Task 5) , the members of each, and the review tasks for each. Following each TRC meeting, a representative from the committee shall submit a brfef letter report that summarizes the findln! and recommendations of that committee meeting.
e
e)
f)
16.2
e
0
PHASE 1-18
PHASE I1
TASK 1 - REVIEW AND EVALUATION OF PREVIOUS STUDIES 0
Object i ve :
Review studies and other documents that have been generated by others during the environmental report preparation process, such as speci a1 studies and permit requi rements .
Scope:
1.1 Review final environmental documents and additional studies.
1.2 Recommend further action as may be required to resolve outstanding issues . -
TASK 2 - GEOTECHNICAL PROGRAM
~ Objective:
Provide geotechnical review and analyses during the final design to clarify data interpretations and check for conformity with geotechnical requirements determined in Phase I.
Scope:
2.1
2.2
Review project plans and specifications for conformance to recommendations given within the geotechnical reports.
Analyze any additional foundation requirements for final design not anticipated in Thase I.
0
TASK 3 - LAGOON ENHANCEMENT PLAN
Objective:
Develop a detailed grading plan for the lagoon defined in Phase I.
Scope:
3.1
3.2
3.3
Specify the size, elevation, and slopes suitable for various habitat types, such as emergent marsh, mudflat, and subtidal areas.
Perform wet1 and hydraulic calculations.
Specify location, size, elevation, and configuration of least tern nest i ng areas. a
PHASE 11-19
3.4 Design mitigation measures that may be required as a result of construction activities. This task includes design of revegetation of areas affected by construction activities.
Finalize the plan phasing and time of construction to minimize impacts on existing natural resources and habitats.
Coordinate the 50- and 95-percent reviews by the resource agencies.
Coordinate review of the final design by the Technical Review Committee for the 50-percent and 95-percent submittals. Incorporate responses to comments from the Technical Review Committee and the City into the plan as appropriate.
Prepare final lagoon improvement drawings and specifications.
3.5
3.6
3.7
0
3.8
TASK 4 - DREDkING AND DISPOSAL PLAN
Objective:
Prepare final construction drawings and specifications for dredging and disposal of material for the lagoon and tidal inlet channel defined in Phase I.
Scope:
4.1
4.2
Prepare detailed dredging and disposal plan of the Phase 11, Task 3 - Final Lagoon Enhancement P1 an.
Review detailed plan for archaeological and historical considerations and modify the plan as required by the State Historical Preservation Off i ce (SHPO) and permi tt i ng agenci es
Prepare construction drivings and specifications for dredging and disposal .
Prepare detailed estimate of dredge quantities and costs.
4.3
4.4
TASK 5 - TIDAL INLET DESIGN
Objective:
Prepare final construction drawings and specifications for the tidal inlet features defined in Phase I.
Scope:
5.1 Design the length, cross-section, materials for construction, head section, and profile for the jetties. e
PHASE 11-20
5.2 Contact the Coast Guard for their requirements and specify navigational aids.
TASK 6 - BEACH NOURISHMENT PLAN
0
Object i ve :
Develop drawings and specifications for the disposal of Central Basin dredged material to nourish or replenish the existing beach defined in Phase I.
Scope:
6.1 Prepare final drawings and specifications for the Beach Nourishment Pla in conjunction with the Dredging and Disposal Plan as described under Task 4. These wiil include plans for pipeline routing and material- pl acement sequenci ng .
Prepare a detailed contingency plan for the construction contractor for disposal of dredged material should such material be determined from th specifications to be unsuitable for beach fill construction. This plan shall be developed for a range of material volumes for which alternativ disposal methods may be required. Include cost and schedule impacts an environmental permit constraints .
6.2
TASK 7 - ENVIRONMENTAL MANAGEMENT PLANS
Object i ve :
e
Finalize the details of the monitoring plans prepared by the EIR/EIS consul tant.
Scope:
7 . 1 Fi nal ire a detai 1 ed construction management monitoring pl an based upon the preliminary plan defined in the EIR/EIS and conditions imposed by final permits.
Finalize a post-construction, long-term monitoring plan based upon the preliminary plan defined in the EIR/EIR and conditions imposed by the final permits.
7.2
TASK 8 - UTILITY RELOCATIONS
Object i ve :
Coordinate project with utility relocations design.
a
PHASE 11-21
Scope:
8.1 0 Incorporate reference to the utility relocation plans into the final project contract documents. Coordinate re1 ocation plans with uti 1 i ty companies.
TASK 9 - BRIDGE DESIGN AND COORDINATION
Object i ve :
Prepare plans and specification for the demo1 ition and reconstruction 0- West Carl sbad Boulevard Bridge as a separate construction contract. Prepare plans, specifications and estimates (PS&E) for the remedial worl required to stabilize the channels under the other bridges and to modif) these bridges to retain the existing structural integrity.
Scope:
9.1
WEST CARLSBAD BRIDGE
Prepare design of roadway, detour, and staging limited to 1,500 feet north and south of the existing structures and a staging and traffic- control plan from La Costa Avenue to Poinsettia Avenue.
Prepare PS&E for the replacement of the bridge structure and removal of the existing bridge.
Attend bi-weekly coordination meetings; coordinate Bridge Replacement Funding Approval, if eligible; and attend Cal trans Local Assistance review meetings.
Provide i ndependent review of cal cul ati ons for the proposed bridge structure in accordance with Cal trans requirements.
Submit final PS&E to the City and Caltrans for review and approval .
9.2
9.3 e
9.4
9.5
TASK 10 - PERMIT APPLICATION AND AGENCY COORDINATION
Obj ecti ve:
Obtain final permits.
Scope:
10.1
10.2
10.3
Update the schedule for the acquisition of required permits and approvals.
Finalize permit applications with supporting data for required permits.
Coordinate with the resource and regulatory agencies to obtain required approval s and permits. 0
PHASE 11-22
10.4 Attend meetings and make presentations to obtain project approvals.
TASK 11 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULE 0
Objective :
Develop an engineering estimate of the construction costs for entire project for use in evaluating bid submittals and decisions relative to the project.
Scope:
11.1 Update cost estimates developed in Phase I as the improvement plans are devel oped.
11.2 Sutliiit a final engineers estima%e with ;.he final improvement plans.
11.3 Submit final pay quantities corresponding to bid items with the final improvement bid package.
11.4 Prepare construction schedule.
TASK 12 - REPORTS AND SUBMITTALS
Object i ve:
Submi t drawi ngs, speci fi cations, estimates, and narrative materi a1 s to the City.
