Loading...
HomeMy WebLinkAboutMoffatt & Nichol Engineers; 1990-03-20;3s v'- , a e Attachment No. 2 AMENDMENT NO. 3 TO THE ENGINEERING AGREEMENT FOR THE BATIQUITOS LAGOON ENHANCEMENT PROJECT BETWEEN THE CITY OF CARLSBAD AND MOFFATT & NICHOL ENGINEERS THIS AMENDMENT NO. 3, made and entered into as of the 7 'day of Gd-6 , 1994, by and between the CITY OF CARLSBAD, a Municipal Corporation, hereinafter referred to as "CITYfn, and MOFFATT & NICHOL ENGINEERS, INCORPORATED, hereinafter referred to as ltCONSULTANT. I1 RECITALS WHEREAS, the City Council of the City of Carlsbad, California, adopted Resolution No. 90-71 on March 20, 1990, approving a consultant agreement with Moffatt & Nichol Engineers, for supplemental environmental and engineering studies including final design for the Batiquitos Lagoon Enhancement Project; and WHEREAS, said resolution included a reimbursement agreement between the City of Carlsbad and the City of Los Angeles, acting by and through its Board of Harbor Commissioners, for all costs associated with said project; and WHEREAS, the consultant agreement with Moffatt & Nichol, Engineers was for supplemental engineering studies and the preparation of detailed engineering plans, specifications, and cost estimates; and 0 0 WHEREAS, the parties hereto desire to expand the scope of work to include design support services during construction. WHEREAS, a Design Support Services during Construction scope of work and not-to-exceed fee schedule have been negotiated and agreed to between the parties hereto; and WHEREAS, the City Council of the City of Carlsbad, California, hereby finds it necessary, desirable, and in the public interest to proceed with this Amendment No. 3 for said additional work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Consultant hereby agree as follows: 1. Consultant will perform tasks as described and incorporated herein in Exhibit A, Scope of Services - Design Support Services during Construction, dated January 31, 1994. 2. Consultant shall perform all work on a time and materials basis. Work shall not begin on any task without the prior written authorization from the City Manager or his designee. Each authorization shall indicate work to be done and not to exceed cost for said work. 3. The total not to exceed amount for Moffatt & Nichol Services shall be increased by the amount of five hundred thousand dollars ($500,000) . 4. City shall pay Consultant in accordance with Exhibit B of this Amendment No. 3, Method of Compensation/Consultant Fee Schedule. All work associated with this Amendment will be for the not-to-exceed amount of five hundred thousand dollars ($500,000). All work and services performed by subcontractors shall be paid ir accordance with Exhibit B on a cost plus twelve percent (12%) basis. 0 e 5. Consultant agrees to substitute the following for Paragraph 29. of the agreement; 29. HOLD HARMLESS AGREEMENT 1. Indemnity for Professional Liability Except for the negligence or willful misconduct of the City of Carlsbad, City of Los Angeles, State of California and North County Transit District, collectively hereinafter referred to as "Indemnified Parties,If Consultant shall indemnify, protect, defend and hold harmless Indemnified Parties and any and all of their boards, officers, agents or employees from and against any claims, charges, damages, costs, expenses, (including counsel fees) , judgements, civil fines and penalties, liabilities or losses of any kind or nature whatsoever which may be sustained or suffered by or secured against the Indemnified Parties, their boards, officers, agents, and/or employees by reason of any damage to property, injury to persons or any action that may arise out of the performance of this Agreement that is caused by any act, omission or negligence of Consultant, its officers, agents, employees or subconsultants. 2. Indemnity for Other Liability Except for the sole negligence or willful misconduct 01 Indemnified Parties, Consultant shall indemnify, protect, defend and hold harmless Indemnified Parties and any anc all of their boards, officers, agents or employees fror and against any claims, charges, damages , costs, expenses, (including counsel fees), judgements, civi' fines and penalties, liabilities or losses of any kind 01 nature whatsoever which may be sustained or suffered bl or secured against the Indemnified Parties, their boards, officers, agents and/or employees by reason of any damag< 0 0 to property, injury to persons or any action that may arise out of the performance of this Agreement that is caused by any act, omission or negligence of Consultant, its officers, agents, employees or subconsultants regardless of whether any act, omission or negligence of Indemnified Parties, their officers, agents or employees contributed thereto provided that (1) if the Indemnified Parties contribute to a loss , Consultant’s indemnification of the Indemnified Parties for the Indemnified Parties’ share of the loss shall be limited to One Million Dollars ($l,OOO,OOO), (2) notwithstandinq the limitation in (l), Consultant shall remair responsible for one hundred percent (100%) of any loss attributable to it, and (3) the provisions in (1) and (2) apply on a per-occurrence basis. Consult-ant agrees that the State of California and the North Count1 Transit District and any and all of their boards, officers, agents, and employees are added as Additional Insureds in Paragraphs 31 and 34 of the agreement. 6. All of the provisions of the aforementioned agreement entered into on March 20, 1990, between City and Consultant, except for those modified by this amendment, shall remain in full force and effect. 7. This Amendment No. 3 to the aforementioned agreement between City and Consultant shall be effective on and from the dal first above written. 0 e IN WITNESS WHEREOF, we have hereunto set our hands and seals THE CITY OF CARLSBAD Date (3-22. ?r/ Attest Aletha L. Rautenkranz, City Clerk - 8 Moffatt L Nichol, Engineers ./??e - Date ..a /tpb (SEAL) AK FL By Ronald R. Ball, .itY3J&q$n<*Y LWS/AMEND3 2/2/94 0 0 EXHIBIT A DESIGN SUPPORT SERVICES DURING CONSTRUCTION SCOPE OF SERVICES JANUARY 31,1994 Prepared for City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009-4859 and Port of Los Angeles 425 South Palos Verdes Street San Pedro, CA 90733-0151 Prepared by Moffatt & Nichol, Engineers 250 W. Wardlow Road Long Beach, CA 90807 0 e SCOPE OF WORK January 31, 199.1 DESIGN SUPPORT SERVICES: DURING CONSTRUCTION TASK 14 w: Assist the City in bidding the project; revfew Contractor submittals for conforn- with the intent of the Drawings and Specific~ttions; consult during construction; prepare as-built plans md conduct final rnonitoriiig fur credit estabiishment; an( duties as required, 3.Q.W 14. I 14.2 Review submittal list atid submittal review matrix prepared by Contractor. Attend pre-bid meeting and be available to clarify contract documents during tk bidding phase. Review bids for engineering conipliance with bid documents. 14.3 14.4 Attend ~l pre-constructlon meeting. 14.5 14.6 Prepare responses to Construction Manager quesri~ns during construction, Review documents and sho drawings required tu be submitted by the Contract Modify dredge plans 8s required following completion of pre-construction suw( Observs construction a3 it progresses for genera: conformance with the planst periodic meetings with Contractor arid Construction Manager. Review se?tlement and consolIdation rates for Central basin fill and make recommendations to adjust disposal plan, if iequired. Review methods and procedures for rentoving tidal inlet dike. Prepare "as-built" and record drawings as appropriate, on origincll construction documents from data supplied by others. materials, equipment, sche a ules, and dredging pIm. 14.7 14.8 14.9 IS. 10 14.1 1 14.12 Develop and conduct find tidal monitorin plm for establishment of credits. 11 a brief report and drawings of acreages o fB inundfltion levels to compxe with pr re y u i r e m e n ts. Manoge, adtnitlihtcr and coordinate services to be provided incltiding subconsul! services. Perform additional bridge studies as needed. 14.13 14.1 .? e 0 EXHIBIT B METHOD OF COMPENSATION/CONSULTANT FEE SCHEDULE The Consultant shall be compensated for services under thi agreement in accordance with the Engineering Agreement, Paragrar 10 and as provided herein. The method of payment shall be time ar materiials with a not-to-exceed amount, Time and materials payments shall be made monthly based on tk attached rate schedules. Progress reports and invoices shal document progress and actual time applied to the project for th specific task. Expenses shall be itemized, All work performed b subcontractors shall be paid on a cost plus twelve percent (12% basis. Rate schedules may be updated annually for the consultan and its subcontractors, if prior written approval is received fro the city. Annual rate increases shall be no greater than thos charged to other municipal agencies and in no case shall th increases exceed 5% per year. The City shall review the invoic and progress report and approve the invoice or state dispute amounts. If amounts are disputed, the City shall inform th Consul.tant within five (5) working days and state reasons fo dispute. Payment shall be made for amounts not disputed. Dispute amounts shall be paid upon resolution of the dispute. I 0 0 i Batlqultcs Lagoon Enhoncornent Propct Oeslgn Support Services GurrnQ Construct~on 1'3% - 1996 Project Taam Summary TASK DESCRIPTION - 14.1 Submlttal Ll8t/MatrlX 14.2 Attend Pre-Rld Mtng 14.3 Bid Reviow 14.4 P:o-Conatr.Meeting t4.6 Conatructtcm Quea!lons $29,162 $15,919 14.6 Contractor Submlttato $40,aO4 $16,552 14.7 Modlfy Dredg~ Plan 14,8 Ob3rv Cnstr/Attnd Mtngs $86,208 $39,654 $1 0,650 14.9 Settlemont/Consolldatfon $0 $25,901 14.1 0 Romove Tldal tnlet 14.11 Prepare As-builta 14.12 Tldal Monitoring Plan 14.1 3 Project Adrnlnlstration 14.14 Qsnsral t3rldgo Support TOTAL C03P Nota: 1) All te8hd are TSM. 2) $UbconSdtaf9 foes include M&N 12% markup, ~a~nv~vtr~w~~~~ bo, 3 0 0 MOFFATT & NICHOL, ENGINEERS RATE SCHEDULE FOR PROFESSIONAL SERVICES ON BATIQUITOS LAGOON EhWNCEMENT PROJECT FOR DESIGN SUPPORT SERVICES DWG CONSTRUCTION Effective February 1994 through Juna, 1994 CLASSIFICATION HOURLY RATE: Pro ect Manager S 123.50 Pro oct En InecrdSenlor EnQineer $104.00 5 104.00 6 99,OO $ 96.00 Mechanical Engineer ElectrIcd Englnecf Civil En Lnetr $ 82.00 $ 80.00 s 58.50 Staff Enginccr ENGINEERING CoaJtel b Sc cntist Structural Engineer s a~o Cossta dl arbor Engineer S P ECT FI CATIONS Spaciflcatlons $ 78.50 DRAFTING Drafter 11 ?i 62.50 Drafter I $ 48.00 CLERICAL S 48.00 k s 41,oo Word Processin Oencral Cterica SPECIAL Prhcipsls $ !43.00 Court Appearances 5 220.50 REIMBURSABLE EXPENSES Computer Rate3 Micro Computer at SlYhour CADD at Sl5kour In-house Machlno Plot - Per Rata Schedule In-House Prints and Xerox - Per Rate Schedule Other Rcproduction at Cast Plus 12?6 Cost + 12% Unless Otherwise Provided in Written Agreement Company Auto at 25 centsimile Travel end Expenses at Cost Reproductions Subcontracts or Senrtces Mi!eage Trevel 0 0 Ogden Beernan r& Moclate~ _- cmxrrw n tw eewwfi)9nt of u~j XcbWC, Ofd mrlm fC41 *GI 30 S.W. 4th Avenue Portfond, Oregon 97204 Febiu;uy I, 1% iel (503) 223-8254 FOX (503) 222 Ct - MOFFATT 8i MCHOL, ENGImErPS P.O. Box 7707 Long Beach, CA PO807 ATTEN: Mlkc Hcmphill Rc: Batiqultos Lagoon Enhancement Project Followhg are our 1994 personnel hourly rates for tne abovs referenced project: $1 1 1% Prlrxipal Stntor Enginccr 83.28 Project Etlgheer Ii 69.83 Project Enghmr I 33,39 Pwwch Coordinator 60.00 SeCrWal 38.88 Enginatnitlg Techaidan 38-29 If you have any qucs~ons, plcasc contwt ~5. We appreciate the opportunity to continue to work with you on tNs project. Very truly yours, &bb/- 669- ,*s- Ogden Beaman OGDEN BEEMAN & ASSOCIATES, INC, QB:at 0 BATIQUITOS LAGOON ENHANCEMENT PROJEC: WOODWARD-CLYDE CONSULTANTl SAN DJEGO OFFICI MODIFIED 1994 AND 1995 STANDARD SCHEDULE OF FEES AND CHARGE! e The following describes the basis for compensation for servicesto be performedduring the calendar years 1994 and 1995. This Schedule of Fees and Charges will be in effect annually on January 1 of each year. A new Schedule of Fees will be provided for services extending beyond 1995. PERSONNEL The charge for all time required in the performance of the Scope of Services, including office, field and travel time, will be at the Unit Price Hourly Rates set forth below for the labor classifications indicated. \ 1994 1995 Hourly Hourly Labor Classification - Rate Rate ClerWOffice Assistant* $41.74 $43.41 Word Processor/Technical Typist* 59.63 62.01 Technical AssistadEditor* 65.59 68.21 Drafter/Illustrator* 59.63 62.01 Senior Drafter/lllustrator* 65.59 68.21 FieldlLab Technician* 65.59 68.21 Senior Technician 77.51 80.61 Staff 69.17 71.94 Senior Staff 83.48 86.82 Assistant Project 93.02 96.74 Project 104.94 109.13 Senior Project 125.21 130.21 AssociaMConsultant 143.10 148.82 PrincipallSenior Consultant 155.03 161.23 8 - Page I of: W:\AOR€NKmSAllQUIT e * SCHEDULE OF WOODWARD-CLYDE GEOTECFlNICAL ENGINEERING LABORATORY AND EQUIPMENT CHARGES Standard laboratory tests will be invoiced at a fixed charge per test. There will be a charge for the time of laboratory personinel associated with the supervision of the testing program, and summarizing and plotting of the test data. These personnel time charges will be at the hourly rates for the classification of labor involved. The charges for Charges for other tests are quoted on a projeci specific basis. Preparation of Shelby tube or othe special samples, equipment or laboratory consultin will be based on hourly personnel charges. standard laboratory tests are as follows: SamPleS All samples of soil and rock will be disposed of 4 Laboratory Analysis days after submission of any document th; includes the data obtained from the samples, unles other arrangements are mutually agreed-upor Upon request, samples will be delivered to th client at the client’s cost or will be stored for a . Rate Per Twe of Test - Test Sieve Analysis - fine, including wash . Sieve Analysis - coarse to fine, including Mechanical Analysis (sieve analysis on Ecluipment Ral Wash Analysis (no. 200 only) Hydrometer Analysis Sand Cone Equipment 3 .