Loading...
HomeMy WebLinkAbout2002-02-05; City Council; 16536; Professional Services Agmt with Rick EngineeringCITY OF CARLSBAD - AGENDA BILL tB# @3 6, m: AUTHORIZE THE EXECUTION OF A ENG )EPT. CITY Am. RICK ENGINEERING FOR A GIs-BASED MASTER DRAINAGE dTG. 2/05/02 DE K. . 2% PROFESSIONAL SERVICES AGREEMENT WITH PLAN AND PROTOTYPE WATER QUALITY MASTER PLAN w RECOMMENDED ACTION: Adopt Resolution No. 200 2 agreement with Rick Engineering Company for a GIs-based Master Drainage Plan and -04 3 authorizing the execution of a professional services Prototype Water Quality Master Plan. ITEM EXPLANATION: The Public Works Department is leading a citywide effort to facilitate the timely completion of Water Quality Control Board (RWQCB) on February 21, 2001. projects and tasks required by the NPDES Order No. 2001-01, issued by the San Diego Regional The Public Works Department established goals to accomplish these tasks and City Council approved the recommended fiscal year 2001-02 budget to support the existing program activities. As a part of these efforts, the Public Works Department retained Rick Engineering Company to help evaluate various methods to improve storm runoff water quality in order to meet the NPDES Order. As a result, Staff recommends pursuing a comprehensive approach to improve citywide storm runoff water quality in an effort to meet the NPDES Order. Staff, with the help of Rick Engineering, will demonstrate this approach to the RWQCB through the preparation of a prototype program, which consists of a Water Quality Study of the Agua Hedionda Drainage Basin. The Water Quality Study will be GIS based and includes: estimating runoff based on land uses, hydraulic analysis of existing drainage and storm water control facilities, recommendations to improve water quality, and support from Rick Engineering for presenting the approach to the RWQCB. This approach does not preclude, and is not in lieu of, other best management practices; however, it is an unfamiliar and a new approach to the RWQCB and will need to be presented and discussed with their staff for review. Staff recommends this comprehensive ‘basin’ approach as the most economical method of where large quantities of runoff collect such as desiltation basins and retention basins, maintenance improving the water quality of storm runoff. By focusing resources on reducing pollutants in areas efforts are applied more effectively. Upon review of the approach by the RWQCB for the Agua a separate contract. Hedionda Prototype, the Engineering Department will prepare a citywide Water Quality Study under Another key element of implementing Order No. 2001-01 is compiling and maintaining an inventory of the City’s drainage and storm runoff facilities. The NPDES Order requires the inventory for the purposes of tracking, prioritizing and reporting storm water runoff facility inspections and maintenance. The initial phases of compiling a GIs-based inventory have been completed. as well as the rest of the City. Rick Engineering will complete the final phases for the Agua Hedionda Drainage Basin inventory, ENVIRONMENTAL REVIEW This work is exempt under the Feasibility and Planning Studies Section 15262, of the California Environmental Quality Act. I Page 2 of Agenda Bill No. 16,53.6 FISCAL IMPACT: The total cost to complete the required tasks is $161,748 and will be funded by the budget approved for the NPDES Planning and Construction Goal. The need for this work is primarily based on this contract will also be utilized for the Storm Drain Master Plan Update anticipated to begin in the requirements for the NPDES Order; however, the information collected and compiled as a part of 2002-03 FY. The Storm Drain Master Plan Update will include a review and re-evaluation of the Planned Local Drainage Area fee structure. EXHIBITS: 1. Resolution No. dOOdeO@ authorizing the execution of a professional services agreement with Rick Engineering Company for a GIS-based Master Drainage Plan and Prototype Water Quality Master Plan. 2. Professional Services Agreement with Rick Engineering Company for engineering services for a GIs-based Master Drainage Plan and Protome Water Quality Master Plan. 2 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 10 19 20 21 22 23 24 25 26 27 20 RESOLUTION NO. 2002-043 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING THE EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH DRAINAGE PLAN AND PROTOTYPE WATER QUALITY MASTER PLAN. RICK ENGINEERING COMPANY FOR A GIs-BASED MASTER WHEREAS, the City Council of the City of Carlsbad, California, has