0
Scope:
12.1 Prepare a report that presents methodology, data, findings, and conclusions from each of the Phase I1 tasks. Submit cons2ruction drawings and specifications for the final lagoon configuration.
Prepare two (2) separate construction documents and bid items: one for the West Carlsbad bridge and one for the remainder of the work.
Submit draft sumnary report for comnent and review by the City.
Prepare and submit the following reports and PS&E's:
12.2
12.3
12.4
a)
b)
c)
prel iminary design ( 50 percent) ,
final draft design (95 percent) 9 and
final design (100 percent) .
0
PHASE 11-23
TASK 13 - PROJECT MANAGEMENT AND DESIGN SCHEDULE
Objective:
Manage the project study and design team.
e
Scope:
13.1 Provide an executive project schedule and update it monthly for submitt with progress reports. The schedule shall be limited to sixteen (16) simple tasks per phase.
Prepare a comprehensive Critical Path Method (CPM) chart for completion of Phase 11,
Prepare monthly progress reports as fol 1 ows :
13.2
13.3
a)
b)
c) submit updated design schedule,
d)
e)
f)
g)
h)
i)
summarize work completed during month,
show status of drawings currently being prepared with percent complete,
analyze project design budget and schedule and compar original projections with actuals,
identify budget and scheduling problems and propose solutions,
describe potential problems, delays, and design conflicts,
list and summarize significant meetings, hearings, ai communications occurring duri,rg the month,
state percent completion of overall project, and
submit payment statement, outlining in detail the WOY completed.
e
13.4 Administer the project as follows:
a)
b)
c)
plan, staff, direct, control, and coordinate the servi ces to be provided,
coordi nate subconsul tant servi ces to provide a si ngl c source of responst bi 1 i ty to the City, and
coordinate the services provided with the City.
0
PHASE 11-24
13.5 Perform qual i ty-control measures as fol lows:
a)
b)
plan, organize, and schedule review of final design drawi ngs and speci fi cations and
plan, organize, and schedule intermediate reviews as required to meet project objectives.
e
TASK 14 - CONSTRUCTION SUPPORT SERVICES
Objective:
Assist the City in bidding the project and in reviewing contractor submittals for conformance with the intent of the drawings and speci f i cati ons .
Scope:
14.1
14.2
14.3 Attend a pre-construction meeting.
14.4
14.5
14.6
14.7
14.8
14.9
Option:
14.10 Develop mi tigation measures for impacted archeological resources impacted during construction and not previously identified.
Attend pre-bid meetings, make site visits, and be available to clarify contract documents during the bidding phase.
Review bids for compliance with bid documents.
Be avai 1 ab1 e to clarify contractor questions during construction.
Be available throughout construction to address questions from the public.
Review documents required to be submitted by the contractor for materials, fa1 sework, reinforcing, schedules, and dredging plan.
Observe construction as it progresses for general conformity with the plan.
Provide Archeology Resource Monitoring during construction.
Provide appropriate biological resource monttoring during construction,
e
0
PHASE 11-25
TASK 15 - MEETINGS @ Objective:
Coordinate with the City and the public agencies to develop a final design.
Scope:
15.1
15.2
Attend all meetings listed in Attachment C.
Prepare and submit meeting minutes.
TASK 16 - TECHNICAL REVIEW COMMITTEE
Object i ve :
Provide techni cal review of construction documents as a qual i ty-control measure.
Scope:
16.1 The Technical Review Committee as identified in Task 16, Phase I will review the final plan at the 50- and 95-percent submittals.
0
0
PHASE 11-26
ATTACHMENT A 0 PRIOR STUDIES
e Batiqui tos Lagoon Enhancement Plan, Cal ifornia State Coastal Conservancy. Revised Draft. 1987.
e Memorandum of Agreement: City, Port, FWS, NMFS, CDFG, SLC. Agreement i Establish a Project for Compensation of Marine Habitat Losses Incurred Port Development Landfills Within the Harbor District of Los Angeles by Marine Habitat Enhancement at Batiqui tos Lagoon. November 13, 1987.
Preliminary Design Engineering Report for the Batiquitos Lagoon Enhancement Project, CH2M Hi 11 . Revised Draft. Apri 1 1988.
Pacific Texas Pipeline Project EIRIEIS, Port of Los Angeles and Bureau Land Management. 1986.
e
e
e Geotechnical Study of Central Basin, CHZM Hill . September 1988.
e Avifauna of Batiquitos Lagoon, Michael Brandman Associates (MBA) . October 1988.
Littoral Drift Impacts Assessment for Batiqui tos Lagoon Enhancement Project, Tekmarine, Inc. (TCN-155). November 1988.
e
e Sediment Load Study for Batiqui tos Lagoon, CH2M Hill . March 1989.
e Existing Conditions--Mari ne and In-Lagoon Benthic and Pelagic Surveys, Mi chael Brandman Associates. October 1988.
Draft Biological Assessment of Federal and State Listed, Proposed, and Candidate Species at Batiquitos Lagoon, San Diego County, Cali fornfa, CHZM Hill. March 1989.
The Physical Environment of Batiquitos Lagoon, CH2M Hill . March 1989.
Dredged Material Disposal Sites and In-Lagoon Fisheries Resources, Mi chael Brandman Associates. 1988.
An Archaeological Assessment for the Batiqui tos Lagoon Enhancement Project, San Diego County, Cal i fornia, Greenwood and Associates. Octo1 1908 .
Project, Engineeri ng-Science, Inc. October 1988.
Potential Food Resource for the Bird Populations at Batiquitos Lagoon During Late Summer 1988, MEC Analytical Systems, Inc. October 1988.
0
e
e
e
e
e Paleontologic Resource Assessment: Batiqui tos Lagoon Enhancement
e
a
A-1
Bati qui tos Lagoon Wet1 and Del i neation Report, Cheryl S, Cone1 . November
Existing Condition-General ized Regional Marine Biological
1988,
Characterization, Michael Brandman Associates. September 1988.
Batiqui tos Lagoon Enhancement Project EIR/EIS, City of Carlsbad, Draft, 1989.