~/hOl Nuclear Density Gage 6.OOhot Sieve and Hydrometer Lab Compaction Test Lab Compaction Test (Gin. diameter mold $ 60 agreed storage charge. wash (3-inch to no. 200) 3 pt. hydrometer) 80 (ASTM D-4222 - no. 10 material) 100 material smaller than no. 4 sieve and Inclinometer $20.00G Refraction Seismograph 20.00/hOl Down-Hole Logging Cage 20.00/da 40 100 (Corps of Engineers methods, 0 sizes) 130 (up to 4-in. diameter mold) 125 and California 216-F) 160 Lab Compaction Test - 1 point 45 Sand Quivalent 50 Liquid Limit 40 Shrinkage Limit 60 Plastic Limit 50 Plasticity Index 90 Specific Gravity 60 Water Content and Visual Classification 15 Moisture Content, Unit Weight and Visual Classification 25 Unconfined Compression 50 Direct Sha - 3 Points 300 Consollidation Test - Setup 70 Consollidation Test - Per Point 40 Confined Compression (including 2 points) 120 Loaded Swell Test (2-in. diameter specimen) 120 Expamion Index (recompacted 4-in. diameter per specimen UBC 29-2 Procedure) 125 Resistivity Measurements 70 California Bearing Ratio (Static Compaction) 140 California Bearing Ratio (Corps of Engineers Method) 400 R-value 200 Rates for other special equipment will be furnishe upon request. This fee schedule contains conj-kkntial business infonnah*on and is not to be copied or distributed for any purpose other than the use intended in this contract or proposal. W:VIOIIPMNr3XMTlQUIT Page 2 of 0 e -r R$j WQt 1 a nd s RQse CY rc h Assbc i ate s, I nc. RATE SCHEDULE Batiquitos I.aagoon #0954 Effective: January 1, 1994 c PRINCl PALS: Michael Josselyii, PreJidcrrf ................... $ 129.601HR James Rucliholz, ,%wlorAs.soclrtZe ................. 108.00/HR SENIOR ASSOCIATE: Kurt Philipp, Senior Rrsoclate ..................... 86.40flIR ASSOCIAI’ES: Douglas Spicher, Associafe V’etlatid Siolugist .......... 70.20fl-IK Williaiii Carmen,Assoclafe Wfldlrft, Eco1oglJ.t .......... 70,20/HR Micki Miller, Associafe Plctrzt Ecologist ............... 70.20/1 €R TECI f N I CIANS ; John Lowenthal, Wehnd Biolugist ................. $4,00/HK Amy Mcrrill, Plunl Ecologist ...................... 54.00/HK Susan Mrugal, Landscape Plnrttter .................. 48.60/HK Chris Winters, 14’ellatrd Ecolugist .................. 48.60/HR Shelby Sheelinn, EcolugM ....................... 48,60/HR Adam Wlielchcl, H’fIdlife Blologfsi .................. 48.60/HK Scan White, Fisherles Biologlsf .................... 48.60/HR - - - .- CLERICAL SUPYOKT .............................. 39,96/HR EXPENSES ............................... COSTPLUS 10%) 2169-C, Fast Francisco Blvd. San Rafael, <:A Y4901 (415) 454-8868/FAX (415) d54-01; a 0 F-, * 4. Exhibit No. AMENDMENT NO. 2 TO THE ENGINEERING AGREEMENT FOR THE BATIOUITOS LAGOON ENHANCEMENT PROJECT BETWEEN THE CITY OF CARLSBAD AND MOFFATT & NICHOL ENGINEERS THIS AMENDMENT NO. 2, made and entered into as of the 4th da of SEPTEMBER , 1992, by and between the CITY OF CARLSBAD, Municipal Corporation, hereinafter referred to as llCITY1l, an MOFFATT & NICHOL ENGINEERS, INCORPORATED, hereinafter referred t as I1CONSULTANT. It RECITALS WHEREAS, the City Council of the City of Carlsbad, California adopted Resolution No. 90-71 on March 20, 1990, approving consultant agreement with Moffatt & Nichol Engineers, Incorporated for supplemental environmental and engineering studies includin final design for the Batiquitos Lagoon Enhancement Project; and WHEREAS, the consultant agreement with Moffatt & Nichol Engineers was established to proceed in two phases. The firs phase (Phase I) was for supplemental engineering studies intende to develop information necessary for the finalization of th EIR/EIS and provide all information necessary for the Board o Harbor Commisioners to make a project decision at the time o EIR/EIS certification. The second phase (Phase 11, Final Design) was for the preparation of detailed engineering plans specifications, and cost estimates; and WHEREAS, said resolution also included a reimbursemen agreement between the City of Carlsbad and the City of Los Angeles acting by and through its Board of Harbor Commissioners, for a1 costs associated with said project; and e 0 ., * '8 WHEREAS, the parties hereto desire to expand the scope of th Phase I1 work to include additional scope items revealed a necessary during the course of Phase I supplemental engineerin studies. WHEREAS, a Phase I1 scope of work and not-to-exceed fe schedule have been negotiated and agreed to between the partie hereto; and WHEREAS, the City Council of the City of Carlsbad, California hereby finds it necessary, desirable, and in the public interest t proceed with this Amendment No. 2 for said additional work. NOW, THEREFORE, in consideration of these recitals and th mutual covenants contained herein, city and Consultant hereby agrec as follows: 1. Consultant will perform all tasks as described anc incorporated herein in Exhibit A, Scope of Services - Modified foi Phase I1 Work dated July 13, 1992. 2. The total not to exceed amount for Moffatt & Nicho. Services shall be increased by the amount of six hundred and fifty. nine thousand, six hundred and sixty two dollars ($659,662). This brings the total not-to-exceed amount for Moffatt & Nichol, Engineers for both phases of work to two million four hundred anc thirty eight thousand, four hundred and forty two dollars ($2,438,442). 3. City shall pay Consultant in accordance with Attachment I of Exhibit A, Scope of Services - Modified for Phase I1 Work. All work associated with Phase I1 of this Agreement will be for the not-to-exceed amount of one million three hundred and seven thousand, eight hundred and fifty-two dollars ($1,307,852). 0 0 8. * 4 4. All of the provisions of the aforementioned agreemenl entered into on March 20, 1990, between City and Consultant, excepl for those modified by this amendment, shall remain in full fora and effect. 5. This Amendment No. 2 to the aforementioned agreemeni between City and Consultant shall be effective on and from the da! first above written. IN WITNESS WHEREOF, we have hereunto set our hands and seals MOFFAT'T & NICHOL ENGINEERS, INC. - Y BY Crkt Eer&J--- CLAUDE A. LEWIS, Mayor Title Title APPROVED AS TO FORM: ATTEST: &- Q./Ld - * City Clerk Q. c.&* - City Attorney (SEAL) LWS /Amend2 0 0 t- .- /" AMMENDMENT NO. 1 TO AGREEMENT FOR SUPPLEMENTAL ENVIRONMENTAL AND ENGINEERING STUDIES INCLUDING FINAL DESIGN FOR THE BATIOUITOS LAGOON ENHANCEMENT PROJECT THIS AMENDMENT NO. 1, made and entered into as of the Fda of '% , 1990, by and between the CITY OF CARLSBAD, Municipal Corporation, hereinafter referred to as "CITY, I! an MOFFATT AND NICHOL ENGINEERS, INCORPORATED, hereinafter referre to as IICONSULTANT. It RECITALS WHEREAS, the City Council of the City of Carlsbad, California adopted Resolution No. 90-71 on March 20, 1990, approving consultant agreement with Moffatt and Nichol Engineers Incorporated, for supplemental environmental and engineerin studies including final design for the Batiquitos Lagoo Enhancement Project; and WHEREAS, said resolution also included a reimbursemen agreement between the City of Carlsbad and the City of Los Angeles acting1 by and through its Board of Harbor Commissioners, for a1 costs associated with said project; and WHEREAS, the parties hereto desire to expand the scope of wor to include additional field and office work critical to th Enhancement Project; and . 0 e 2 4 WHEREAS, a scope of work and not-to-exceed fee schedule hav been negotiated and agreed to between the parties hereto: and WHEREAS, the City Council of the City of Carlsbad, California hereby finds it necessary, desirable, and in the public interes to proceed with this Amendment No. 1 for said additional work. NOW, THEREFORE, in consideration of these recitals and tf. mutual. covenants contained herein, City and Consultant hereby agre as fol-lows: 1,. Consultant shall provide additional field and offic services necessary for the determination of the closur characteristics of the Batiquitos Lagoon tidal inlet by studyir the behavior of cobbles. The results of said study will be USE to assist in the calibration of the project's proposed physics model ,, 2. The Batiquitos Lagoon will be instrumented by Consultant with particular emphasis on the tidal inlet. The existing profile at choke points will be established by Consultants prior to openir of the inlet by the State of California, Department of Fish ar Game. While the inlet is open, the wave climate and tidal ran5 will be recorded by Consultants along with the flow through tk inlet,, Observations will be made by Consultants periodically t study the mechanism of transport of the cobbles. 3. After the lagoon is opened, cross-sections through tk throat: will be measured by Consultants at slack tides. Wat climate, currents, and water levels will be recorded at specifie time intervals. If the inlet remains open longer than two (2 c e a v ? weeks, a maximum number of surveys and data readings will b determined. The entire data set will be analyzed and a repor prepared to summarize the findings of the experiment. 4. City shall pay Consultant on a time and materials basi for all work associated with said study, not-to-exceed thirty-fiv thousand dollars ($35,000). 5. All of the provisions of the aforementioned agreemen entered into on March 20, 1990, between City and Consultant shal remain in full force and effect. 6. This Amendment No. 1 to the aforementioned agreemen between City and Consultant shall be effective on and from the da first above written. IN WITNESS WHEREOF, we have hereunto set our hands and seals MOFFATT AND NICHOL ENGINEERS, INC. , BY %/e fie v4A t Title Title ATTEST: PL2k & P- City Clerk (SEAL) %< (. e e _- * EXHIBIT 1 0 ENGINEERING AGREEUENT NO. AGREEMENT FOR SUPPLEMENTAL ENGINEERING STUDIES AND THE FINAL ENGINEERING DESIGN FOR THE BATIQUITOS LAGOON ENHANCEMENT PROJECT This Agreement, made and entered into as of the hf4 day of March, 1990, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as llCITY,ll and Mof and Nichol, Engineers, a California corporation of 250 West Wardlow Road, Long Beach, CA 90807, hereina referred to as "CONSULTANT". RECITALS CITY requires the services of Moffatt and Nichol, Engineers to provide the neces engineer.ing/environmental services for the completion of the supplemental engineering studies and f engineering design for the Batiquitos Lagoon Enhancement Project; and CONSULTANT, its personnel and Subconsultants, by training, knowledge, and experience in the field civil, structural, coastal and wetland design engineering possess the necessary skills and qualification provide the services required by CITY; Now, therefore, in consideration of these recitals and the mutual conditions and covenants conta herein, CITY and CONSULTANT agree as follows: 1. DEFINITIONS e A. Agreement. B. City. The City of Carlsbad, a municipal corporation. C. City Manager. D. 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 phy: reconfiguration of the Lagoon and Lagoon bottom through dredging and excavation as required to re! tidal inflows and aid in maintaining an open Lagoon mouth; (2) creation of new intertidal and sub habitats while protecting existing habitats; (3) construction of California Least tern nesting s including fences, to preserve like habitat; (4) construction of a tidal inlet structure that minimize the probability of inlet closure, minimize adverse effects to upcoast and downcoast beat maximize tidal exchange and minimize maintenance dredging requirments; (5) construction of a new Carlsbad Boulevard Bridge; (6) disposal of dredged and excavated material by technically feas envirorunentally acceptable and cost-effective methods; (7) monitoring activities to determine condition of the constructed Lagoon on a regular basis; and (8) necessary maintenance activitie: G. Subconsultant(s). Wetland Research Associates, Inc.; P & D Technologies; Woodward-Clyde Consultd Ogden Beeman & Associates, Inc.; and Melchoir Land Surveying, Inc. H. Uork. All services to be provided by Consultant and Subconsultants pursuant to this Agree! This document and Exhibit A with Attatchments A through H made a part of it. The City Manager of the City of Carlsbad. 0 1 c 0 e c 4 necessary to allow City to proceed with construction and completion of Project. a 2. PHASES OF SERVICES CONSULTANT'S services shall be rendered in two phases. The first phase (Phase I) will be supplemen design studies, intended to develop information necessary for the finalization of the EIR/EIS for Project and to provide all information necessary for the CITY to make a project decision at the t of certification. The second phase (Phase 11) is final engineering design. Phase I and Phase I1 ta are defined in the "Scope of Services" attatched as Exhibit A, and made a part of this agreement. NOTICE TO PROCEED FOR PHASE I1 lit is understood that Phase I1 is necessary only after the Project EIR/EIS has been certified by CITY and the U.S. Army Corps of Engineers and only if the CITY elects to go forward with the Proje CONSULTANT shall not begin work on the sixteen (16) tasks specified as Phase I1 of the "Scope Services", unless written notice to proceed is received from the CITY Manager or his designee. 3. 4. NOTICE TO PROCEED FOR OPTIONAL WORK ITEMS CONSULTANT shall not begin work on any of the optional scope items (Options) in Phase I or Phase of the "Scope of Services" unless written notice to proceed is received from the CITY Manager or designee. 5. CONSULTANT'S OBLIGATIONS 'The CONSULTANT shall : A* Conduct the necessary tasks required to complete Phase I and, if authorized, Phase I1 of Project design. Said tasks are identified in the Scope of Services dated February 28, 19 a copy of which is attached *5cope of Services"- Exhibit A and incorporated by refere herein; Attend such meetings of public and private groups as may be required in conjunction with preparation and approval of the final engineering design; Provide all personal transportation during the course of this agreement; Hold harmless from acts or omissions of CONSULTANT'S enployees or Subconsultants while on I ouners property all land owners granting permission for CONSULTANT to enter and conduct required studies as identified in the "Scope of Services". 