Loading...
HomeMy WebLinkAbout1997-11-04; City Council; 14416; Rick Engineering Co. Agreement ApprovalCIl*’f OF CARLSBAD - AGENDA BILL I / B# Pij Y I6 TITLE: APPROVING A CONSULTANT AGREEMENT FOR THE PREPARATION OF A DRAINAGE CONCEPT ITG. 11 /04/97 CITY PLAN-RANCHO CARLSBAD CHANNEL AND BASIN PROJECT EPT. PW PHASE I, PROJECT NO. 3338 CITY MGR. %L..- RECOMMENDED ACTION: Adopt Resolution No. 99 - 67 a approving a consultant agreement with Rick Engineering Company for the preparation of a Drainage Concept Plan for the Rancho Carlsbad Channel and Basin Project. ITEM EXPLANATION: The Rancho Carlsbad Channel and Basjn Project is located north and east of El Camino Real at Rancho ,Carlsbad Drive in the vicinity of the Rancho Carlsbad Mobile Home Park, an existing 108 acre, 504 space mobile home park. The confluence of the Agua Hedionda Creek and the Lake Calavera Creek is located within the Park boundary. The purpose of the Rancho Carlsbad Channel and Basin Project is to provide a permanent solution to the drainage and sediment problems and the resultant impacts to the Rancho Carlsbad Mobile Home Park due to the inadequate capacity of both the Agua Hedionda Creek and the Lake Calavera Creek through the Mobile Home Park. A solution needs to be formulated and put in place prior to extensive development of the basin upstream. On September 13, 1994, the City Council adopted the Master Drainage and Storm Water Quality Management Plan dated March 1994. Identified in the Master Drainage Plan are Facility BJ and Facility BJB along Lake Calavera Creek in the vicinity of the Rancho Carlsbad Mobile Home Park. Facility BJB is designated as a sedimentation basin northeast of future Cannon Road and College Boulevard. Facility BJ consists of approximately 3,400 feet of improvement to Lake Calavera Creek located on the western boundary of the Mobile Home Park and east of the alignment of future Cannon Road. The scope of this consulting agreement will define the ultimate configuration of these improvements. On December 3, 1996 the City Council adopted an amendment to the Master Drainage and Storm Water Quality Management Plan dated March 1994 that added the improvements to the Agua Hedionda Creek through the Rancho Carlsbad Mobile Home Park to the Master Drainage Plan. These improvements were added as a result of a request by the Carlsbad Resident Association, the new owners of the Rancho Carlsbad Mobile Home Park, to convert the Park to condominium ownership. In the City’s review of the request, it was determined that at buildout, the capacity of the Agua Hedionda Creek was not sufficient to convey the 100 year flood. The Carlsbad Resident Association agreed to contribute the estimated amount of the improvements and the City added the improvements to the Master Drainage Plan. The scope of this consulting agreement will define the ultimate configuration of these improvements. Statements of Qualifications were received from four consulting firms. The staff Consultant Selection Committee recommends that Rick Engineering Company be retained to perform the service based on their experience and background on projects of a similar nature. Rick Engineering Company was the most qualified to perform the services. The work effort included in this agreement deals only with deficiencies. Phase II of the project will consist of the preparation of final plans, specifications and Phase I of the project, the formulation of an acceptable conceptual plan for solving the drainage estimates for receipt of construction bids. I Page 2 of Agenda Bill No. 1; 9 id Staff recommends that the City Council approve the attached consultant agreement with Rick Engineering Company for preparation of a Drainage Concept Plan as described in the attached consultant agreement, Exhibit 3. ENVIRONMENTAL IMPACT: General Plan. The level of activity contained in this scope of work regarding CEQA is defined as Drainage improvements included in the City’s Master Drainage Plan are consistent with the City’s Class 6, Information Collection, and is categorically exempt from CEQA. The purpose of this study and report, referred to as Phase I, is to gain sufficient information to allow Council to make informed decisions regarding a solution for this project. This contract does not authorize preparation of plans, specifications and estimates. FISCAL IMPACT: The fee included in the attached agreement with Rick Engineering Company is $73,825. Sufficient funds are available in the project account. EXHIBITS: 1. Location Map. 2. Resolution N0.91 -(d& approving a consultant agreement with Rick Engineering Company to prepare a Drainage Concept Plan for the Rancho Carlsbad Channel and Basin Project. 3. Consultant agreement with Rick Engineering Company. 2 NOT Tb SCALE I NAME RANCHO CARLSBAD CHANNEL AND BASIN PROJECT 3 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 20 RESOLUTION NO. 97-6.72 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AGREEMENT WITH RICK ENGINEERING COMPANY TO PREPARE CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT CHANNEL AND BASIN PROJECT. PROJECT NO. 3338. . A DRAINAGE CONCEPT PLAN FOR THE RANCHO CARLSBAD WHEREAS, the City Council of the City of Carlsbad has previously appropriated funds for ,he Drainage Channel and Desiltation BasinICannon Road project; and WHEREAS, Statements of Qualifications have been solicited to prepare a Drainage >oncept Plan from qualified engineering firms; and WHEREAS, Rick Engineering Company was selected as the most qualified to prepare the lrainage Concept Plan for a fee of $73,825 and that sufficient funds are currently available in the roject account. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, :alifornia, as follows: 1. That the above recitations are true and correct. 2. That a consultant agreement with Rick Engineering Company for preparation of a lrainage Concept Plan for Project No. 3338 as described in the attached agreement is hereby approved and the Mayor and City Clerk are hereby authorized and directed to execute said agreement. e, 3. Following Mayor's signature of the agreement, the City Clerk is further authorized and directed to forward copies of said agreement to Rick Engineering Company and the Ingineering Department design division for their files. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council leld on the 4th day of November , 1997 by the following vote, to wit: AYES: Council Members Lewis, Finnila, Nygaard, Kulchin. and Hall NOES: None ABSENT: None ITTEST: (SEAL) Fvhihit 3 Y AGREEMENT FOR ENGINEERING SERVICES FOR RANCHO CARLSBAD CHANNEL AND BASIN PROJECT PROJECT NO. 3338 THIS AGREEMENT is made and entered into as of the day of , 192, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and Rick Engineering Company, hereinafter referred to as "Contractor." / RECITALS City requires the services of an Engineering Contractor to prepare a drainage concept plan for the Rancho Carlsbad Channel and Basin Project, and Contractor possesses~the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR'S OBLIGATIONS *. The Contractor shall perform the requirements as detailed in the Scope of Work attached hereto as Exhibit "A" and incorporated herein. 2. CITY OBLIGATIONS The City shall provide the items as detailed in Exhibit "A" attached hereto and incorporated herein. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within one hundred eighty (180) rev. 8/26/96 1 days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works DirectorlCity Engineer. The Public Works DirectodCity Engineer will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $73,825. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 5. DURATION OF CONTRACT <, This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the City Manager for one (1) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 2 rev. 8/26/96 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS The Contractor shall deliver to the City the following items at the times indicated: ,, , ,,'i ITEM ,, , , -DUEDATE, ,,'jj',,,, .,: . ,. 1 ,, .. 0 Three (3) hard copies and diskette of At the completion of Engineering and ., summary report with recommendations on detention Surveying Task 3. alternatives. 0 The HEC - 1 data file on diskette. At the completion of Engineering and 0 The HEC-1 data file for studied At the completion of Engineering and Surveying Task 3. alternatives on diskette. 1 Surveying Task 4. 0 The HEC-2 data files on diskette. I At the completion of Engineering and Surveying Task 5. summary report of findings on channel Surveying Task 7. improvement options with recommended alternative(s). Map Revision (CLOMR) submittal to Surveying Task 8. 0 Three (3) hard copies and diskette of At the completion of Engineering and 0 One (1) copy of Conditional Letter of At the completion of Engineering and 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in 3 rev. 8/26/96 charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal.Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. IO. NONDISCRIMINATION CLAUSE , The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said rev. 8/26/96 4 documents owned by the City and all work in progress to the Public Works DirectorICity Engineer. The Public Works Director/City Engineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES .. I If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the Public Works DirectodCity Engineer. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution 5 rev. 8/26/96 which would be of benefit to both parties. The Public Works DirectorICity Engineer or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or rev. 8/26/96 6 improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection proce&&&w) The provisions o arlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. - 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or hislher employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or hislher employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of , rev. 8/26/96 7 the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings; reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not, In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for hislhe'r records. 8 rev. 8/26/96 17. PEPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at its own expense, upon written request by the City; defend any such suit or action brought against the City, its officers, officials, employees and volunteers. Contractors indemnification of City shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts 9 rev. 8/26/96 and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any, executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 10 rev. 8/26/96 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the City Clerk in accordance with the requirements of the City's conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines A consultant. The disclosure category shall be all categories. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:v" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. 11 rev. 8/26/96 A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000.000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 6. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 12 rev. 8/26/96 1. The City shall be named as an additional insured on all policies excluding Workers' Compensation and Professional Liability. ' 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 13 rev. 8/26/96 27. Rm The name of the persons who are authorized to give written notices or to receive written nofice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: For Contractor: ArchitecVLicense Number: ArchitecVLicense Number: Title Public Works Director/City Engineer Name Lloyd 6. Hubbs Address 2075 Las Palmas Drive Carlsbad, CA 92009-1576 Title Vice President Name Dennis C. Bowling, Rick Engineering Company Address 5620 Friars Road San Diego, CA 921 10 R.C.E. 32838 28. BUSINESS LICENSE Contractor shall obtain and maintai nal City of Carlsbad Busines #s Li cense forth e duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in rev. 8/26/96 14 writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this zi? day of oe?U&!~ ,193. CONTRACTOR: CITY OF CARLSBAD, a municipal RICK ENGINEERING COMPANY (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach'a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Y BY LrrL Deputy City Attorney //- 5" 7 7 15 rev. 8/26/96 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeare R&ersonally known to me - OR - 0 proved to me on the basis of satisfactoly evidence to be the person@) whose name(s) idare subscribed to the within instfument and acknowledged to me that he/she/they executed the same in hidherhheir authorized capacity(ies), and that by hisherhheir signature(s) on the instrument the penon(s), or the entity upon behalf of which the person(s) acted, executed the instrument. fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: .. Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conselvator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: EXHIBIT "A" SCOPE OF WORK RANCHO CARLSBAD CHANNEL AND BASIN PROJECT, PHASE 1 1. CONTRACTORS OBLIGATION The following scope of work describes the tasks and associated fees required for Phase I of the project, preparation of a drainage concept plan. ENGINEERING AND SURVEYING TASKS: Task 1: Review all pertinent materials for the project. These include the hydrologic and hydraulic studies from Dr. Howard Chang and the Federal Emergency Management Agency (FEMA), the City of Carlsbad's Master Drainage Plan and proposed land use maps, development plans for the upstream projects, and the Cannon Road plans and hydraulic calculations. $5,390.00 Task 2: Perform a site visit to investigate the watershed. We will identify any existing detention in the watershed that might benefit the project. Examples of this would be any existing road fills or detention basins that detain creek flows. Any such beneficial detention will be modeled in the hydrologic analyses. We will also review the known locations that will be analyzed for detention and will identify any other possible detention locations. $3,670.00 Task3: Prepare a 100-year HEC-1 hydrologic base run. The HEC-1 will be an accurate model of the entire watershed under ultimate conditions. The HEC-1 will be based, if possible, on the existing HEC-1 analyses from Dr. Chang and FEMA. Discrepancies between these analyses will be identified and rectified. The HEC-1 base run will model the ultimate watershed build-out and will be used to study various detention options. The ultimate build-out will be based on the City of Carlsbad's proposed land uses, which are available in digital format from SANDAG. The HEC-1 basins will be delineated so that all of the desired detention basins can be modeled. The basins will also be delineated so that the runoff can be determined at critical locations desired by the City of Carlsbad. We will discuss these locations with the City staff. Furthermore, we will prepare a brief summary based on the site visits and HEC-1 base run. The The HEC-1 data file will be provided to the City of Carlsbad on floppy disk. We summary will make recommendations regarding the detention alternatives. will meet once with the mobile home park representatives to discuss the project and possible alternatives. $7,185.00 16 rev. 8/26/96 Task 4: Analyze detention options within the watershed. We will study each option authorized by the City of Carlsbad as well as consider different combinations of options to determine the most feasible alternative@). We will consider the lag time benefits provided by each basin, the basin volumes and areas, the basin constructability. and all environmental issues. We will prepare preliminary cost estimates for the alternatives. We will attempt to design facilities that are out of the Division of Safety of Dams (DSOD) jurisdiction, but will consider jurisdictional facilities if they provide clear benefits. Known detention options that will be studied upon City of Carlsbad authorization are listed below. The HEC-1 data files for the studied alternatives will be provided to the City of Carlsbad on floppy disk. - Detention in the Rancho Carlsbad golf course $3.070.00 - Detention as shown on the Master Drainage Plan (facilities BJ and BJB) $3,070.00 - Detention provided by the proposed Faraday Avenue crossing $3,070.00 - Detention provided by the proposed College Boulevard