0
0
Draft EIR/EIS Comments
Bi rd Survey (i n-progress)
e
a
A-2
ATTACHMENT B e PERMITS AND APPROVALS
Permits and Approvals required for the project include but are not limited to the following:
e
0
0
e
Coastal Development Permi t (Cal i forni a Coastal Comi ssi on)
Pub1 i c Trust Doctri ne Approval (State Funds Comi ssi on)
Stream-Bed A1 teration Agreement (Cal i fornia Department of Fish and Game)
Regional Water Quality Control Board, Section 401 Certification
Department of Parks and Recreation)
A1 1 pub1 i c uti 1 i ty permits and approvals
0 Speci a1 User Permi t, Easements, and Operati ng Agreements (Cal i forni a
e
e U.S. Coast Guard Bridge Permit and Section 4F Statement
e
e
0
e
e
Right-of-way Encroachment Permit (Cal trans)
Local Coastal Program Approval (City of Carl sbad)
General Plan and Open Space Element (City of Carlsbad)
Speci a1 Use Permit for F1 ood P1 ai n Over1 ay Zone (City of Carl sbad)
Grading Pennit (City of Carlsbad)
Section 404 Permit (U.S. Amy Corps of Engineers)
e
e
B-1
zg e Y s.
e tl- wz-6 E$: 3 =d V agn 2 a:!
Q)- 9:: r(
XW, -I - W
ATTACHMENT D e TECHNICAL REVIEW COMMITTEE
LAGOON CONFIGURATION - PHASE I
Dl. Meet within three (3) weeks of NTP to review the general lagoon configuration pl an, proposed construction procedures, and bi ol ogi cal resources, in order to identify problems and to offer possible solutions The committee to attend this meeting shall comprise Drs. Van der Kreeke, McDonald, and Seymour and Messrs. Lesni k and Robers.
LAGOON CONFIGURATION - PHASE I1
D2. Meet to review the final configuration plan and construction procedures at the 50-percent design phase. The cormnittee to attend this meeting shall comprise Drs. Van der Kreeke, McDonald, and Seymour.
PROJECT CONSTRUCTION DOCUMENTS - PHASE I I
D3. Meet to review and critique the project at the 50-percent design phase. The committee to attend this meeting shall comprise Messrs. Robers and Lesnik and Dr. McDonald.
Review the 95-percent submittal plans and specifications and send comments to the consultant. The committee shall comprise the same members as those designated in Task D3.
D4. e
0
D-1
ATTACHMENT E a SCHEDULE OF PERFORMANCE
The consultant shall comply with the schedule of Performance indicated below for all work to be produced under this Agreement. This schedule includes time required for review by the City and the Port and other public agencies having jurisdiction. Required changes to the schedule of work shall be submitted to the City for approval. Whether stated or not, all days refer to calendar days
The consultant shall submit for review the following:
PHASE I:
1. a) Ten (10) copies of the draft summary report on review of prior studies per Scope Item 1.4 within 21 calenda days from the Notice to Proceed (NTP).
The City shall transmit review comments to the Consultant within five (5) days of receipt of draft submittal .
Ten (10) copies of the final Summary Report on review of prior studies per Scope Item 1.4 within 7 calendar days of receipt of comments from City on the draft report submittal .
Ten (10) copies of the draft Geotechnical Report per Scope Item 2.6 within 70 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the final Geotechnical Report witt 14 days from the receipt of comments from the City on the draft report submittal
Ten (10) copies of the preliminary Base Plan of existing conditions per Scope Item 3.1 within 70 calendar days from the NTP.
The City shall transmit review coments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the final Base Plan within 14 calendar days of the receipt of comments from the Cil on the prel imi nary pl an submi ttal .
b)
c)
2. a)
b)
e
c)
3. a)
b)
c)
0
E- 1
4. a) One (1) architectural rendering of the Lagoon Enhancement Plan per Scope Item 3.5 within 80 calenda days from the NTP.
5. a) Ten (10) copies of the Hydrographic and Topographic Maps per Scope Item 3.6 within 70 calendar days from the NTP unless cloud cover prevents timely aerial photography. If photography is delayed due to weathe a new schedule of completion for this item will be submitted within 3 days of actual photography compl eti on.
6. a) Ten (10) copies of the preliminary Wetland Delineatio Map per Scope Item 3.7 within 70 calendar days from tl NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the final Wetland Determination Ma within 14 calendar days of the receipt of comments fr the City on the preliminary map.
Ten (10) copies of the draft memoranda of meetings pe Scope Item 3.9 within 7 calendar days of the conclusi of each meeting.
The City shall transmit review comments to the Consultant within five (5) days of receipt of draft submittal .
Ten (10) copies of the final memoranda within 3 calendar days of the receipt of comnents from the Cit on the draft memorandum.
Disposal Plan per Scope Item 4.11 within 70 calendar days from the NTP.
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the Preliminary Dredging and
Di sposal P1 an i ncorporati ng comnent responses within calendar days of the receipt of comnents from the Cit on the prel imi nary map.
9. a) Ten (10) copies of the preliminary dredging schedule! and estimates per Scope Item 4.12 within 70 calendar days from the NTP.
a
b)
c)
7. a)
b) 0
c)
a. a) Ten (10) copies of the Preliminary Dredging and
b)
c)
0
E-2
b) The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the preliminary dredging schedule and estimates incorporating comment responses within 1 calendar days of the receipt of comments from the City on the preliminary submittal.
Ten (10) copies of the prel iminary jetty design and estimates per Scope Item 5.4 within 70 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the preliminary jetty design and estimates incorporating comment responses within 14 calendar days of the receipt of comments from the City on the prel imi nary submittal
Ten (10) copies of the draft report from the Technical Review Committee per Scope Item 5.5 within 35 calendar days from the NTP.
The City shall transmit review coments to the Consultant within seven (7) days of receipt of draft submittal .
Ten (10) copies of the final report from the Technical Review Committee per Scope Item 5.5 within 14 calendar days of the receipt of comments from the City on the draft report.
12. a) Ten (10) copies of consultant's comnents regarding thc Envi ronmental Management P1 ans (EMP) devel oped in the EIR/EIS per Scope Item 7.2 within 70 calendar days frc the NTP or within 7 calendar days from the receipt of the Plans if received later than 63 calendar days fron the NTP.
13. a) Ten (10) copies of the preliminary Utility Relocation Plan per Scope Items 8.1 and 8.3 within 70 calendar days from the NTP.
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal .
c)
@
10. a)
b)
c)
11. a)
b) @
c)
1
b)
0
E-3
c) Ten (10) copies of the prel iminary Uti 1 i ty Relocation P1 an i ncorporati ng comment responses wi thin 14 cal enda days of the receipt of comments from the City on the prel iminary submittal .