8. C. D. a E. Perform all functions, responsibilities and requirements to complete Phase I and, authorized, Phase I1 of the Project as specified in the I8Scope of Services8' Exhibit A he1 above referenced. 6. CONSULTANT'S PROJECT MANAGER PERSONNEL COMMITMENTS The CONSULTANT shall provide the following key staff for work. They will comnit the time noted be A. James Ualker, as Project Manager, shall spend a mininun of forty-five percent (45%) available normal work hours, which is approximately fifty-eight (58) eight-hour days, dol the term of Phase I Uork, and a minim of twenty percent (20%) of normaL available work ha uhich is approximately thirty-seven (37) eight-hour days, during the term of Phase I1 Yo In the event that the above specified Project Uanager kames incapacitated or separated the CONSULTANT, the CONSULTANT shall notify the City Manager in writing of the change in st* of the Project Manager and the recded Project Manager replacement. Any change CONSULTANTS Project Manager shall require written approval of the City Manager prior to chai The City Manager reserves the right to audit the records of CONSULTANT to ensure that comnitment is met. B. C. 7. CITY OBLIGATIONS Under the general direction of the City Manager and subject to the provisions of this Agreement, 0 2 , .c 0 0 4 c L shall: 19. Make available to CONSULTANT its records, reports and other documents deemed necessary properly perform the services required by the CITY; Obtain all required permits, with CONSULTANT'S assistance, to allow the CONSULTANT to perf the tasks identified in the "Scope of Services''- Exhibit A; Obtain permission from property owners to allow the CONSULTANT to both enter the priv property and to perform the tasks identified in the "Scope of Services8' - Exhibit A; Review materials shitted by CONSULTANT in a timely manner so that the CONSULTANT can adh to the time schedule contained in the "Scope of Services" - Exhibit A; e B. C. D. E. Announce, advertise, conduct and record all public meetings and hearings, with CONSULTAN 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 t Agreement. 8. PROGRESS AND COMPLETION The work under this Agreement will begin within ten (IO) working days after receipt of writ notification to proceed by CITY and -be completed according to the schedule set forth in Attatchn E - %chedule of Performancea1. Extensions of time may be granted if requested by CONSULTANT and agr to in writing by the City Manager. In consideration of such requests, the City Manager will s allowance for docunented and substantial unforeseeable and unavoidable delays not caused by error the part of the CONSULTANT, or delays caused by CITY inaction or other agencies' lack of timely acti 9. FEES TO BE PAID TO CONSULTANT The lurp sun fee payable according to Paragraph 10, I8Payment of Fees", shall be One Million SE Hundred Seventy-Eight Thousand Seven Hundred Eighty Dollars ($1,778,780). No other compensation services will be allowed except those items covered by supplemental agreements per Paragraph "Changes in WorkB8. 10. PAYMENT OF FEES a Payment of fees shall be in accordance with the fees by task set forth in Attatchment F - Y4ethoc Compensation". CONSULTANT shall submit invoices monthly that represent the value of work complc to date, minus any prior payments made. Payments shall be made in the course of CITY business follob delivery of invoices provided fees are verified and approved by CITY. Payment of any invoices plrsr to this section shall not constitute a waiver by CITY of any breach of any part of this Agreemt Payment will normally be made within 60 days of receipt of invoice. 11. FINAL SUBMISSIONS CONSULTANT shall deliver to CITY the Final Work Products in accordance with Attatchment E - "Schec of Performancea8. 12. CHANGES IN WORK If, in the course of this Agreement, changes seem merited by the CONSULTANT and the CITY, and info! 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 work. Such changes SI be processed by the CITY in the following manner: A letter outlining the desired changes shall forwarded to the City Manager or CONSULTANT to inform them of the proposed changes along wit statement of estimated changes in charges or time schedule. After reaching mutual agreement on proposal, a supplemental agreement or change order shall be prepared by the CITY and approved by City Council. CONSULTANT'S compensation for said change order shall be determined based on the schedules contained in Attachment F - Ytethod of Conpensation/Consultant Fee Schedule". 13. COVENANTS AGAINST CONTINGENT FEES The CONSULTANT warrants that its firm has not employed or retained any company or person, other 3 I) * 0 0 < & * a bonafide employee working for the CONSULTANT, to solicit or secure this Agreement, and that CONSUL has not paid or agreed to pay any company or person, other than a bonafide employee, any cmission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resul from, the award or making of this Agreement. For breach or violation of this warranty, the CITY s have the right to annul this Agreement without liability, or, in its discretion, to deduct from Agreement price or consideration, or otherwise recover, the full amount of such fee, cmiss percentage, brokerage fee, gift, or contingent fee. 0 14. NONDISCRIMINATION CLAUSE The CONSULTANT shall canply with the State and Federal Ordinances regarding nondiscrimination. 15. TERMINATION OF CONTRACT In the event of the CONSULTANT'S failure to prosecute, deliver, or perform the work as providec in this Agreement, the CITY may notify the CONSULTANT of its intent to terminate this Agreement. CONSULTANT shall respond within ten (10) working days of its receipt of notification. The CITY 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 docln owned by the CITY and all work in progress to the City Engineer. The City Manager shall ma determination of fact based upon the docunents delivered to CITY of the percentage of work which CONSULTANT has performed, which is usable in having the Work for this Agreement completed. Based that finding as reported to the City Council, the Council shall determine the final payment of Agreement. 16. DISPUTES If a dispute should arise regarding the performance of work under this Agreement, the follc procedure shall be used to resolve any question of fact or interpretation not otherwise settlc agreement between the parties. Such questions, if they become identified as a part of a dispute i persons operating under the provisions of this Agreement, shall be reduced to writing by the print of the CONSULTANT or the City Manager. A copy of such docwnted dispute shall be forwarded to parties involved along with recomnended methods of resolution which would be of benefit to both pari The City Manager or principal receiving the letter shall reply to the letter along with a recm method of resolution within ten (IO) working days. If the resolution thus obtained is unsatisfac to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council foi resolution through the Office of the City Manager. The City Council may then opt to considei recomnended solution to the problem. In such cases, the action of the City Council shall be bii upon the parties involved, although nothing in this procedure shall prohibit the parties sei remedies available to them at law. 0 17. RESPONSIBILITY OF THE CONSULTANT The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other services furnished by the CONSUI under this Agreement. The CONSULTANT shall, uithout additional compensation, correct or revisc errors or deficiencies in its designs, drawings, specifications, and other services. Neither the CITY'S review, approval or acceptance of, nor payment for, the services required under Agreement shall be constrwd to operate as a waiver of any rights under this Agreement or of any 1 of action arising out of the performance of this Agreement, and the CONSULTANT shall be and rl liable to the CITY in accordance with applicable law for all damages to the CITY caused bl CONSULTANT'S negligent performance of or omissions of any of the services furnished under Agreement. The rights and remedies of the CITY provided for under this Agreement are in addition to any 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 written noti the CONSULTANT. In the event of such suspension or termination, upon request of the CITY, CONSULTANT shall assemble the work product and put same in order for proper filing and ctosini deliver said product to CITY within five (5) working days. In the event of termination, the CONSU shall be paid for work performed up to the termination date; however, the total shall not excee e 4 , . 0 e < c < guaranteed total maxim. The CITY with input frm the CONSULTANT shall agree on the work perform If no agreement is reached, the CITY shall make the final determination as to the portions of ta: completed and the colrpensation to be made. 0 19. $TATUS OF THE CONSULTANT The CONSULTANT shall perform the services provided herein in CONSULTANT'S own uay as an independc contractor and in pursuit of CONSULTANTIS independent calling, and not as an employee of the CI' CONSULTANT shall be under control of the CITY only as to the result to be accorrplished and the person1 assigned to the Project but shall consult with the CITY as provided for in the request for propos The CONSULTANT is an independent contractor of the CITY. The payment made to the CONSULTANT pursu to this Agreement shall be the full and complete conpensation to which the CONSULTANT is entitl The CITY shall not make any federal or state tax uithholdings on behalf of the CONSULTANT. The C shall not be required to pay any workers compensation insurance on behalf of the CONSULTANT. CONSULTANT agrees to indemnify the CITY for any tax, retirement contribution, social security, overt payment, or worker's compensation payment which the CITY may be required to make on behalf of CONSULTANT or any employee 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 law: Federal, State, and local. CONSULTANT shall assist the CITY to provide all necessary supporl documents to be filed with any agencies whose approval is necessary. 21. OUNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications prepared for this project art become the property of the CITY, whether the uork for which they are prepared be executed or not, they are for this project only and are not to be changed or used on any other project except at sole risk of the CITY. In the event this Agreement is terminated, all documents, plans, specificatic drawings, reports, and studies shall be delivered forthwith to the CITY. CONSULTANT shall have right to make copies of the plans for its records. The CONSULTANT shall not be allowed to publish results of the technical studies and final engineering design or to sell any data or models dewlc expressly as part of this Agreement without the written permission of the CITY. a 22. ASSIGNMENT OF AGREEMENT The CONSULTANT shall not assign this Agreement or any part thereof or any monies due thereunder wit1 the prior written consent of the CITY. 23. SUBCONTRACTING If the CONSULTANT shall subcontract any of the work to be performed der this Agreement by CONSULTANT, CONSULTANT shall be fully responsible to the CITY for the acts and missions of CONSULTA' Subconsultant and of the persons either directly or indirectly employed by the Subconsultan CONSULTANT is for the acts and missions of persons directly employed by the CONSULTANT. Not contained in this Agreement shall create any contractual relationship between any Subconsultan CONSULTANT and the CITY. The CONSULTANT shall bind every Subconsultant by the terms of this Agree applicable to CONSULTANT'S uork unless specifically noted to the contrary in the subcontract in ques approved in writing by the CITY. It is understood that the CONSULTANT intends to engage these Subconsultants for performance of port of the Uork: 0 Uetlands Research Associates, Inc. 0 P & D Technologies 0 Ogden Beeman & Associates, Inc. 0 Melchoir Land Surveying,Inc. 0 Uoodward-Clyde Consultants 5 a , I . 0 0 * \ Yhenever it is necessary for CONSULTANT to employ Subconsultants not identified above, their employm shall require the prior written approval by the CITY except Subconsultants whose total costs to I Imrne by the CONSULTANT is less than Twenty Thousand Dollars (520,000) e 24. !'ROH I B I TED INTEREST No official of the CITY uho is authorized in such capacity on behalf of the CITY to negotiate, ma ilccept, or approve, or take part in negotiating, making, accepting, or approving of any architectur engineering inspection, construction or material supply contractor, or any subcontractor in connect with the construction of the Project, shall become directly or indirectly interested personally in t Agreement or in any part thereof. No officer, employee, architect, attorney, engineer, or inspec of or for the CITY who is authorized in such capacity and on behalf of the CITY to exercise c?xecutive, supervisory, or other similar functions in connection with the performance of this Agreem shall become directly or indirectly interested personally in this Agreement or any part thereof. 25. VERBAL AGREEMENT OR CONMRSATION No verbal agreement or conversation with any officer, agent, or enployee of the CITY, either befo during, or after the execution of this Agreement, shall affect or modify any of the terms or obligati herein contained nor such verbal agreement or conversation entitle the CONSULTANT to any additio payment whatsoever under the terms of this Agreement. 