crossing $3,070.00 - Detention Drovided bv the DrODOSed develoDment located northwest of Cougar Drive and El Camino Real $3,070.00 Detention in other areas such as those identified during the site visit or recommended by the client will be performed for $3,070.00 per option Task 5: Prepare 100-year HEC-2 hydraulic anglyses to determine the capacity of Agua Hedionda Creek and Lake Calavera Creek and the impacts from the detention options. The HEC-2’s will be based, if possible, on the existing HEC-2 analyses from Dr. Chang and FEMA. Discrepancies between these analyses will be identified and rectified. The HEC-2 analyses will be performed to FEMA standards so that a map revision can be processed. The HEC-2 cross-sections will be augmented with field surveyed cross-sections as needed. The HEC-2 data file will be provided to the City of Carlsbad on floppy disk. $10.190.00 Task 6: Field surveying to augment HEC-2 cross-sections and existing topographic information. Field surveying will be performed as needed to veriv creek bed elevations and elevations within the mobile home park. $3,000.00 17 rev. 8/26/96 Task 7: Prepare 100-year HEC-2 hydraulic analyses to study channel improvement options for Agua Hedionda Creek and Lake Calavera Creek. The channel improvements will be studied in conjunction with the detention options. Floodplain mapping will be performed as necessary to show the impacts from the desired options. Prepare a report summarizing our findings and the recommended alternative@). The report will include the hydrologic and hydraulic analyses as well as any necessary supporting information such as floodplain mapping, channel cross-sections, and channel profiles. The HEC-2 data files will be provided to the City of Carlsbad on floppy disk. We will meet once with the mobile home park representatives to discuss the recommended alternative@). $12,765.00 Task 8: Prepare and process a Conditional Letter of Map Revision (CLOMR) package for the proposed detention and channel improvement option. The CLOMR package will include the application forms, the appropriate hydrology and hydraulic analyses, and the revised floodplain and floodway mapping. The hydrology analyses will have to' be prepared for the IO-, 50-, 100- and 500-year storms per FEMA requirements. The 100-year floodplain and floodway and the 500-year floodplain will be plotted per FEMA requirements. The CLOMR will be used to obtain conditional approval from FEMA of the revised hydrology and hydraulics. $9,280.00 + $3,100.00 for FEMA submittal fees. Note: The above tasks include expenses and meetings with the client and resource agencies. Meetings with the client are anticipated to occur on an approximately bi-weekly basis. Meetings with the resource agencies will occur once following completion of the design alternatives. Exhibits will be prepared to illustrate the desired alternatives. <, Total Engineering and Surveying: $69,930.00 (plus $3,070.00 per additional detention option) 18 rev. 8/26/96 / - ENVIRONMENTAL TASKS: Task 1: Conduct a site visit for up to five alternative detention areas proposed for the channelized creeks (i.e., Lake Calavera Creek, Aqua Hedionda Creek) in the Rancho Carlsbad Mobile Home Park area. $534.00 Task 2: Review the five detention design alternatives and identify biological constraints with regards to upland areas and jurisdictional waters, including wetlands, under the authority of the U.S. Army Corps of Engineers and California Department of Fish and Game. Detailed focused surveys for specific sensitive species and other biological resources are not included in Phase 1. These surveys will be performed as required in Phase 2. $356.00 Task 3: Provide recommendations for the mitigation of unavoidable impacts to any jurisdictional waters, including wetlands, from the proposed detention designs. $178.00 Task 4: Conduct a site visit to the potential mitigation sites to determine the suitability of these sites to provide the type of mitigation proposed. $534.00 Task 5: Document the results of the alternatives analysis and mitigation recommendations in a brief letter report. The report will specifically identify biological constraints under each alternative and discuss the mitigation recommendations that would be associated with each alternative based on the constraints. $663.00 *. Task 6: Attend meetings with Rick Engineering to discuss the alternative designs and make recommendations for minimizing impacts to jurisdictional waters, including wetlands. $356.00 Task 7: Attend project meetings with the City of Carlsbad to discuss the results of the alternatives analysis and future permitting issues. $534.00 19 rev. 8/26/96 1 -ask 8: Attend pre-application meetings with the USACE, USFWS, and CDFG to discuss the proposed alternative detention designs and mitigation with regards to future application for permits and agreements by these agencies. $740.00 Total Envlronrnental: $3,895.00 GRAND TOTAL: $73,825.00 2. CITY'S OBLIGATIONS The City shall provide the following to Contractor: a. Copies of all previous studies and reports conducted on the basin's tributary to the Agua Hedionda and Lake Calavera Creeks. b. Copies of impending development applications that would affect the analysis. 3. INCREMENTAL PAYMENTS Fees shall be paid as lump sums for each of the tasks identified above. Progress payments shall be based on the percentage of completion of each task as approved by the City. .. 20 rev. 8/26/96