Schedule per Scope Item 8.4 within 70 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the preliminary Utility Relocation Schedule incorporating comment responses within 14 calendar days of the receipt of comments from the City on the pre! iminarv submittal .
Ten (10) copies of the draft Bridge Study Report for the West Carlsbad Boulevard Bridge per Scope Item 9.4 within 98 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the final Bridge Study Report for the West Carlsbad Boulevard Bridge within 14 calendar days of the receipt of comments from the City on the draft report.
Ten (10) copies of the draft Remedial Measures Report for the East Carlsbad Boulevard Bridge per Scope Item 9.15 within 98 calendar days from the NTP.
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the final Remedial Measures Report for the East Carlsbad Boulevard Bridge within 14 calendar days of the receipt of comnents from the City on the draft report.
Ten (10) copies of the draft Remedial Measures Report for the Atchison, Topeka and Santa Fe (AT&SF) Railroac Bridge per Scope Item 9.25 within 98 calendar days fra the NTP.
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal .
0
14. a) Ten (10) copies of the preliminary Utility Relocation
b)
c)
15. a)
b)
c) e
16. a)
b)
c)
17. a)
b)
0
E-4
c) Ten (10) copies of the final Remedial Measures Report for the AT&SF Railroad Bridge within 14 calendar days of the receipt of coments from the City on the draft report.
Ten (10) copies of the draft Remedial Measures Report for the Interstate 5 (1-5) Highway Bridge per Scope Item 9.35 within 98 calendar days from the NTP.
The City shall transmit review comments to the Consul tant within fourteen (14) days of recei pt of draft submittal .
Ten (10) copies of the final Remedial Measures Report for the 1-5 Highway Bridge within 14 calendar days of the receipt of comments from the City on the draft
0
18. a)
b)
c)
-*' report.
19. a) Ten (10) copies of the initial preliminary constructio cost estimate per Scope Item 11.1 within 49 calendar days from the NTP.
Ten (10) copies of the preliminary cost estimate for the prel iminary 1 agoon enhancement plan devel oped in Phase I and in the EIR/EIS per Scope Item 11.2 within 98 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of prel iminary submittal .
Ten (10) copies of the preliminary cost estimate incorporating .comment responses wi thi'n 14 days of the receipt of coments from the City on the preliminary submittal.
schedule for the prel imi nary 1 agoon enhancement plan developed in Phase 1 and in the EIR/EIS per Scope Item 11.2 within 98 calendar days from the NTP.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the preliminary construction schedule incorporating coment responses within 14 daJ of the receipt of comments from the City on the prel iminary submittal
Ten (10) copies of the Executive Project Schedule for Phase I per Scope Item 13.1 within 14 calendar day fro1
b)
c) 0
d)
20. a) Ten (IO) copies of the preliminary construction
b)
c)
21. a) 0 the NTP.
E-5
b)
a)
Ten (10) copies of the updated Executive Project Schedule at each monthly progress meeting.
Three (3) copies of the Critical Path Method (CPM) chart for completion of Phase I per Scope Item 13.2 within 14 calendar days from the NTP.
Two (2) copies of the updated CPM chart at each month1 progress meeting.
Ten (10) monthly progress reports per Scope Item 13.3 to be presented each monthly progress meeting.
Ten (10) copies of the minutes of meetings per Scope Item 15-2 within 7 calendar days of the conclusion of each meeting.
Ten (10) copies of the draft report from the Technica' Review Committee (TRC) per Scope Item 16.2 within 7 calendar days from the conclusion of each TRC review.
The City shall transmit review comments to the Consultant within five (5) days of receipt of draft submittal .
Ten (10) copies of the final report from the Technica Review Committee within 14 calendar days of the recei of coments from the City on the draft report.
e
22.
b)
a)
a)
23.
24.
25. a)
b)
c) e
PHASE 11:
1. a) Ten (10) copies of draft comments and recommendation final environmental documents per Scope Item 1.2 with 7 days from the Notice to Proceed for Phase I1 (NTPII:
The City shall transmit review comments to the Consultant within five (5) days of receipt of draft submittal .
Ten (10) copies of the final comments and recomendations within 7 days of receipt of comment from the City on the draft submittal
Ten (10) copies of the 50-percent progress drawings a speci fi cations for the Lagoon Enhancement P1 an per Scope Item 3.8 within 70 calendar days from the NTPII
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal
b)
c)
2. a)
b) e
E-6
c) Ten (10) copies of the 95-percent progress drawings ant specifications within 42 calendar days from the receip of comments from the City and TRC on the 50-percent submi ttal .
The City shall transmit review coments to the Consultant within fourteen (14) days of receipt of draft submittal .
One (1) reproducible copy of the drawings and one (1) camera-ready copy of the speci f i cations wi thi n 14 calendar days from the receipt of comments from the City and TRC on the 95-percent submittal .
specifications and -estimates for the Dredging and Disposal Plan per Scope Items 4.3 and 4.4 within 70 calendar days from the NTPII.
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the 95-percent progress drawings, specifications and estimates within 42 calendar days from the receipt of comments from the City and TRC on the 50-percent submittal .
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
One reproduci bl e copy of the drawings and one camera ready copy of the specifications within 14 calendar days from the receipt of comnents from the City and TR on the 95-percent submittal .
Ten (10) copies of the 50-percent progress drawings an specifications for the Tidal Inlet per Scope Items 5.1 and 5.2 within 70 calendar days from the NTPII.
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal.
Ten (10) copies of the 95-percent progress drawings ar specifications within 42 calendar days from the receil of comnents from the City and TRC on the 50-percent submi ttal .
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of
0
d)
e)
3. a) Ten (10) copies of the 50-percent progress drawings,
b)
c)
d)
e
e)
4. a)
b)
c)
d) 0 draft submittal .
E-7
e) One reproducible copy of the drawings and one camera ready copy of the specifications within 14 calendar days from the receipt of comments from the City and TRI on the 95-percent submittal .
Ten (10) copies of the 50-percent progress drawings an specifications for the Beach Nourishment Plan per SCOF Items 6.1 within 70 calendar days from the NTPII.
The City shall transmit review coments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the 95-percent progress drawings ar specifications within 42 calendar days from the receii of comments from the City and 'iRC on the 50-percent submittal .
The City shall transmit review coments to the Consultant within fourteen (14) days of receipt of draft submittal .
One reproducible copy of the drawings and one camera ready copy of the specifications within 14 calendar days from the receipt of comments from the City and TR on the 95-percent submittal .