26. SUCCESSORS OR ASSIGNS All terms, conditions, and provisions hereof shall inure to and shall bind each of the parties here and each of their respective heirs, executors, adninistrators, 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 Carls in accordance with the requirements of the CITY of Carlsbad Conflict of Interest Code. 0 29 s HOLD HARMLESS AGREEMENT The CONSULTANT retained pursuant to this Agreement shall at all times relieve, indermify, protect save harmless the CITIES and any and all of their boards, officers, agents, and employees from any all claims and demands, action, proceedings, losses, liens, costs and judgements of any kind and nat whatsoever, including expenses incurred in defending against legal actions, for death of or injur) persons or damage to property including property owned by or der the care and custody of CITIES for civil fines and penalties, that may arise frm or be caused directly or indirectly by: A. Any dangerous, hazardous, ulsafe or defective condition of, in or on the premises which the subject of this Agreement of any nature whatsoever, *ich may exist by reason of negligent act or mission, or any use or occupation of the premises by CONSULTANT, officers, agents, employees, subcontractors or Subconsultants, for which it is legally liat Any negligent operation conducted upcil or any negligent use or occupation of the premises CONSULTANT, its officers, agents, errployees, subcontractors or Subconsultants under or pursi to the provisions of this Agreement; Any failure of CONSULTANT, its officers, agents or employees to comply with any of the tc or conditions of this Agreement or any applicable federal, state, regional, or rmnicipal I ordinance, rule or regulations; The conditions, operations, uses, occupations, acts, missions or negligence, existing conducted upon or arising frm the use or occupation by CONSULTANT on any other premises uil the CITY of Carlsbad related to this Agreement. B. C. 0. The CONSULTANT agrees to indennify CITIES and pay for all damage or loss suffered by CITIES inclu I) 6 0 0 c but not limited to damage to or loss of CITIES' property resulting from CONSULTANTS obligations described in subsections (A) through (D) of this Section 29. e The CONSULTANT agrees that it will maintain the insurance specified in this Agreement. insurance shall be written at limits specified herein and with such companies as are acceptable CITIES and the CONSULTANT shall provide CITIES with proof of said insurance as specified below. All such 30. WORKERS' COMPENSATION A. The CONSULTANT agrees to secure the payment of compensation to its employees injured wh performing work or labor necessary for and incidental to performance under this Agreement accordance with the provisions of Section 3700 of the Labor Code of the State of Californ The CONSULTANT shall file with CITIES one of the following: (1) a certificate of consent self-insure issued by the Director of Industrial Relations, State of California, (2: certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an ex copy or duplicate thereof of the policy certified by the director or the insurer. S' documents shall be filed prior to comnencing the Work of this Agreement. Where the CONSULTANT has employees who are covered by United States Longshoremen and Har Workers' Compensation Act coverage, the CONSULTANT must furnish proof of such coverage to satisfaction of CITIES. 5. c. 31. LIABILITY AND INDEMNITY INSURANCE A. The CONSULTANT shall furnish a policy of comprehensive general liability insurance w endorsements for contractual liability assumed and automobile liability insurance, in wh CITIES, their boards, officers, agents, and employees are named insureds or are included additional insureds with the CONSULTANT. Such policy shall fully protect and save harm1 the additional insureds from any and all claims for damages for bodily injury, includ wrongful death, as well as from claims for property damages, which may arise from operati under and in connection with this Agreement, whether such operations be by the CONSULTANT by any subcontractor or Subconsultant or anyone directly or indirectly employed by either them and whether liability is attributable to the CONSULTANT or any of the named insure Such policy shall protect the CITIES, their boards, officers, agents, and employees wh acting within the scope of their duties, against all claims arising out of or in connect with the work. e B. The minimum limits of Liability Insurance shall be the limits normally carried by CONSULTANT, but not less than $1,000,000 combined single limit for property damage and bod injury including death. If the submitted policies contain aggregate limits the CONSULT shall provide evidence of insurance protection for such limits, so that the required cover is not diminished in the event that the aggregate limits become exhausted. Said limit sh be without deduction, provided that CITIES and their designee may permit a deductible ama 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 h legally responsible for damages to persons or property. 1:. I) . When the work of this specification requires the use of watercraft or helicopter, CONSULTANT must additionally provide protection and indemnity insurance for watercraft, aviation liability insurance for helicopter in the amount of $1,000,000 combined single tin This insurance may be furnished by the Subconsultant using the watercraft or helicopter rat than the CONSULTANT. 32. The insurance endorsement attached hereto as Attachment H - "Special Insurance Endorsement", shall made available to Contractors and CONSULTANTS and shall be filed with the Project Manager to sati the insurance requirements described above. 33. PROFESSIONAL LIABILITY INSURANCE CONSULTANT certifies that it now has professional liability insurance in the amount of one mill dol Lars ($1 ,OOO,OOO), that it wi 11 take whatever steps necessary to assure that the work performed ur m 7 0 e * . this agreement will be covered by such policy, and that it will keep such insurance or its equival in effect at all times during performance of this Agreement and will expend every effort to retain 5 policy for two years following completion of the plans and specifications under this agreement. a 34. INSURANCE DOCUMENTS AND SUBMITTALS A. All required insurance policies shall be transmitted to the Project Manager within thirty ( 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 CONSULTANT to demand or receive payment for the work under this Agreement requiring I insurance. No request for payment will be processed until the required insurance has k approved by CITIES and no Notice to Proceed will be issued until such approval has been gi! C. The CONSULTANT SHALL SUBMIT two Ilcertified duplicate" copies of all policies of requl insurance with personally executed signatures of authorized agent or representative. Facsin signatures will not be approved. IN LIEU OF CERTIFIED DUPLICATE COPIES OF INSURANCE POLICl CERTIFICATES OF INSURANCE ENDORSED UITH ATTATCHMENT H -"SPECIAL INSURANCE ENDORSEMENT" I BE ACCEPTED. D. The General Liability Policy provided by CONSULTANT and Protection and Indemnity Pol provided by the Subconsultant using watercraft, as specified in subsection (D) of paragr 31, shall name as additional insureds the CITIES, their boards, officers, agents, employees, and must contain a noncancellation clause exactly as follows: "It is agreed that the insurance provided herein will not be cancelled or substituted wit policy that is reduced in amount until the Board of Harbor Comnissioners and the City Attor of the City of Los Angeles and the City of Carlsbad and its City Attorney have been gi thirty (30) calender days notice by certified mailI8. //I/ @ //// //I/ //// //// //I/ //// /I// //// //// //// //I/ //// /I// //// //// a a 0 e 0 IN UITNESS YXEREOF, ue have hereunto set our hands and seals. Date 3-23-9.0 HOFFATT AND NICHOL, ENGINEERS Date 7 I zdH 'io s"'/ ir"/& -9 Attes>&- &., r / .k,LLc< </&X.2 a p"; c F aS'k.- e 5 * c APPROVED AS TO FOW: Date 322- yc 3/1/90 002.1s a 9 t 0 0 e EXHIBIT A 0 BATIQUITOS LAGOON ENHANCEMENT PROJECT SCOPE OF SERVICES d February 28, 1990 Prepared for Ci ty of Carl sbad 2075 Las Palmas Drive Carl sbad, CA 92009-4859 and Port of tos Angeles 425 South Palos Verdes Street San Pedro, CA 90733-0151 e Prepared by Moffatt & Ni chol , Engineers 250 W. Wardlow Road Long Beach, CA 90807 0 0 0 * BATIQUITOS LAGOON ENHANCEMENT PLAN 0 SCOPE OF SERVICES GENERAL STATEMENTS A. This scope of services comprises supplemental studies and final design ( the Batiquitos Lagoon Enhancement Plan. The City of Carlsbad (City) ani the Port of Los Angeles (Port) are preparing the final joint Envi ronmental Impact Report and Envi ronmental Impact Statement (EIR/EE CH2M Hill 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 informatic required to support a. 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) ar to provide construction support services. The Project Manager and contact for this project will be Ms. Lisa Sales the Port. A1 1 correspondence shall be directed to Mr. John Cahill , 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. Jamel Wal ker, with routing noted to the appropri ate person or consultant. 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 C;ty shall furnish a sample title block and a reproducible title sheet. Specifications shall be prepared using the Standard Specifications for Public Works Construction (Green Book) as the project standard and i ncorporat i ng General Provi si ons and Standard Speci a1 Provi si ons furnished by the City. B. C. D. E. F. e G. a i e 0 c CONTENTS 0 PHASE I - Pa GENERAL STATEMENTS .............................. TASK 31 . 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 TASK 6 -’ BEACH NOURISHMENT PLAN . 0 . . . . . . . TASK 7 . ENVIRONMENTAL MANAGEMENT PLANS TASK 8 . UTILITY RELOCATIONS TASK 9 . BRIDGE STUDIES AND COORDINATION TASK :LO . PERMIT APPLICATION AND AGENCY COORDINATION TASK 111 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULES . TASKE-SUMMARY REPORT . . . . TASK 113 - PROJECT MANAGEMENT AND STUDY SCHEDULE . . TASK 114 - CONSTRUCTION SUPPORT SERVICES . . 0 0 TASK :15 . MEETINGS .............................. TASK 16 - TECHNICAL REVIEW COMMITTEE 0 . . ......................... ....................... ..................... ............................. ................... ......................... ................... ............ e e ii * a CONTENTS 0 PHASE I1 F - 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 . ENVIRONMELTAL 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 .... TASK12-REPORTS ............................... TASK 13 . PROJECT MANAGEMENT AND DESIGN SCHEDULE TASK 14 . CONSTRUCTION SUPPORT SERVICES TASK15-MEETINGS TASK 16 . TECHNICAL REVIEW COMMITTEE ATTACHMENTS A: PRIORSTUDIES .............................. B: PERMITS AND APPROVALS ......................... C: MEETINGS ................................ D: TECHNICAL REVIEW COMMITTEE ....................... E: SCHEDULE OF PERFORMANCE ........................ F: METHOD OF COMPENSATION ......................... G: ITEMS TO BE FURNISHED BY OTHERS .................... H: SPECIAL INSURANCE ENDORSEMENT ..................... ............. ....................... ..................... .......................... ........................ ................... ......................... ................... ............ .............. ................... 0 .............................. ..................... a iii a 0 PHASE I TASK 1 - REVIEW AND EVALUATION OF PREVIOUS STUDIES Objective : 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 CH2M Hill to discuss the work accompl ished to date on the draft EIR/EIS and the scope of work for finalizing the EIR/EIS. Determine if sufficient investigation has been completed relative to: 1.3 a) prel iminary engineering 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 recommends any additional studies that may be required for design. Meet with the Port and the City to discuss their comments on the sumar report. a TASK 2 - GEOTECHNICAL PROGRAM 2.1 Characterization of Dredged Material Object i 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 i depth of approximately 15 to 20 feet below the existing ground surface, where the water depth is at least 12 inches, at the t. of the investigation. 0 PHASE 1-1 e e & 2.1.2 Make continuous logs of each boring and obtain separate sample from each 3-fOOt interval, in accordance with U.S. Army Corps Engi neers 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 dredge 2.1.3 a 2.2 Disposal of Dredqed Material Objective: Conduct a geotechnical investigation to design a plan for disposal of 1 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 frc the East Basin to provide a basis for estimating both the time required for the material to settle and for estimating the in- place volume of the fines for disposal in the Central Basin. Estimate the approximate bulking factor for the current in-pll volume to be dredged from the East Basin. Perform the column settling tests in accordance to the U.S. Army Corps of Engine€ 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,? 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 ( sampling. Obtain approximately 35 of these soil samples. Survey the beach profile at the time of sampling. Investigate subsurface conditions at the proposed Green Valle disposal site to provide information regarding the following: 2.2.2 e 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) , e PHASE 1-2 0 0 c e) earthwork and site grading. 2.2.5 Perform geol ogi c reconnai ssance of the Green Val 1 ey di sposal site with six (6) to eight (8) test pits or borings extending depths of 5 to 15 feet. Log the test explorations and obtain soil samples. Classify the soil samples and perform laborato, tests to characterize the subsurface materials. Perform the fol 1 owi ng tests : e a) b) four (4) mechanical analyses, c) d) two (2) Laboratory compactions, e) one (1) direct shear test, f) two (2) unconfined compression tests, and g) two (2) expansion index tests. Investigation of West Carlsbad Bridqe Foundation ten (10) moisture content/dry density tests, four (4) plasticity index tests, 2.3 Objective: Conduct a geotechnical investigation for design of a new bridge to determi ne: a a) b) estimated settlement, c) lateral earth pressures on retaining walls and abutments, and d) seismic design parameters and 1 iquefaction potenti a 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 tt 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 propertif of the soils and to confirm the visual classifications made duri ng f i el d expl orati ons : a) b) four (4) mechanical analyses, 20 moisture content/dry density tests, a PHASE 1-3 1 0 0 c) three (3) plasticity index tests, 0 d) two (2) direct shear tests, and two (2) specific gravity tests. e) 2.3.2 Provide geotechnical information for a seismic evaluation of t West Carlsbad Bridge, in accordance with the ATC-6.2, Seismic Retrofitting Guidelines for Highway Bridges. In particular, provide the information given below: a) b) c) d) an estimate of the effective peak rock acceleration, "A," for the West Carlsbad Boulevard Bridge 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, the Vu1 nerabi 1 i ty Rati ng indicates a potenti a1 for major or severe 1 iquefaction-re1 ated foundation damage. 