Ten (10) copies of the 50-percent progress drawings ai specifications for the Contingency Dredge Disposal P1 per Scope Item 6.2 within 70 calendar days from the NTPI I .
The City shall transmit review cments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the 95-percent progress drawings ai specifications within 42 calendar days from the recei of comnents from the City and TRC on the 50-percent submittal .
The City shall transmit review comnents to the Consultant within fourteen (14) days of receipt of draft submittal
One (1) reproducible copy of the drawings and one- percent (1) camera ready copy of the speci fi cations within 14 calendar days from the receipt of comnents from the City and TRC on the 95-percent submittal
e
5. a)
b)
c)
d)
e)
6. a)
0
b)
c)
d)
e)
e
€-a
6-3
S~U CMWp UP Ld qUaWa3UEqU3 uoo6e7 aq3 40 1033 CUqnS %~6 aq3 431~ 6uolo 9'11 ua31 ado3S crad aLnpaq3s
uo~~~ru3suo~ LJPU~~I~~J~ a43 40 sakdo:, (01) ual (e 01
*S6UgMOdp 40 ?as alqpnpoJdad [OUiJ aq3 JO p33pIqns
aqq q34~ ~*f1 PUR z*~f suta31 ado3S crad sak3bquenb Xod
LPULJ pue a~eluiqsl s~aauidul pu)4 40 said03 (01) ual
~o33pqns 43oa
do4 s~uauauo:, ~013~3 €4 pads pue 6u l~ecrp 43 IM que3 lnsuo3
(3
3q3 03 S3UWU03 MIA34 3)luSUOJ2 LLPYS 43!3 a\ll (q
1033 wqns Ma4Aa.l uoi3e3bJpadS PUO 6UiMOJp 430a 43CM I*I1 uta31 adoas dad sa3eu~3sa 3so3 paaepdn JO said03 (01) ual
puo A2~3 ayq WJ s3uawo3 JO qdpxu aq3 UOJJ sXop crepualo3 $1 u4q34# suo~2e3~Jpads aq3 40 Ado3 Xpeacr o~a~o3 auo puo s6upo~p aq3 40 Ado3 alqpnpo.tdaJ auo
' le33 iwns 3PJP 40 3dp3aJ 40 sAep (b~) uaaqcrnoj uiq2)~ 3uoqlnsuo3
~e33 pqns 3uaxad
3d ka3ad aqq UOJ~ sAop dxopua to3 zb u kyq !M suo iqo3 k~ pads
(P '6
Lo33 pqns 3Ua3dtad-56 aq3 UO SUW3 LE3
(a
aljJ 03 S3UaWO3 MaiAad 3&lSUOJ3 LLPqS A3!3 aql (P
-0s aqq uo sueUqlo3 put? AJi3 aq3 UOJJ s~uauauo3 JO
pug S6Ul.MeJp SS~J~OJ~ 3Ua3Jad-56 a43 JO SakdO3 (01) Ual
Le21 iluqns 3WP 40 3dp3aJ 40 sXep (el) uaaqmoj UC~~CM 3ue3~nsuo3
343 03 S3UaluuO3 M3kAa.l 3.lluSUPJ3 LlPqS A3.L3 all1
'IIdlN aq2 UOJ4 sXop crepuale- 0~ ugqsi~ 5*6 uaq~ adoas crad 3uautaxLdaJ a6p i.18 pJoAa1noa poqs [de3 qsa~ aq3 JOJ suoi~e3 i~ pads
PUP SbUiMEJp SS~J~OJ~ 2ua3Jad-Os aq3 40 SakdO3 (01) Ual
*sueid 34ecrp aq3 uo s~uauauo3
X353 40 3dp3aJ 40 S&p (bl) Uaa3JnO.J UJq3lM UPld 6u pO3)UO~ Ual 6uo7 aq3 pup UP ld 6~ CJO2 bUOW 3uatuaB~~e~ LequauuoJ)Au3 uok33ncrqsuo3 lou)~ ay3 JO sabdo:, (01) ual
' Le33 bwls 3JPJP 40 ldp3aJ 40 Skp (bt) uaa3~no4 uiqqy 3ueqLnsuo3 ay3 03 squauno:, ~a 1Aa.i 3 p~sueq 1 toys Aq i3 a41
I IdlN 343 UOJJ SAOP Jepuale:, L+l UlqqLM Z'L pup 1.i SUta31 adoJS Jad Ueld 6upo3~uo~ uual 6u07 aq3 puo uetd 6~~~03~~0~ ~uaurafjeue~
(3
{q
(e '8
(3
(q
L~~U~UIUOJ~AU] uopnJ3suo3 3JeJp aql 40 said03 (01) ual (e 'L
b) The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the proposed construction schedu with the submittal of the final reproducible set of drawings
Ten (10) copies of the Preliminary Summary Report p Scope Item 12.4 within 70 calendar days from the NT
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal .
Ten (10) copies of the Draft Summary Report within 4 calendar days from the receipt of comments from the City on the 50-percent submittal
The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal
Ten (10) copies of the Final Summary Report within calendar days from the receipt of comments from the City on the 95-percent submittal
Ten (10) copies of the Executive Project Schedule f Phase 2 per Scope Item 13.1 within 14 calendar day the NTPII.
Ten (10) copies of the updated Executive Project Schedule at each monthly progress meeting.
Three (3) copies of the Critical Path Method (CPM) chart for completion of Phase 2 per Scope Item 13.2 within 14 calendar days from the NTPII.
Two (2) copies of the updated CPM chart at each monl progress meeting .
Ten (10) copies of monthly progress reports per Scope Item 1: to be presented at each monthly progress meeting.
Ten (10) copies of the minutes of meetings per Scop Item 15.2 within 7 calendar days of the conclusion ( each meeting
Ten (10) copies of the draft report from the Technir Review Committee (TRC) per Scope Item 16.2 within 7 calendar days from the conclusion of each TRC revie
c)
0
11. a)
b)
c)
d)
e)
12. a) 0
b)
a) 13 .
b)
14.
15. a)
16 a)
0
E-10
ATTACHMENT F a METHOD OF COMPENSATION
The consultant shall be compensated for services under this contract in accordance with ENGINEER1.NG AGREEMENT, Paragraph 10 and as provided herei I Two methods of payment shall be made as specified; lump sum (LS) and time expenses (TM) with a not-to-exceed amount.
1. Lump sum (LS) payments shall be made in whole or in increments equal the percentage of Study Task or Design Task completed multiplied by total value of the task or subtask compensation less the previous bi 1 1 i ng .
Payments shall be made in accordance with the following formula for task or subtas k:
Payment = (percent progress x fee) - previous billings
Progress shall be reported in monthly reports in accordance with Se 13.3 of Exhibit A, Scope of Services. The Consultant shall also prc an invoice. The City shall review the invoice and progress report L approve the invoice or state disputed amounts. If amounts are dispi the City shall infon the Consultant within five (5) days and state reasons for the dispute. Payment shall be made for amounts not in dispute. Disputed amounts shall be paid upon resolution of the disr
LS fees are based on the proposed schedule. Escalation may be requi if the schedule is extended.
Time and expenses (TM) payments shall be made monthly based on the appropriate enclosed rate schedule. Progress reports and invoices document the progress and actual time applied to the project for tht specific task. Expenses shall be listed. Rate schedules may be upc annually for the consultant and its subcontractors, if approved in writing by the City. The City shall review the invoice and progress report and approve the invoice or state disputed amounts. If amount disputed, the City shall inform the Consultant within five (5) days state reasons for the dispute. Payment shall be made for amounts no dispute. Disputed amounts shall be paid upon resolution of the disp
2.
0
F- 1
PHASE I
Task 1 Review and Evaluation of Previous Studies (LS) 60,987
Task 2 Geotechnical
Compensation in 0
a) Mobilization (LS) 20 t OO(
87,351 b) Report and Analyses (LS)
Task 3 Lagoon Enhancement Plan
a) Compile information (LS) 9,56(
10 t OO( 118 t 65;
12,544 c) Archi tectural Render1 ng (LS)
d) Wet1 and Del i neat i on (LS) 25,06:
e) Coordinate with EIR/EIS Consultant (TM) 8,87!
f) Analysis and Plan (LS) 20,061
g) Meeting Notes (LS) 4,10!
Task 4 Dredging and Disposal (LS) 58,451
104,84 Task 5 Tidal Inlet (LS)
Task 6 Beach Nourishment Plan (LS) 40 t 02
Task 7 Environmental Management Plans (LS) 13 t 51
Task 8 Utility Relocations (LS) 17,85
181,56 Task 9 Bridge Studies (LS)
Task 10 Permit Application and Agency Coordination (TM) 51,40
Task 11 Estimates of Construction Costs and Construction Schedules (LS) 36,14
Task 12 Sumary Report (LS) - 27.82
Task 13 Project Management and Study Schedule (LS) 52.06
Task 14 Construction Support Services (TM)
Task 15 Meetings (TM) 51.88
23 56 Task 16 Technical Review Committee (TM)
* Not-to-exceed amount
b) Hydrographic and To ographic Survey Mobilization (LS) Bathymetric Map (E P
0
$1,0353 Total :
0
F-2
PHASE I1 Compensation in 1
Task 1 Review and Evaluation of Previous Studies (LS) 14,012 a
Task 2 Geotechnical Program (LS) 12,092
Task 3 Lagoon Enhancement P1 an (LS) 102 t 752
Task 4 Dredging and Disposal Plan (LS) 38,795
Task 5 Tidal Inlet Design (LS) 24,721
Task 6 Beach Nourishment Plan (LS) 25,758
11,604 Task 7
Task 8 Utility Relocations (TM) 5,174
Task 9 Bridge Design and Coordination (LS) 178,34
Task 10 Permit Appl ication and Agency Coordination (TM) 22,333
Task 11 Estimates of Construction Costs and 19 t 251 0 Task 12 Reports (LS) 16,442
Task 13 Project Management and Study Schedule (LS) 46,39!
Task 14 Construction Support Services (TM) 56,75:
20,781 Task 15 Meetings (TM)
29,231 Task 16 Tezhni cal Review Comi ;tee (TM) Total : 624,44:
* Not-to-exceed amount
Envi ronmental Nouri shment P1 ans (LS)
Construction Schedules (LS)
0
F-3
SUMMARY OF OPTIONS 0 All optional items shall be performed on a time and expenses (TM) basis.
TASK NO. DESCRIPTION COMPENSATION IN $
PHASE I:
2.7 Use of He1 i copter 2,715
2.8 Rai 1 road Foundation 24,873
2.9 Grain Size Tests 8,855
2.10 Disposal Grain Size 4,420
2.11 C1 ay Analysis 3,128
4.13 Fi el d Reconnaissance 3,502
5.6 Phys i cal Model Scope 15,505
5.7 Phys i cal Model Revi ew *
5.8 Model Pub1 i c Hearing * e 6.5 Surf Site Prel iminary Design 14,458
15.3 Additional Meetings (as required) 13,152
16.3 Additional Technical Review Comittee Meetings (as required) 3,616
PHASE 11:
14.10 Archaeology Mi tigation 23,749
Total : 117,981
* To be negotiated if a physical model is deemed necessary under Task No. 5.3
0
F-4
MOFFAm & NICHOL, ENGINEERS
RATE SCHEDULE FOR PROFESSIONAL SERVICES
-$$-
Effectiw June 1909 Until Revised
e
CLAsSIFIcAnON HOURLY RATES
$lo200 $86.00 prapct MMag= Project Engineen/Senior Engineer coastal sCienti!3t $86.00
MechanicalEngineer $82.00 EIectricalEngifieer $80.00 stnrChaalEn- $70.00
coastal/Harbor Engineer $66.00 civil Engineer $68.00 Staff En#fieer $49.00
Architects $65.00
ENGINEERING
ARCHLITECTS/spEcIFicATIONS
speascations $65.00
$52-00 Drafter1 $40.00
D-G DlafterII
$40.00
$34.00 Word froaesnn 'g General clerical
CLERICAL
-
SlZOrn m-00
SPECIAL
prindpals -Appearances
REIMBURSABLE EXPENSES camputer Rates Mia0 Computer at $lS/hour CADD at $15/bur Main Frame at Cost + 25%
In-House prints and Xerox at Cost Other Reproduction at Cost Plus 15%
Cost + l5% Udes othervvlse ' Provided in written Apement
Rcproduction!3
SubcontraCtDrs
Company Auto at 25 c!ents/mik
Travel and Expenses at Cost
Mileage
0 Trawl
-don Beeman &heck
199Q EIWNG RATES 0
I. Govmnt Rates for 1990 818 -
Direct Lab r: ntle/Descr)Pwn 0. Beeman 34.62 Prhdpai G. Hartrnan 25.75 &. Engineer J, Vlastelicia 21.59 Engineer II K. Krma 1651 Engineer I M. Johnson 18.55 ResearcNCoordlnator A. O~ston 11s EngkreerTech 3. Howe 11.54 Engineer Tech A. ferada 72.02 Secretarial
Pavroll Overhead: 5038%
General 4 Adrnfnlstrattve: 121.7%
Profit: 12.0%
Fully loaded rates translate to: 0, Beeman: 93.89
0 Haranan: 69.84 J. vlatellcip: 5856 K Krcma: 4478 M. Johnson: 5031 A. Ogston: 321 1 J. Howe: 31 SO A Term 32.60
e
2. Maat Rates
Advice 8nd consultation on legal related work k MW at standard Houtly RL Preparation for Md Wmonj at bjaf-rektad 4EttViiie8, Wdng depositions aitratlon hearings, are billed at the following fates:
Hourhr pailv
0. Beeman $t25,00 $tOOO.ot, 0. Hartman 100.00 800,OO J. Vlastelicia 82.50 680.00 K. Krcma 073 640.00
r
0
-- --- . c .. . e4.4
e
Wieflands Research Associates, Inc.