2.3.3 Determine the pile capacities. a 2.4 Investigation of 1-5, Railroad Bridge, and East Carlsbad Bridge 0 b j ect i ve : 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 slopc stability impacts that may result from dredging beneath each ( the three the existing bridges. Analyze slope stability for 1-5 approaches for the after dred! condi ti on . Determine the existing and after dredge pile-capacities for e of the three bridges. 2.4.2 2.4.3 Investiqation of Jetty and Channel Characteristics 2.5 Object i ve : Conduct a geotechnical investigation to determine the extent of cobblc and to determi ne foundation characteristics for design and constructic of the tidal inlet channel and jetties. e PHASE 1-4 0 0 c Scope: 2.5.1 Take four (4) soil borings and approximately 25 to 50 jet probt in the vicinity of the proposed tidal inlet channel and jettiei Use this information to describe the soil conditions that may 1 anti ci pated duri ng construction. a 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 triaxi 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 bedrocl at the jet probe location if bedrock is above -10 fee 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 submittec in draft for review. The final report shall respond to comments and contain drawings of the soils logs for inclusion in the contract 0 documents. Opti onal Items : 2.7 Use a helicopter to move sampling equipment from location to location 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 worl If lateral pile capacities determined in Task 2.4 are insufficient perform an investigation to provide the necessary geotechnical i nformati on for addi ti onal rai 1 road bri dge foundation design that i ncl udes : 2.8. a) b) c) estimated depths and axial load capacities for new F foundations, 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 soil to confirm visual classifications made during the field exploration. Perform the foll owing 1 aboratory tests: a PHASE 1-5 0 0 z 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. 0 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. Determi ne grai n-size distributions and pertinent statistical paramete for beach fill deposition. (See Task 2.5 regarding cobble distributic and specific gravity test .) Perform tests for analysis of one sample of material destined for disposal at Green Val 1 ey (materi a1 determi ned unsui tab1 e for beach fi ' or lagoon disposal by classification) Tests to be conducted are: 2.11 a) mechani cal analysis, b) c) direct shear tests, d) e) 1 aboratory compaction. pl asti ci ty index, specific gravity expansion index tests, and a TASK 3 - LAGOON ENHANCEMENT PLAN Objective: Support the EIR/EIS consultant in developing a prel iminary detailed lagoon configuration plan which meets the requirements of the Resourc Agencies per the Memorandum of Agreement. Scope: 3.1 Compile information pertaining to the existing site conditions into a existing site base plan of suitable scale to clearly identify all iter that may affect the project design. These items shall include, but nc be limited to: a) roadway a1 i gnments, b) roadway and railroad bridges, a c) bathymetri c and topographic surveys, PHASE 1-6 e 0 d) wetlands delineation map, e) property 1 ines, f) g) utility lines. 0 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 consultan and recommend modi fi cations to it based upon constructabi 1 i ty considerations. 3 4 Coordinate with the EIR/EIS consultant to incorporate review comments into the plan. 3.5 Prepare an architectural rendering to demonstrate the plan to the publi It shall be portable for use at meetings or to display in City property, 3.6 Perform hydrographic and topographic surveys. The topography shall be mapped with 1-foot contour intervals and spot elevations made to one tenth of a foot tolerance. Topographic mapping shall include the entir perimeter of Batiquitos Lagoon, 10 miles of beach, Carlsbad Boulevard f 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, well as potential dredge pipe and construction areas, shall be mapped. Prepare memoIkanda that describe recomendations and comments made at interagency meetings. a disposal area. 3.7 3.8 TASK 4 - DREDGING AND DISPOSAL PLAN Objective: Prepare a preliminary dredge and disposal plan in conjunction with the lagoon configuration plan devel oped by the EIRIEIS consultant. Scope: 4.1 Analyze lagoon configuration plan with regard to dredging constraints i propose modifications and changes, if any, for incorporation into the EIR/EIS. a PHASE 1-7 0 0 4.2 Confirm dimensions, depths, overdepth requirements, quantities, and si de-sl ope steepnesses of the proposed 1 agoon configuration devel oped i Identify and evaluate the types and sizes of dredges suitable to perfon the work. The types of dredges to be evaluated include the cutterhead hydraul i c dredge, the cl amshell dredge and mu1 ti -capabi 1 i ty equipment that operates in shallow water environments as both a cutterhead and a clamshell dredge. Evaluate techniques for conducting the dredging by temporarily raising or maintaining the water elevation within the lagoc without adversely impacting the exi sting habitat. Develop dredge methc to achieve desired slopes. Evaluate 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 an Central Basins. Identify discharge pipeline routing and containment 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 Basir sediments in an excavated pit in the Central Basin. Recommend pit dimensions, including dredging overdepth. Recommend methods to minimi; turbi di ty . Develop a preliminary disposal plan for the Green Valley site, includir perimeter dikes, weir placement, slopes, project phasing, pipeline routing , and dewatering pl an for hydraul i c dredge di sposal . A1 so, devel op a prel imi nary di sposal pl an for truck transport, including cor,tainment, transfer cif hydraul ic dredged materi a1 to trucks, and dry. 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 t impacts. Develop mi ti gation measures for affected cultural resources. Prepare a preliminary design and drawings for the dredging and disposal pl an. Develop preliminary schedules, determine construction quantities, and estimate costs for dredging and disposal . 0 the EIR/EIS. 4.3 4.4 4.5 4.6 4.7 4.8 e 4.9 4.10 4.11 4.12 Optional Items: 4.13 Perform f i el d reconnai ssance to 1 ocate cul tural resources. @ PHASE 1-8 e 0 TASK 5 - TIDAL INLET Objective: 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 e 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 in14 configuration and dimensions required for stability. Optimize the jetty length to minimize impacts upon upcoast and downcoa beaches by use of a numerical shore1 ine evolution model. Convene and coordinate a Model Technical Review Committee (comprised a Drs. Van der Kreeke, Kamphius, and Seymour) in order to determine the technical need for and the benefits and objectives of a hydraulic mode Prepare a preliminary design of the jetty structures and determine preliminary material quanti ties for the preliminary cost estimate. Submit a report that includes recomendations on modeling and tidal in design. e 5.4 5.5 OPTIONAL ITEMS: 5.6 Convene and coordinate a Model Technical Review Committee (comprised o 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 recommendation of crite for development of the project design. The same committee as that described in Dl shall meet at a time near completion of the model studj Present and defend modeling recommendations at a public meeting. One member of the review committee shall be selected as a spokesman. 5.7 5.8 a PHASE 1-9 0 0 TASK 6 - BEACH NOURISHMENT PLAN 0 Objective: Analyze and eval uate existing beach nouri shment concept pl ans . 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-f i 11 sites. The fol 1 owing pl anni ng studies wi 11 be conducted : verify the longshore transport characteristics of thr two proposed beach-fill sites and adjacent coast1 ine, confirm beach berm elevations and widths and dune 1 ocat i ons and vol umes , confirm the wave-adjusted foreshore slopes, and confirm the configurations of the beach-fill transiti zones. a) b) c) d) 6.2 Analyze the existing cobbled beach profiles associated with the two proposed fi 11 sites to develop the fi 11 cross sections in a manner whi cI will minimize the erosion potential of the new sand fill. Review aerial photographs and beach profile data to describe the behavi 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 community. Contac the Surfrider Foundation to determine their conccrns in the planning process. 6.3 6.4 0 Option: 6.5 Prepare preliminary designs for surf site mitigation measures develope6 in Task 6.4. a PHASE 1-10 * * a . TASK 7 - ENVIRONMENTAL MANAGEMENT PLANS Object i ve: Review the prel imi nary Mitigation Monitoring P1 an and the 1 ong-term Bi ol ogi cal Moni tori ng and Management P1 an devel oped by the EIR/EIS consultant and provide comments to assist in developing the plan. The review is to specifically address: 0 a) b) measures necessary to protect existing resources dur. and fol 1 owi ng constructi on and the constructabi 1 i ty 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 fol lowing: a) seasonal timing of construction, b) phasing of construction, c) protection, temporary removal or transpl anti ng of significant or rare organisms prior to construction, and 1 ocation of construction equi pment 1 aydown areas. a d) 7.2 Interact with the EIR/EIS consultant to obtain information and forward comments to the City. TASK 8 - UTILITY RELOCATIONS Object i ve : Identi fy possible confl i cts between exi sti ng uti 1 i ties and the propose1 lagoon enhancement plan, and coordinate the resolution of identified confl i cts. Scope: 8.1 Identify uti1 ities, easements and rights-of-way on a utility relocatioi 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 arisc make recommendations for their resol utions. When necessary, draft new agreements. In the event that new or relocated easements are required, 8.2 a PHASE 1-11 e a submit 1 egal descriptions and accompanying drawings to the City, Count and other affected agencies for review and approval. Coordinate with the utility companies during their design work and rev their proposed improvement plans to avoid conflicts with the proposed lagoon improvements. Develop a preliminary utility relocation plan. Prepare a separate utility-relocation schedule for all affected utilit 1 ines to avoid conflicts with the proposed project construction schedu Review and coordinate cost estimates prepared by each utility. 8.3 a 8.4 8.5 TASK 9 - BRIDGE STUDIES AND COORDINATION Objective: 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 AT&SF Bridge. Develop preliminary concepts or measures that would restore them to th structural capacities that existed prior to dredging. WEST CARLSBAD BOULEVARD BRIDGE Scope: 9. I 9.2 9.3 9.4 Analyze existing roadway and bridge pl ans . Perform an on-site observation of existing conditions. Determine bridge-replacement funding requirements through Cal trans, Local Assistance, and the City. Prepare and submit a Bridge Study Report with two (2) conceptual bridgi and roadway alternatives including cost estimates, to the City and to Cal trans for review and approval. Develop concepts to include detour l bi cycl e and emergency vehicle access . Coordinate concepts and funding requirements with Caltrans and the Cit Coordinate the bridge study with EIR/EIS preparation. a 9.5 9.6 EAST CARLSBAD BOULEVARD BRIDGE 9.7 Analyze the exi sti ng pl ans and mai ntenance inspection records, i ncl udi past geotechnical records, and review logs of test borings, and pile- dri vi ng records. Inspect the structures for changed conditions and determine the existi channel depth from sounding data. 9.8 a PHASE 1-12 7 0 0 t 9.9 9.10 Determi ne verti cal and 1 ateral pi le capacities based on avai 1 able borii 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 determine structure capacity. Compare the foundation and substructure capacity requirements with the avai 1 ab1 e capacities as derived from geotechni cal study for the propos channel depths. Analyze any remedi a1 measures required to maintain existing structural capacity and stabi 1 i ty. Determine the potential scour at the bridge site and recommend protect 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. 0 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 record including past geotechnical records, and review logs of test borings a pile-driving records from the AT&SF. Inspect the structures for changed conditions and determine the existi channel depth from sounding data. Determine vertical and lateral pile capacities based on abailable bori data and the design capacities 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 propos channel depths. Analyze any remedi a1 measures required to maintain existing structural capaci ty and stabil i ty. Determine the potential scour at the bridge site and recommend protect measures. Review proposed remedial measures with the City and the AT86F. 0 9.17 9.18 9.19 9.20 9.21 9.22 9.23 e 9.24 Initiate railroad agreement processing. PHASE 1-13 * 0 e 4 9.25 Prepare a report defi ni ng the requi red remedi a1 measures and containing cost estimate and recommendations. a THE CALTRANS INTERSTATE 5 (1-5) STRUCTURE 9.26 Review the existing plans and maintenance inspection records, includinc past geotechnical records, and review logs of test borings and pile- dri vi ng records. Inspect the structures for changed conditions and determine the existin channel depth from sounding data. Determi ne verti cal and 1 ateral pi 1 e capaci ties based on avai 1 ab1 e bori r data. Determine the design horizontal loadings for the proposed channel deptt 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 proposf channel depths. Develop alternative remedial measures required to maintain existing structural capacity. Determine the potential channel scour at the site and recommend protective measures. Review proposed remedial measures with the City and Caltrans. Prepare a report defining the required remedial measures and containin! cost estimate and recommendations. 9.27 9.28 9.29 9.30 9.31 ... 9.32 9.33 9.34 9.35 e TASK 10 - PERMIT APPLICATION AND AGENCY COORDINATION Objective: Coordinate wi th i nvol ved agencies, prepare requi red permit appl i cation and assi st toward obtaining approval s required for project imp1 ementation. Scope: 10.1 10.2 Prepare a schedule for the acquisition of required permits and approva' Prepare and submit permit applications with supporting data for requirr pemi ts. e PHASE 1-14 e 7 0 c 10.3 10.4 Attend meetings and make presentation as required to obtain project Coordinate with the resource and regulatory agencies to obtain requirec approval s and permi is. approval s. o TASK 11 - ESTIMATES OF CONSTRUCTION COSTS AND CONSTRUCTION SCHEDULES Object i ve: Provide an estimate of project construction costs and a construction schedule. Scope: 11.1 Estimate preliminary construction quantities iiltd costs based upon the lagoon configuration shown in the EIR/EIS. These estimates shall incli 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 mitigati a 11.2 11.3 Update schedules and estimates as plan elements are developed and revised. Prepare a preliminary construction schedule. TASK 12 - SUMMARY REPORT Obj ecti ve: Document Phase I work accomplished, including results, recommendation! and concl usi ons . Scope: 12.1 Prepare a summary report that documents the work performed in the Phas pl anni ng process to support deci si ons and recommendati ons for the f i nt plan. * PHASE 1-15 c * 0 0 c TASK 13 - PROJECT MANAGEMENT AND STUDY SCHEDULE Objective: Manage the project study and design team. e Scope: 13.1 Provide an executive project schedule and update it monthly for submit1 with progress reports. The schedule shall be limited to sixteen (16) simple tasks per phase. Prepare a comprehensive Critical Path Method (CPM) chart for Completior of Phase 1. 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 wit percent complete; analyze project design budget and schedule and compa original projections with actuals, identify budget or schedul ing problems and propose a sol uti ons, descri be potenti a1 probl ems, del ays, and design conflicts, list and summarize significant meetings, hearings, a communi cations occurring during the month, state percent completion of overall project, and submit payment statement, outlining the work complet 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 source of responsi bi 1 i ty to the City, and coordinate the services provided with the City. a PHASE 1-16 0 0 Y 13.5 Perform qual i ty-control measures as follows: a) b) plan, organize, and schedule prel iminary study revie1 plan, organize, and schedule intermediate reviews as required to meet project objectives. e and 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, ascertai 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 a Obj ecti ve : Provide a technical review committee to review the progress of work frc 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 committee (TRC) meeti ngs. The committee shall comprise the fol 1 owing personnel for thc purposes stated bel ow: Dr. Jacob Van der Kreeke shall review the tidal inlet suggest solutions to technical issues and be a membei of the Model Technical Review Committee. Dr. William Kamphius shall review the site conditioni and be a member of the Model Technical Review Committee. Dr. Keith McDonald shall review the project team efforts and coordinate environmental review. a) b) c) a PHASE 1-17 , 0 0 c d) Mr. Charles Robers shall review the project design, a we1 1 as the proposed construction methodology, including specifications and drawings. (Neither Mr. Robers nor his company shall be eligible to bid on th project). Mr. John Lesnik shall provide review of the coastal features design, including the jetties and beach fill Dr. Richard Seymour shall review tidal inlet design, beach nourishment plan, and be a member of the Model Technical Review Committee. The Technical Review Committee will be subdivided into subcommittees t will review project plans within a specific area of expertise. Attachment D defines the subcommittees (excluding the Model Technical Review Committee, see Task 5), the members of each, and the review task for each. Following each TRC meeting, a representative from the committee shall submit a brief letter report that summarizes the findi and recommendations of that committee meeting. e e) f) 16.2 a a PHASE 1-18 0 0 c PHASE I1 TASK 1 - REVIEW AND EVALUATION OF PREVIOUS STUDIES 0 Objective: 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 f i nal envi ronmental documents and addi tional studies. 1.2 Recommend further action as may be required to resolve outstanding issues . - TASK 2 - GEOTECHNICAL PROGRAM Ob jecti ve : Provide geotechnical review and analyses during the final design to cl ari fy data interpretations and check for conformity with geotechni ci requi rements determined in Phase Io 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 desfgn not anticipated in ?hase I. a TASK 3 - LAGOON ENHANCEMENT PLAN Ob j ecti ve: Develop a detailed grading plan for the lagoon defined in Phase I. Scope: 3.1 3.2 Perform wetland hydraulic calculations. 3.3 Specify the size, elevation, and slopes suitable for various habitat types, such as emergent marsh, mudflat, and subtidal areas. Specify location, size, elevation, and configuration of least tern nest i ng areas. a PHASE 11-19 0 e * 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 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 tc 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 e 3.8 TASK 4 - DREDkiING AND DISPOSAL PLAN Objective: Prepare final construction drawings and specifications for dredging anc 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 Plan. Review detailed plan for archaeological and historical considerations and modify the plan as required by the State Historical Preservation Office (SHPO) and permitting agencies. Prepare construction drhtiings and specifications for dredging and disposal . Prepare detailed estimate of dredge quantities and costs. a 4.3 4.4 TASK 5 - TIDAL INLET DESIGN Object i ve : 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. a PHASE 11-20 0 0 5.2 Contact the Coast Guard for their requirements and specify navigationa aids. TASK 6 - BEACH NOURISHMENT PLAN 0 Ob jecti ve: Develop drawi ngs and speci fi cati ons for the di sposal 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 P1 in conjunction with the Dredging and Disposal Plan as described under Task 4. T5ese wiil include plans for pipeline routing and material- pl acement sequenci ng . Prepare a detailed contingency plan for the construction contractor fc disposal of dredged material should such material be determined from I specifications to be unsuitable for beach fill construction. This plz shall be developed for a range of material volumes for which alternati disposal methods may be required. Include cost and schedule impacts a environmental permi t constraints. 6.2 TASK 7 - ENVIRONMENTAL MANAGEMENT PLANS Object i ve : a Final i ze the detai 1 s of the monitoring pl ans prepared by the EIR/EIS consultant. Scope: 7.1 Fi nal i ze a detai 1 ed construction management monitoring pl an based up0 the preliminary plan defined in the EIR/EIS and conditions imposed by final permits. Finalize a post-construction, long-term monitoring plan based upon th preliminary plan defined in the EIR/EIR and conditions imposed by the final permits. 7.2 TASK 8 - UTILITY RELOCATIONS Objective: Coordinate project with utility relocations design. a PHASE 11-21 e e Scope: 8.1 Incorporate reference to the utility relocation plans into the final project contract documents. Coordinate re1 ocation plans with uti 1 i ty compani es. e TASK 9 - BRIDGE DESIGN AND COORDINATION Object i ve: Prepare plans and specification for the demolition and reconstruction ( West Carl sbad Boulevard Bridge as a separate construction contract. Prepare plans, specifications and estimates (PS&E) for the remedial wo1 required to stabilize the channels under the other bridges and to modi1 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 01 the existing bridge. Attend bi-weekly coordination meetings; coordinate Bridge Replacement Funding Approval , i f el igi bl e; and attend Cal trans Local Assistance review meeti ngs. Provide independent review of calculations 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 a 9.4 9.5 TASK 10 - PERMIT APPLICATION AND AGENCY COORDINATION Ob j ect i ve : Obtain final permits. Scope: 10.1 10.2 10.3 Update the schedule for the acquisition of required permits and approval s. Finalize permit applications with supporting data for required permits Coordinate with the resource and regulatory agencies to obtain require approval s and permits. 0 PHASE 11-22 a 0 - 10.4 Attend meetings and make presentations to obtain project approvals. TASK 11 - ESTIMATES OF CONACTION COSTS AND CONSTRUCTION SCHEDULE Ob j ect i ve : 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 Suhit a final engineers estimate 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 Objective: Submit drawings, specifications, estimates, and narrative materials to the City. a Scope: 12.1 Prepare a report that presents methodology, data, findings, and conclusions from each of the Phase I1 tasks. Submit cons:ruction 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 summary report for comment 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) s final draft design (95 percent), and final design (100 percent) . a PHASE 11-23 * 0 TASK 13 - PROJECT MANAGEMENT AND DESIGN SCHEDULE Ob jecti ve: Manage the project study and design team. e Scope: 13.1 Provide an executive project schedule and update it monthly for submit with progress reports. The schedule shall be limited to sixteen (16) simple tasks per phase. Prepare a comprehensive Critical Path Method (CPM) chart for completia of Phase 11. 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 wit percent complete, analyze project design budget and schedule and compa original projections with actuals, identify budget and schedul ing problems and propose a solutions, describe potential problems, delays, and design confl i cts, list and summarize significant meetings, hearings, i communications occurring duri,ig the month, state percent completion of overall project, and submit payment statement, outlining in detail the wc compl eted. 13.4 Administer the project as follows: a) b) c) plan, staff, direct, control, and coordinate the services to be provided, coordi nate subconsul tant services to provide a sing' source of responsi bi 1 i ty to the City, and coordinate the services provided with the City. 0 PHASE 11-24 e 0 13.5 Perform qual i ty-control measures as fol 1 ows : a) b) plan, organize, and schedule review of final design drawi ngs and speci fi cati ons and plan, organize, and schedule intermediate reviews as required to meet project objectives. 0 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 specifications. Scope: 14.1 14.2 14.3 Attend a pre-construction meeting. 14.4 14.5 14.6 14.7 14.8 14.9 Opti on : 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 available to clarify contractor questions during construction. Be available throughout construction to address questions from the pub1 ic. Review documents required to be submitted by the contractor for materi a1 s , fa1 sework, rei nforci ng, schedules, and dredging pl an. Observe construction as it progresses for general conformity with the pl an. Provide Archeology Resource Monitoring during construction. Provide appropriate biological resource monitoring during constructior * 0 PHASE XI-25 a 0 TASK 15 - MEETINGS 0 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 technical revi ew of constructi on 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. e e PHASE 11-26 0 0 ATTACHMENT A a PRIOR STUDIES a Batiqui tos Lagoon Enhancement P1 an, Cal i forni a State Coastal Conservancy. Revi sed Draft. 1987. a Memorandum of Agreement: City, Port, FWS, NMFS, CDFG, SLC. Agreement Establish a Project for Compensation of Marine Habitat Losses Incurrec Port Development Landfills Within the Harbor District of Los Angeles b Marine Habitat Enhancement at Batiquitos Lagoon. November 13, 1987. Prel imi nary Design Engineering Report for the Batiqui tos Lagoon Enhancement Project, CHZM Hill. Revised Draft. April 1988. Pacific Texas Pipeline Project EIR/EIS, Port of Los Angeles and Bureali Land Management. 1986. e e a Geotechni cal Study of Central Basin, CHZM Hi 11 . September 1988. Avifauna of Batiquitos Lagoon, Michael Brandman Associates (MBA). Octo be r 1988. Littoral Dri ft Impacts Assessment for Batiqui tos Lagoon Enhancement Project, Tekmarine, Inc. (TCN-155). November 1988. 