RATE SCBEDULE (As of January 1, 1990)
Principds:
Michael Josse€yn, PhD, ~esidcnf............-......... ............. $95/hr
Jamcs BuchhoIz, MA, Senior ASso~at~...~~....... .............. .......$75/ht
a kociates:
Douglas Spicher, MA................... ................... ..........H........... $4@r
Pamela Wfiams, ............................................ $45~
Biological Technicians:
David Hohy, ~H........L.....~...~-~.qB......~*.*-* .".*..-~S~
John Van Staveren, ~-.....-.....***- .H.wHm..Uln.n.....n.~...$35~
#
.. Tc~~~s~.......~.....-.. ........... "-.........-.-.-~.*~3~r
Expcnses are billed separately (at cost plus 10%) and include travel, duplica photography, subcontracts and cartography.
2169-G East Francisco Blvd., San Rafael, CA 94901 (415) 4sp-8868/FAx (415) 454-0
e
3650 Silverside Road, Wllrnlngton, DE 19810 (m) 655-7974
4 RefuMcs No.
L
wmnwmamcxmzmm 0 -
This Schedule of CbNg43 appii- to Savfctj rwdcrad in rha current year and until a new schedule ot cb issued. A new scheduft of charges b hued pmhdfcUy. Unless other armgemmu have boen made, chaq services, including continuing projects initiated in the prior yea, will be based on the new rhedufa of -
PBRSONNBL
Personnel charges are fa pdcssionat, technical, and mppm savicea at an hnrly rate for time dinctiy rclnrtd projecL chsrgcs ate W fot tecfinid typing in the Pnparotion of rcpanr and the the for printing u production of repom or nlsrtd documbnu, Direct charges am not mado for ordinary secretarial swvics~. management, accounting, and maintenance since tbus item arc inctudcd in (RU overhead. Curnnt par: cl;rssi[icaritlns and rprts 1w M followfi;
&IzunMi
omce Aswant 35 wOrd~n&calm so so ss DraRsperroa Tcchdd Adntnnr w Edttar Field ur rPboratocry Tc$uridan, Senior lhhpon 35 Senior Technician 63 Profujionat Staff including Engineer* Gmb& and Envimamental Scientist St8ff S8 SeaiOrSM 70 AMi8tanr mject 78 %8 105 me senior RQjbCt
hOdaM,ProjoctMaMgu 120.
principrt, sbniar ConnJunt 130
I'bdYRm I
e
A pdtm, ot SlOAO g~r how WU bs added to tb houtly ndts of n~rr-pmfujionat ttnft fot ~V-O OUC work i0 dcfincd as be charged to apmject inaces of 8 bun par day. and any time worked on week holhys, or nigh; M. Rme spent in wvel in the intmest of the client will be wed at he hourly rate. ; it is necessary tor M employee to be away fmm tho oacu overnight, su%istcnce will be charged. *%k
~~d~~~a~*~~~do~~~~~~,~~~~~~~~~~~y~ charged at r( me of $1,500 per bay plus axputvcs far urcb indindual attending. Tbs full day rate Will b
personnal~bocbuocd~gu,dla~ly~forthoittrtcpcrryulked*w.
IUhhUm me fWaymof8 by.
BQuIPMENT-amw
s 1s.oomi.
I 1S.Wfir. 1S.OOhr. NUelevDenrftyToa 6.0onY.
'Ilmspowtfonvtbicfw OAOlmi.
&- Rtancdonsanno5aph
Fitldhrpscdoa,moMblabontoryMd
otkwhtefsrursd h firtdwmk am.
Drill Tool Kit 1lWday
Itam for sdsmk =my equipment, amno motion manitom, down-hoie &ear m ryltem, shear wave ham) =+"v"y equipment. c~gntlwnuct~ curhquako data bank, dupe indiew* rn p)rorograpbi cam=. d~ops quIpmcnt, vibration monitoring tquipmcnk *olemeat pkx, or any other specid equipment will k fmi: uponreqtresr.
(SD QEO 89W) -1. N 1( 10-S-85 .. ~tr01 61,fB 06s 20 OF131 UNtrS33n 0262 S6L 619 s
Refcmca No. a
LABORATORY TESTS - aEOlEmcAt e IJuimss
8iove Andy& (materbl srmllct thau u4 uicve, *dl Wun) $45.66 Sieve AMtysfs (mowixl larger than 114 slow) 110.00
md 3 PI. hydrometor) 60.00 Hydrometer Analysis (m D-4ZZ 410 mtdal) 100.00 Sieve and Hydrameter (CarPJ of Engineen merirodr, 0 &as) 110.60 Lab CompaEtion Test (up to 4" dbmem mold) 1OS.00 tab Compaction Test (6" diameaer mold and Calhmia 216-F) 130.00 Lab Compaction Teat - 1 point 35.00 SrndEqUhdenc 40.00 LiquidLimit 30.00 mu& Limit 30.00 plruddtylndw 6000 4c.m , 12.00 specme onvity Mohm Content and Visual Chdkdon Moisnnt content, Dry Defiaity and visual cladimi on 20.00 Uncanilned Complwsion 35.00 Mrect Sheer - 3 pointl 300.00 Con~~Sldad~ Twt - Setup 100.00 Par Point 40.00 confined CMnprWalon (including 2 poirrts) 95.00 LordcdSw4Tsst(2"dfPmusrspscimar) 90.00 ExprnsionIndsx(recom@4"dia1nettr- per UBC 29-2 pIocdum) 115.00
Callfomk~gRalio(CcnpsolE~anM0thcd) 400.00
Samp~~~~~~(~~~~),datnndunion,~y~*andplottingbnchagedatptnonnelrates. Rat(
Mtchanical Analysis (We siaaIy$k on 114 murial
Womb Bcarfng Ratio (SMie Compactton) 125.00 e R-Vd- 145.00
0th~ InbWr~ Wg, such U mMty, rriaxial #unptsrion, MTS ~~CUG Icmding* comsivity, or resis willbc fnrnthed upon rsqp~t
~DIRBCTS~SES
0th~ direct apanres kaifiibb to the pmjcct including (but not limited m) the example listed WOW w charged at cat timss 1.15.