0 e 0 Sediment Load Study for Batiquitos Lagoon, CHZM Hill. March 1989. a Existing Conditions--Marine and In-Lagoon Benthic and Pelagic Surveys Mi chael Brandman Associates. October 1988. Draft Biological Assessment of Federal and State Listed, Proposed, anc Candidate Species at Batiquitos Lagoon, San Diego County, Cal ifornia, CHZM Hi 11 . March 1989. The Physical Environment of Bati qui tos Lagoon, CHZM Hi 11 March 1989, Dredged Materi a1 Disposal Sites and In-Lagoon Fisheries Resources, Michael Brandman Associates 1988. An Archaeological Assessment for the Batiqui tos Lagoon Enhancement Project, San Diego County, California, Greenwood and Associates. Octc 1988. Pal eontol ogi c Resource Assessment: Batiqui tos Lagoon Enhancement Project, Engineering-Science, Inc. October 1988. Potenti a1 Food Resource for the Bird Popul ations at Batiqui tos Lagoon During Late Summer 1988, MEC Analytical Systems, Inc. October 1988. a a a a a a a 0 A- 1 0 0 0 Batiquitos Lagoon Wetland Del ineation Report, Cheryl S. Conel. Novembe 1988. a a Exi st i ng Condi ti on--General i zed Regional Mari ne Bi ol ogi cal Characterization, Michael Brandman Associates. September 1988. Batiqui tos Lagoon Enhancement Project EIR/EIS, City of Carlsbad, Draft 1989. Draft EIR/EIS Comments a Bi rd Survey (i n-progress) 0 a A- 2 0 ATTACHMENT B a PERMITS AND APPROVALS Permits and Approvals required for the project include but are not limited to the following: e e e e e Coastal Development Permit (Cal i forni a Coastal Commission) Pub1 i c Trust Doctri ne Approval (State Funds Comi ssi on) Stream-Bed A1 teration Agreement (California Department of Fish and Gam Regional Water Quality Control Board, Section 401 Certification Speci a1 User Permit, Easements, and Operating Agreements (Cal i fornia Department of Parks and Recreation) A1 1 pub1 i c uti 1 i ty permits and approvals e 0 U.S. Coast Guard Bridge Permit and Section 4F Statement 0 Ri ght-of-Way Encroachment Permit (Cal trans) e Local Coastal Program Approval (City of Carl sbad) e e e General Plan and Open Space Element (City of Carlsbad) Special Use Permit for Flood Plain Overlay Zone (City of Carlsbad) Grading Permit (City of Carlsbad) Section 404 Permit (U.S. Army Corps of Engineers) a a B- 1 I-Lo zcs Egg zg e c,a +r u. h N W N 2 gsz 2 v) wz-s E$$ Y =s 0) tfn w" .-:: 39 al a 22 E$ vgc, E I4 w 0 0 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 solution 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 procedure! at the 50-percent design phase. The committee to attend this meeting shall comprise Drs. Van der Kreeke, McDonald, and Seymour. PROJECT CONSTRUCTION DOCUMENTS - PHASE I1 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 e. e ATTACHMENT E 0 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 tin required for review by the City and the Port and other pub1 ic agencies havi ns jurisdiction. Required changes to the schedule of work shall be submitted ti the City for approval. Whether stated or not, all days refer to calendar daj The consultant shall submit for review the following: PHASE I: 1. a) Ten (10) copies of the draft summary report on revie of prior studies per Scope Item 1.4 within 21 calenc 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 revit of prior studies per Scope Item 1.4 within 7 calendz days of receipt of comments from City on the draft report submittal . Ten (10) copies of the draft Geotechnical Report pel 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 wi 14 days from the receipt of comments from the City c 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 comments to the Consultant within fourteen (14) days of receipt of draft submi ttal . Ten (10) copies of the final Base Plan within 14 calendar days of the receipt of comments from the C on the prel imi nary plan submittal b) c) 2. a) b) a c) 3. a) b) c) a E-1 , * 0 * 4. a) One (1) architectural rendering of the Lagoon Enhancement Plan per Scope Item 3.5 within 80 calendi 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 weathl a new schedule of completion for this item will be submitted within 3 days of actual photography compl et i on. Ten (10) copies of the prel iminary Wet1 and Del ineati Map per Scope Item 3.7 within 70 calendar days from I 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 M within 14 calendar days of the receipt of comments fi the City on the prel imi nary map. Ten (10) copies of the draft memoranda of meetings p' Scope Item 3.9 within 7 calendar days of the conclus 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 comments from the Ci' on the draft memorandum. Disposal Plan per Scope Item 4.11 within 70 calendar days from the NTP. The City shall transmit review comments to the Consul tant within fourteen (14) days of receipt of draft submittal Ten (10) copies of the Preliminary Dredging and Di sposal P1 an i ncorporati ng comment responses wit hi I calendar days of the receipt of comments from the Ci on the preliminary 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. 0 6. a) b) c) 7. a) b) e c) a. a) Ten (10) copies of the Preliminary Dredging and b) c) 0 E-2 , 0 0 t 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 i ncorporati ng comment responses wi thin calendar days of the receipt of comments from the Cit: on the prel imi nary submittal . Ten (10) copies of the preliminary 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 Cit on the preliminary submittal. Ten (10) copies of the draft report from the Technica Review Committee per Scope Item 5.5 within 35 calenda days from the NTP. The City shall transmit review comments to the Consultant within seven (7) days of receipt of draft submittal . Ten (10) copies of the final report from the Technica Review Committee per Scope Item 5.5 within 14 calendi days of the receipt of comments from the City on the draft report. 12. a) Ten (10) copies of consultant's comments regarding tl Environmental Management P1 ans (EMP) developed in th EIR/EIS per Scope Item 7.2 within 70 calendar days fr the NTP or within 7 calendar days from the receipt of the Plans if received later than 63 calendar days frc the NTP. 13. a) Ten (10) copies of the preliminary Utility Relocatio Plan per Scope Items 8.1 and 8.3 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 . c) a 10. a) b) c) 11. a) b) e c) b) a E-3 0 0 c) Ten (10) copies of the preliminary Utility Relocation Pl an i ncorporati ng comment responses within 14 cal end days of the receipt of comments from the City on the prel imi nary 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 Relocatior Schedul e i ncorporati ng comment responses within 14 calendar days of the receipt of comments from the City on the pre? imi nary submi ttal . 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 comments 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 comments from the Citq on the draft report. Ten (10) copies of the draft Remedial Measures Report for the Atchison, Topeka and Santa Fe (AT&SF) Railroa Bridge per Scope Item 9.25 within 98 calendar days fr the NTP. The City shall transmit review comments to the Consul tant 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) 16. a) b) c) 17. a) b) a E-4 0 0 5 c) Ten (10) copies of the final Remedial Measures Report for the AT&SF Railroad 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 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 Consultant within fourteen (14) days of receipt 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 construct: 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 within 14 days of thc receipt of comments from the City on the prel imi nary submittal . schedule for the prel imi nary 1 agoon enhancement pl an developed in Phase 1 and in the EIR/EIS per Scope Ite 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 prel imi nary construction schedule i ncorporati ng comment responses within 14 d of the receipt of comments from the City on the prel iminary submittal Ten (10) copies of the Executive Project Schedule foi Phase I per Scope Item 13.1 within 14 calendar day fr b) c) 0 d) 20. a) Ten (10) copies of the preliminary construction b) c) 21. a) e the NTP. E-5 0 0 l. 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 month progress meeting. Ten (10) monthly progress reports per Scope Item 13.: to be presented each monthly progress meeting. Ten (10) copies of the minutes of meetings per Scope Item 15-3, within 7 calendar days of the conclusion 01 each meeting. Ten (10) copies of the draft report from the Technici 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 Technici Review Committee within 14 calendar days of the rece of comments from the City on the draft report. a 22. b) a) a) 23. 24. 25. a) b) c) a PHASE 11: 1. a) Ten (10) copies of draft comments and recommendation f i nal environmental documents per Scope Item 1.2 wi t 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 recommendations within 7 days of receipt of comment from the City on the draft submittal. 2. a) Ten (10) copies of the 50-percent progress drawings speci f i cations for the Lagoon Enhancement P1 an per Scope Item 3.8 within 70 calendar days from the NTPI The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal . b) c) b) a E-6 a 0 x c) Ten (10) copies of the 95-percent progress drawings a specifications within 42 calendar days from the recei of comments from the City and TRC on the 50-percent subrni ttal . The City shall transmit review comments to the Consul tant 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 mstimates 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 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 7 on the 95-percent submittal. Ten (10) copies of the 50-percent progress drawings i specifications for the Tidal Inlet per Scope Items 5 and 5.2 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 within 42 calendar days from the rece 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 . 0 d) e) 3. a) Ten (10) copies of the 50-percent progress drawings, b) c) d) 0 e) 4. a) b) c) d) a E-7 e 0 c 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 TI on the 95-percent submittal . Ten (10) copies of the 50-percent progress drawings a specifications for the Beach Nourishment Plan per SCC Items 6.1 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 2 specifications within 42 calendar days from the rece. of comments from the City and 'rRC on the 50-percent submittal . The City shall transmit review comments 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 T on the 95-percent submittal . Ten (10) copies of the 50-percent progress drawings i specifications for the Contingency Dredge Disposal P per Scope Item 6.2 within 70 calendar days from the NTPI I. 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 i specifications within 42 calendar days from the rece 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 (1) reproducible copy of the drawings and one- percent (1) camera ready copy of the specifications within 14 calendar days from the receipt of comments from the City and TRC on the 95-percent submittal . a 5. a) b) c) d) e) 6. a) a b) c) d) e) a E-8 e e 7. a) Ten (10) copies of the draft Construction Environmenl Management Monitoring P1 an and the Long Term Moni tori Plan per Scope Items 7.1 and 7.2 within 147 calendar days from the NTPI I. The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of draft submittal . Ten (10) copies of the final Construction Environmeni Management Monitoring Pl an and the Long Term Monitor- Plan within fourteen (14) days of receipt of City comments on the draft pl ans . Ten (10) copies of the 50-percent progress drawings i specifications for the West Carlsbad Boulevard Bridg replacement per Scope Item 9.5 within 70 Lalendar da: 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 I specifications within 42 calendar days from the rece of comments from the City and Caltrans on the 50- percent submittal . The City shall transmit review comments 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 Cal trans on the 95-percent submittal . Ten (10) copies of updated cost estimates per Scope Item 11.1 with each drawing and specification review submittal . The City shall transmit review comments to the Consultant with drawing and specification comments 1 each submi ttal . Ten (10) copies of final Engineers Estimate and fina pay quantities per Scope Items 11.2 and 11.3 with th submittal of the final reproducible set of drawings. 10. a) Ten (10) copies of the preliminary construction schedule per Scope Item 11.4 along with the 95% submittal of the Lagoon Enhancement P1 an drawings. a b) c) a. a) b) c) d) e e) 9. a) b) c) 0 E-9 e 0 b) The City shall transmit review comments to the Consultant within fourteen (14) days of receipt of Ten (10) copies of the proposed construction schedule with the submittal of the final reproducible set of drawings Ten (10) copies of the Prel imi nary Summary Report per Scope Item 12.4 within 70 calendar days from the NTPI 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 42 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 14 calendar days from the receipt of comments from the City on the 95-percent submittal . Ten (10) copies of the Executive Project Schedule for Phase 2 per Scope Item 13.1 within 14 calendar day fr 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 month progress meeti ng Ten (10) copies of monthly progress reports per Scope Item 13. to be presented at 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< a draft submittal . c) 11. a) b) c) d) e) 12. a) 0 b) a) 13. b) 14. 15. a) 16. a) a E-10 0 0 ATTACHMENT F e METHOD OF COMPENSATION The consultant shall be compensated for services under this contract in accordance with ENGINEERI.NG AGREEMENT, Paragraph 10 and as provided herein. Two methods of payment shall be made as specified; lump sum (LS) and time and expenses (TM) with a not-to-exceed amount. 1. Lump sum (LS) payments shall be made in whole or in increments equal te the percentage of Study Task or Design Task completed multiplied by th 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 ea task or subtask: Payment = (percent progress x fee) - previous billings Progress shall be reported in monthly reports in accordance with Sect 13.3 of Exhibit A, Scope of Services. The Consultant shall also presf an invoice. The City shall review the invoice and progress report an( approve the invoice or state disputed amounts. If amounts are disputi the City shall inform 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 dispu. LS fees are based on the proposed schedule. Escalation may be requin if the schedule is extended. Time and expenses (TM) payments shall be made monthly based on the appropri ate enclosed rate schedule. Progress reports and invoices sh document the progress and actual time applied to the project for the specific task. Expenses shall be listed. Rate schedules may be upda. 