pusannelExpeM# (m4 subri- and VehiEhtentat incpmdby pcrsm&lwhiIe on projtctmiv subamuacu ouuidscanrurtnnuuds~ Equipmmt arsunple shippiq Sore% Gupplbe (draMru* IxiruklY, pmaw PM- mrtwhl8) EqendabIe nuterhh such n codnen md cbcmicab Spdd Few, Lfcu~rr, MU, Inmanma, ct~. c
0
(SD QEO t9m) -2- Nt(10-54
8ttBI 61/10 06. SB 003IflNBS33il 826~ E62 619 9:
P&D Techno1 ogi es
401 West "A" Street
Suite 2500 San Diego, CA 92101
(619) 232-4466
0
HOURLY RATE SCHEDULE
DEHONEY $82 00
$41 26 BIAMONTE (EA)
ROBERTSON (BIOLOGIST) $44.44
KUHATSU (EA) $38.15
PUTNAM (SEA) $58.72
SMIT (TECH) $30 . 63
WORD PROCESSOR $40.00
GRAPHIC $40.00
e
0
BRiAN E SMWii AND ASSUCiA TES
AACHAEOL OG/CALfH/STO#VCAL CONSUL T/.G
14-78 /EX COURT
(679) 444-09f S SAN mzGo, CAL/FQRMA 92~9
e
Geaeraf ScheduleofFees
fliz3@ Rates"'
BrianF. Smith, M. A. - ArchaeologicaUHistoricd Consultant . $48.00
James R. Moriarty, 111, Ph.D. - Senior Academic Advisor . 40 .OO
Associate Field Archaeologist (Field Supenisor) . 30.00
18.00 Assistant Field Archaeologist .
FieldArchaeologist 14 .OO
Historian - Senior Researcher 25 .OO
ResearchAssistant * 15 .OO
Graphics Preparation 18.00
Word Processing . 18.00
Laboratory Supervisor 25 .OO
I Laboratory Assistant 18 .OO
* All hourly rates include base salary and overhead.
0
MELCHIOR LAND SURVEYING INC. FB e
FEES FOR SERVICES
LAND SURVEYING
Rates Effective through August 1, 1990
60.00 per hour IManCrcw.. , , . . *. . , . e . .$
2 Man Crew ................. $ 118.00 per hour
3 Man Crew ................. $ 158.00 per hour
DrafLrman. ................. $ 47.00 per hour
Principal Surveyor ............. $ 65.00 per hour
Computer Operator. $ 47.00 per hour
a .............
0
0
5205 AVENIOA ENCINAS SUE F . CARLSBAD, CA 92008
61 9.4384 726 9 FAX 61 9.4384991
Mari ne Construction Consul tants 250 West Ward1 ow Road P.O. Box 7978 Long Beach, CA 90807 0
(213) 799-1292
HOURLY RATE SCHEDULE
PRINCIPAL $75.00
0
0
ATTACHMENT G
ITEMS TO BE FURNISHED BY OTHERS e
Task Number - I tem
The Port and the City shall furnish copies of reports listed in Attachment A.
The City shall furnish all necessary site-access and traffic-control permits.
Legal descriptions and tract and parcel maps for the project area and adjoining properties shall be furnished by the City.
The EIR/EIS consultant shall conduct interagency meeti ngs , devel op the pl an, and prepare meeti ng minutes.
Construction-impact criteria, including water quality and ci rcul ati on, turbi di ty control , noi se control , vegetation protection, and visual intrusion on existing habitats shall be developed by the EIR/EIS consul tant.
The City shall provide copies of easement documents fc all known easements within the project area.
The City shall provide copies of available improvemen plans for utilities within the project area which may be affected by the project.
Names and addresses for all known easement holders within the project area.
The City shall provide appropriate faci 1 i ties and notices for public meetings.
Utility relocation cost estimates shall be prepared a furnished by the utility companies.
1
2
3
3
7
8
a
0
8
10
11
a
G-1
r-
ATTACHMENT H 0 SPECIAL INSURANCE ENDORSEMENT
0
0
H-1
I (Drindtypa name).
wwant mat I havu authority to bind tke Seiodisted
insurance company and by my signature harean do sa bind *is company. e
Signature:
Audrorizrd Repruenative (Ongird 3ipUnuC ed
on copy j%ndrd to thr Board of Harbor Comenml
TITLE: .
ORGANIZATION:
A0 OR ESS:
ELEPHONE:
r
Repon claims pursuant :o this insurance to:
(name. address. telephone)
Them is a: n Oaductibk of f a %If Insured Retention of S
Whid aoolies: OPW aaim 0: PW ~ecurtcnca
e Nma imy~ao ad Aaaru
Potu* NumOI Enaanmwmt S !fumvm 0 am
N-OU Of 5noo-mr I~IYI~K~ Comemr
EXEIIBIT 2
0
ANTICIPATED CONTRACTUAL SERVICES
AND CARLSBAD ADMINISTRATIVE SERVICES
REIMBURSEMENT AGREEMENT NO.
Agree1 I. Contractual Services Amou
SUBAGREEMENT NO. 1 $1660 for supplemental & final design options 117 with Moffatt b Nichol, Engineers $1770
SUBAGREEMENT NO. 2
2.2 for appraisals 30
2.1 for legal descriptions 20
2.3 for legal fees 100 (consultants to be determined) $150
contingency 25% 37
$107
SUBAGREEMENT NO. 3 20
misc. consultant services contingency 25% 5
(consultant to be determined) $2 5
0
11. Carlsbad Administrative Services
A. Staff salaries sa
C. Travel (Agency b permit meetings) -
$sa
2a contingency 25% - $loa
B. Supplies (reproduction, mailing, etc.) 15
15
111. Summary
Contractual services $1991
Carlsbad Administative Services 10 t
$2091
a