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 amounts disputed, the City shall inform the Consultant within five (5) days a state reasons for the dispute. Payment shall be made for amounts not dispute. Disputed amounts shall be paid upon resolution of the dispu 9 2. a F- 1 0 0 PHASE I Compensation it Task 1 Review and Evaluation of Previous Studies (LS) 60,91 Task 2 Geotechnical a) Mobilization (LS) 20,o b) Report and Analyses (LS) 87,3 Task 3 Lagoon Enhancement Plan a) Compile information (LS) 9,5 b) Hydrographic and To ographic Survey Mobilization (LS) 10,o Bathymetri c Map (LSp 118,6 c) Architectural Rendering (LS) 12,5 d) Wetland Delineation (LS) 25,O e) Coordinate with EIR/EIS Consultant (TM) &a f) Analysis and Plan (LS) 20,O g) Meeting Notes (LS) 491 Task 4 Dredging and Disposal (LS) 58,4 Task 5 Tidal Inlet (LS) 104, E Task 6 Beach Nourishment Plan (LS) 40,C Task 7 Envi ronmental Management P1 ans (LS) 13,1 Task 8 Utility Relocations (LS) 17 ,E Task 9 Bridge Stud;es (LS) 181,f Task 10 Permit Application and Agency Coordination (TM) 51,4 Task 11 Estimates of Construction Costs and Construction Schedules (LS) 36,: Task 12 Summary Report (LS) - 27,i Task 13 Project Management and Study Schedule (LS) 52,( Task 14 Construction Support Services (TM) Task 15 Meetings (TM) 51,1 Task 16 Technical Review Committee (TM) * Not-to-exceed amount e $l,O%! Total : a F-2 0 0 PHASE I1 Compensation i I Task 1 Review and Evaluation of Previous Studies (LS) 14,O: @ Task 2 Geotechni cal Program (LS) 12,0! Task 3 Lagoon Enhancement Plan (LS) 102 , 7! Task 4 Dredging and Disposal Plan (LS) 38,7! Task 5 Tidal Inlet Design (LS) 24,71 Task 6 Beach Nourishment Plan (LS) 25,7! Task 7 Envi ronmental Nourishment P1 ans (LS) 11,61 Task 8 Utility Relocations (TM) 5,11 Task 9 Bridge Design and Coordination (LS) 178,: Task 10 Permit Appl ication and Agency Coordination (TM) 22,3: Task 11 Estimates of Construction Costs and Construction Schedules (LS) 19,2 Task 12 Reports (LS) 16,4 Task 13 Project Management and Study Schedule (LS) 46,3 Task 14 Construction Support Services (TM) 56,7 Task 15 Meetings (TM) 20,7 Task 16 Technical Review Comictee (TM) 29,2 Total : 624,4 * Not-to-exceed amount e a F-3 0 0 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 s 428 2.11 C1 ay Anal ys i s 3,128 4.13 Fie1 d Reconnaissance 3,502 5.6 Physical Model Scope 15,505 5.7 Physical Model Review * 5.8 Model Pub1 i c Hearing * a 6.5 Surf Site Prel imi nary Design 14 s 458 15.3 Additional Meetings (as required) 13,152 16.3 Additional Technical Review Committee Meeti ngs (as required) 3,616 PHASE 11: 14.10 Archaeol ogy Mi ti gati on 23,749 Total : 117,981 * To be negotiated if a physical model is deemed necessary under Task No. 5. a F-4 0 0 MOFFATT & NICXOL, ENG- -4p RATE SCHEDULE FOR PROFESSXONAL SERVICES Effective June 1989 Until Revised 0 CLASSIFICA?ION HOURLY RAm $lozoo $86.00 propct MaMg- A.opct Engineers/Senior Engineer coastal scientist $86.00 MechanicaEngineer S 82.00 EiMEngineer s 80.00 StnrCturalEngineer s 70.00 coastal/Harbor Engineer s 66m civil Engineer $68.00 Staff Engineer s 49.00 Architects 565.00 SpedficationS w.00 DrafbZII sun, Drafter1 $40-00 word Processing w.00 ~eneml a&d $34.0 ENGINEERING ARCHI'I'EC'E/SPE~UZONS DMFITNG CLERICAL 0 $120.00 SPECIAL Principals -Appearances m.00 REIMBURSABLE EXPENSES camputer Rates Micro Computer at $Whom CADD at $lS/hour Main Frame at Cost + 25% In-House prints and Xerox at Cost Other Reproduction at Cost Plus 15% Cost + 15% Unless oulerww ' hvided in Wrim Agreemst Company Auto at 25 centdde Travel and Expenses at Cost Reproductions SUbCOntactorS Mileage Travel & Og.nmmanhhw 0 a 1990 BILLING RATES 1. mvernrnent Rates. for 3990 mQ - Direct Lab0 I: - 0. Beernan 34.62 Rindpal G. Hartrnan 25.75 Sr. Engineer J. VIastelicia 21.59 f3ginser I! K. Krcma 1651 Engineer I M. Johnson 18.55 R6searcNCoordlnator A. -ston 11.84 Engineer Tech J. Howe tlS4 Engineer Tech A. Terada 12.02 Secretarial Pavfof! Overhead: 20.30% General. & Administrative: 121.79Y0 Profit: 12m Fufty loaded rates translate to: 0. Beernan: 93.89 G Hartman: 69.84 J. Vlastellcia: 6836 K. ma: 4478 M. Johnson: 50.31 A. bgston: 32.1 1 J. %we: 31 30 A ferada: 32.60 a 2. Leaal Rates Advice and consultation on legal relatad work is Mlted at Standard Hourly F Preparation for and testimonj at W-related adivriies, kludlng depositkns atbitratbn hearings, are billed at the following rates: Hourtv eally 0. Beernan $125.00 $1 000.00 0. Hartman 100.00 800.00 J. Vlasteliciz 82.50 660.00 K. Krcma 07.50 W.00 I I e 1 0 .. . --.A e .. I .. 0 Wet lands Research Associates, I nc. RATE ScxEDUwE (As of January 1, 1990) Principds: Michael Josselyn, PhD, President..... .... ............................... $95/hr James BuchhoIz, MA, Senior Associate ..... .............D.,.,..m.. .... $75/hr 0 Associates: Douglas Spicher, Mk.................. ..................... ............... ...... S48h.x Pamela Williams, ~hZ)....H..........n......** ................... .... ........ $45/hr Biological Technicians: David Hohy, B~. ...................-- ~".*..**.*...*.**-*** .....*D.*..$3S/hr John van Staveren, ~...H.........I)......e~...-..O.~ ...~0..."~.......$35/fir I Technicians ........... .....-.... .... ...l..H.-...m~.............H.m......H...r Expenses are billed separately (at ast plus 10%) and include travel, dupIic photography, subcontracts and wrtography. 2169-G East Francisco Blvd,, San Rafael, CA 94901 (415) 454-8868/FAx (415) 454- 0 3650 Silverside Road, Wllmlngton, DE 19810 (302) 655-7974 *' 4 I) 0 . * RefucnceNo. ,a wmnwmuma CQNSUI.T~ e - This Schedub of chstgu appliea to servicM randacd in tho ament year and until a nuw schedule of cb issued. A new schedutt of charges is bed periodtcally, Unless other armgerncnts have been made, chu services, inciuding continuing projects initiated in the pia year, will bo based on thenew scheduh of chgc PERSONNBL Persoand chagss are for profeaionaf, technfcal, and mppm 8wicez1 a! an hnwly rate for time dirtctly reiatl project Charges are rnada for tcrfinicd typing in the prepantion of npons and the time for printing t production of rsparu or related documants. Direct charges am not mada for ordinary sscntaria &as management, accounting, and maintenance shce these Btexna arc included in mu werhad. Current lff classificatim and razcS tw $3 foflawfi: JiadYwa 1 &Riiaml office Assiaant 35 WtxdR.cmtwxtrec)uric~l'ypis( so 50 s5 - Tcchnicat AoslsmrorEdftbr Field ot Labrnarary Technidan, Senior lhftqmon S5 Senior Technician 65 Professional Staff hciuding Engin#t, Gsologk and EnVimMlmsl Sciatht Staft 58 seniwsuff 70 Assfstant hjuct 78 88 105 Prsfm Senior Pmjcct Associbts,RojocrMMagu 120. Principal, Senior Consultant 130 a A pmmiom of S10.00 per hour witt be addtd to the houriy rata of non-professionst miff for ovutima OI work is defined as be charged to a project in excess of 8 ham par day. and any Lime worked on wm holidays, or night shifts. Tfmo spent in wvel in the intuw of the client wiil be wed at the hourly me. it is necessary for an employee to be away hm tha omca overnight, subsistence will be charged. C pvsannal WitI bo chuscd sccotding 10 th8 houly mea forthaLacgary 83 listed obow, Pnmdon hr court appeatancw, pxe~tations to rspiatrxy boaodg, oc other spcciat requests for testimony q chat@ a 4 mte Of S1,SOO per dny plus expe~lyw for terch individual sttending. The full day rase wit1 mifiimum charge for my portion oft &y* EQUIPMENT-~OTEQMCAL ILb)lDIII(I)Wm~ s 15,oo/hr. meld rnsjiection,wbila~Md bdfnometw lS.OO/hr. Rcf&tch so;bmograp)l 15.00hr. Ndcar benrtry Tost 6.00b. 8.00fir. 'bmpm&nWlm OAOlm i. I Orhav&fch used fn fald wk Bill Tool Kit Wday Ram for schk my tpufpment, spong motion monitrxs, down-bls shw wvc m, shear wave b resistivity equipment. magnclamw. wnhquakb data banlr;, duge !ndl~~, serial photographi C~LRIW;~, sa quipmcnt, vibration rnmitoring tquipment, Safemmt phw, or any other special equipment will be fm 0 uPonnqr#st *I* Nl(l0-5- (SD GEO 89WO) Lb101 61/70 86. 09314NH533rl 0~6~ t6Z 619 z ze I* 0 e e . RefumcsNo. 1 LABORATORY lESTS - QEOTECHMCAt 0 unufb Sieva hdyoio (ml#ipr amailcr thmr IC4 dam, wldl wpUI) $45.M Sieve Analysis (mor~riall~ff than w4 stove) 110,w and 3 pt. hydrometor) 60.00 Hydrometer Anslysis (ASTM D-4222 410 material) 100.00 Sieve and Hydrometer (Corps of Engincum rnw 0 ab) 110.00 Lab Compaction Tat (up to 4“ dismetwrnold) 1os.00 Lab Compaction Test (6“ diameter mold and Calbnia 216-p) 130.00 Lab Compaction Teat - 1 pint 35.00 SandEqdValent M.00 U@id Limit 30.00 mtic Limit 30.00 Plastidtylndex 6008 4c.m I 12.00 specifk amity Moisture Content and Visual Chdhion Moisture Content, Dry Demity and Visual clrssiaeatioa 20.00 Unconfined Compiwsion 33.00 Mrect Shew - 3 Points 300,oo Consolidation Tat - Setup 100.00 - Per Point 40.00 Confined Compnssfon (including 2 poinu) 95.00 Laedtd Swell Tsst (2” dipmust spaheti) 90.00 ExpansionIndsx(~mpamed4”diarnettrspccbnm peruBC29-2’ROcedrrre) 115.00 California Bcarfng Rabo (SW Compaction) CatifcxnhBeaMgRario(ColpsofEngineersM4hod) * 400.00 Mechanicat Analysis (sieve andyais on 114 nutorid 125.00 0 R-Vslu~ 145.00 Sample pmbn (when rSquir#1), data reduction, aafdysc8, and pIotting an charged at pcmnnel ~CS. R other hboratory tmting, such as pcrmmbiiity, eiaxial contpruoion, MTS cyciic loading, cotrosivity, or re willbe furnished upon rsqaest. OTHtiRDIRECTEiXPWSES otfier direct expanses IdcntifbIe to &a project bI&g (but not limited to) the exampier Listed WOW penanncl Expcnsc~ (Oavd, subsis&tkCa and vtbicts rentaIs inctrned by pasanncl whiie on project x Subcontracts Oudh cmnrllanu and servitcs Equipment oc Sample Shipping SpaeiPl Supplh (dddng, PrSINilry, ymm& ma rttcmlce ma0aW) BxpMdabIe materials such 83 contofnen and ckn%eols Spedal Fees, Licenses, Permits, I-, coc, ch;ugcd at COxt th8S 1.15. a (SD OEO 89R/90) -2- NI(lU! 8t:BI 61/10 06. 20 093IQNtfS33m 0Z6L 262 619 z .< e e P&D Techno1 ogi es 401 West "A" Street Suite 2500 San Diego, CA 92101 (619) 232-4466 a HOURLY RATE SCHEDULE DEHONEY $82.00 BIAMONTE (EA) $41.26 ROBERTSON (BIOLOGIST) $44.44 KUHATSU (EA) $30.15 PUTNAM (SEA) $50.72 SMIT (TECH) $30.63 WORD PROCESSOR $40.00 GRAPH1 C $40.00 e a c 0 0 BRIAN E SMITH AND ASSUCXA TES AACHAEOL OG/CAL/H/STO#/CAL CONSUL TING 14678 /EX COURT SAN DEGO, CAL/FOR'/A 92f29 (619) 481-0915 0 Geaeraf SchdufeofFees H#u&d?aies"' BrianF. Smith, M. A. - Archaeological/Hisbricd Consultant . $48 .OO James R. Moriarty, 111, Ph.D. - Senior Academic Advisor . 40 .OO Associate Field Archaeologist (Field Supemisor) . 30 .OO AssistantFieldArcleologist . 18.00 FieldArchaeologist 14 .OO Historian - Senior Researcher 25 .OO ResearchAssistant * 15 .OO Graphics Preparation 18 .OO Word Processing 18.00 Laboratory Supervisor 25 .OQ Laboratory Assistant 18.00 D * All howl17 rates include base salq and overhead. @ , - 0 0 MEECHIOR LAND SURVEYING INC. p~ a FEES FOR SERVICES LAND SURVEYING Rates Effective through August 1, 1998 1 Man Crew $ 60.00 per hour ................. 2 Man Crew ................. $ 118.00 per hour 3 Man Crew ................. $ 158.00 per hour Principal Surveyor ............. $ 65.00 per hour Draftsman. ................. $ 47.00 per hour Computer Operator. . , e . . . e e . . $ 47.00 per hour e a 5205 AVENIDA ENCINAS m SUE F m CARLSMD, CA 92008 61 94384 726 FAX 61 9438=3991 .. - 0 0 Marine Construction Consultants 250 West Ward1 ow Road P.O. Box 7978 Long Beach, CA 90807 0 (213) 799-1292 HOURLY RATE SCHEDULE PRINCIPAL $75.00 0 a ,- 0 @ c t ATTACHMENT G a ITEMS TO BE FURNISHED BY OTHERS Task Number - Item The Port and the City shall furnish copies of reports listed in Attachment A. The City shall furnish all necessary site-access and traffi c-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 meetings, develop the plan, and prepare meeting minutes. Constructi on-impact cri teri a, i ncl udi ng water qual it and circulation, turbidity control , noise control , vegetation protection, and visual intrusion on existing habitats shall be developed by the EIR/EIS consultant. The City shall provide copies of easement documents all known easements within the project area. The City shall provide copies of available improveme plans for utilities within the project area which mad be affected by the project. Names and addresses for all known easement holders within the project area. The City shall provide appropriate facilities and notices for public meetings. Uti1 ity relocation cost estimates shall be prepared furnished by the utility companies. 1 2 3 3 7 8 a a 8 10 11 a G- 1 f 0 0 b t ATTACHMENT H 0 SPECIAL INSURANCE ENDORSEMENT 0 0 H-I. I Wv./twx name). warrant mat I have autBority TO bind me bdodisted inwrrancr company and by my signature hereon do SO bind e* this company. % Signature: Auzt~orizrd Repramlarive (oh- JisMnUe Td on copy @mzshmi IO rite B4crrd of Harbor Gmmhsionenl TITLE: . ORGAN lZATION : AOOR ESS: TELEPHONE: Report cfairnr pursuant :o chis insurance to: (name, address. telephone) There is a: a Oeductible of S a %If Insured Rerention of 5 Whidl apalies: aper Claim a Per Occurrence 0 N~.O imurea ana Adamm Enaonmm.nt Cff8CXNa Qa NumOU 09 Sflaomam Poliry Numaw I tnsurancm Comoanv ? a e 0. ., a EXHIBIT 2 ANTICIPATED CONTRACTUAL SERVICES AND CARLSBAD ADMINISTRATIVE SERVICES REIMBURSEMENT AGREEMENT NO. Agref I. Contractual Services Am01 for supplemental & final design options 11' SUBAGREEMENT NO. 1 $166( with Moffatt & Nichol, Engineers $1771 SUBAGREEMENT NO. 2 2.2 for appraisals 31 10 1 3 2.1 for legal descriptions 2( 2.3 for legal fees - (consultants to be determined) $15 contingency 25% - $18 SUBAGREEMENT NO. 3 2 (consultant to be determined) $2 misc. consultant services contingency 25% - a 11. Carlsbad Administrative Services A. Staff salaries 5 B. Supplies (reproduction, mailing, etc.) 1 C. Travel (Agency Si permit meetings) 7 $8 contingency 25% 2 $10 3 111. Summary Contractual Services $199 $209 1c Carlsbad Administative Services -