determined it lecessary and in the public interest to enter into agreement between Rick Engineering Company or the preparation of a GIs-based Master Drainage Plan and Prototype Water Quality Master 'Ian; and WHEREAS, the Department of Public Works has already retained the services of tick Engineering Company for the purpose of identifying an approach to meet the requirements of JPDES Order No. 2001-01; and WHEREAS, Rick Engineering Company has a unique knowledge of the City of Carlsbad's Aanned approach to meeting the requirements of NPDES Order No. 2001-01 and is therefore, le most qualified consultant to complete additional tasks related to a GIs-based Master Drainage 'Ian and Prototype Water Quality Master Plan: and WHEREAS, $161,748 will be funded by the NPDES Planning and Construction Goal ludget approved with the 2001-02 Operating Budget. 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 the proposal by Rick Engineering Company in the amount of $161,748 for 'reparation of a GIs-based Master Drainage Plan and Prototype Water Quality Master Plan is ereby approved. I 7 I I I I I ! t i i 1( 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 20 3 agreement between Rick Engineering Company and the City of Carlsbad for a GIs-based Master Drainage Plan and Prototype Water Quality Master Plan. 4 t II PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 5th day of FEBRUARY , 2002 by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Finnila, Nygaard, Hall NOES: None (SEAL) AGREEMENT FOR ENGINEERINGSERVICES FOR A PROTOTYPE WATER QUALITY MASTER PLAN PROJECT NO. 3872 RICK ENGINEERING COMPANY GIs-BASED MASTER DRAINAGE PLAN AND THIS AGREEMENT is made and entered into as of the 77k day of corporation, ("City"), and RICK ENGINEERING COMPANY, a corporation, ("Contractor"). UMLY , 2002, by and between the CITY OF CARLSBAD. a municipal RECITALS A. City requires the professional services of an engineering design firm that is experienced in hydrology and water quality modeling. B. Contractor has the necessary experience in providing professional services and advice related to storm drain master planning, watershed hydrology modeling, and development of Water Quality Best Management Practices. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. - TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional year period. Extensions will be based upon a satisfactory review of Contractor's performance. City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 1 City Attorney Approved Version #05.22.01 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be one hundred sixty one thousand seven hundred forty eight dollars ($161,748). No other compensation for the Services' will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work 'done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 2 City Attorney Approved Version #05.22.01 ' 8. OTHER CONTRACTORS The City reserves the right to employ other Contracturs in connection witt~ the Services. 9. INDEMNIFICATION Except as to the sole negligence or willful misconduct of City, Contractor will defend, indemnify and hold City, its officers, agents and employees, harmless from any and all loss, damage, claims, demands, liability, expense or cost, including attorney's fees, which arises out of, or is in any way connected with the performance of, the Services by Contractor or any of Contractor's employees, agents or subcontractors, notwithstanding that City may have benefited from their services. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee, under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of the Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to-property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3 City Attorney Approved Version #05.22.01 10.1.3 Workers' Compensation and Emplover's Liability. Workers' Compensatron timits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability. Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 4 City Attorney Approved Version #05.22.01 12. ACCOUNTING RECORDS Contractor witt maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. .. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. ._ - 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv: For Contractor: Title Sr. Civil Enqineer Department Enaineerinq City of Carlsbad Address 1635 Faraday Avenue Carlsbad. CA 92009 Phone No. 1760) 602-2746 Plannina & Proarams Name Dennis Bowlinq Title Principal Address 5620 Friars Road San Dieqo. CA 921 10-2596 Phone No. (619) 291-0707 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. City Attorney Approved Version Kl5.22.01 - 5 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 City Attorney Approved Version #05.22.01 20. TERMINATION In the event of the Contractuh faiture to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure~this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must~be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. " 7 City Attorney Approved Version #05.22.01 ' 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties fur the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County.of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually.understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, dong with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terns of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill 8 City Attorney Approved Version #05.22.01 26. AUTHORITY The individuals executing this Agreement and the imtrtlments referenced in it on behatf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR RICK ENGINEERING COMPANY a Corporation (sign here) .- ' -p . .. :, .- ATTEST: , , - - . .> 4" , c, ..I. It (C .. I .. '.X., .' (print namekitle) .. , ,,.. **By; - , - _- <- , J"O%" . (sign here) ", ~7a2;*j,d :,,7 ' . I . -,A/ ' L-.-< , . .' -,, L..S ., +-- .. .I '*,,l-zp %." . ,' - d. ~- i. (print namehitle) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman. President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: /',&PzA!hJ- - //. . Deputy City Attorney 9 City Attorney Approved Version #05.22.01 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NO. 5907 personally appeared '"' 1. i' '., 6' r , ."~ j <> i .,;. "A, ,f NAME!% OF SIGNER!SI @.personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form, CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER 0 PARTNER(S) 0 LIMITED 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 OTHER: 0 GUARDIAN/CONSERVATOR 0 GENERAL NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONISI OR EMITVllES) ,I _, I ":.:,:. t ) ,, ,'i 8, ..., '! SIGNER@) OTHER THAN NAMED ABOVE 01 993 NATIONAL NOTARY ASSOCIATION * 8236 Remmel AYB.. P.O. Box 7184 * Canoga Pa&, CA 91309.7184- EXHIBIT "A" December 17,2001 Mr. Lloyd Hubbs City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 SUBJECT: PROPOSAL TO COMPLETE GEOGRAPHIC INFORMATION SYSTEM (GIS) BASED MASTER DRAINAGE PLAN (MDP) FOR THE CITY OF CARLSBAD AND PROTOTYPE WATER QUALITY MASTER PLAN FOR AGUA HEDIONDA WATERSHED IN THE CITY OF CARLSBAD, CALIFORNIA Dear Lloyd: Pursuant to your request on December 14,2001, the following is a proposal to provide engineering services for the above-referenced project. The project has been started under our initial contract to begin services for a GIs-based MDP for the City of Carlsbad and a prototype Water Quality Master Plan for Agua Hedionda Watershed in the City of Carlsbad, which was executed November 2,2001. Scooe of Work: The following descriptions summarize tasks to be completed for the project. Throughout the project we will host meetings at key project milestones with the City of Carlsbad at the Rick Engineering Company San Diego office. Phase 1: Create GIs-based Master Drainage Plan for the City of Carlsbad, California: We will create a GIs-based MDP for the City of Carlsbad. The GIs-based MDP will be based on converting the original MDP dated March 1999, prepared by the City of Carlsbad with the assistance of Fraser Engineering, Inc. and Cooper Engineering Associates (1994 MDP), and updating information as appropriate based on the as-built storm drain information prepared by PBS&J, dated March 28,2001 (2001 as-built information). Additionally, facilities that have changed or been added since the 1994 MDP was prepared will be incorporated in the plan based on the 2001 as-built information. The prerequisites to building this system will include the preparation of data in the existing plan for importation into GIs, including digitizing watershed and subwatershed boundaries, flow paths, and drainage structures (those drainage structures not included in the 2001-as built information), and re-numbering nodes and basins to a GIS appropriate sequence. Prerequisites will also include review of the 2001 as-built information for changes or additions since the 1994 MDP was prepared. Mr. Lloyd Hubbs Revised: October 8,2001 Page 2 We will meet with City staff at key project milestones to review progress and confirm which information items will be included and how the information will be formatted, stored, accessed, and utilized for all existing and future applications that will use this information. 1.1 Preparation of 1994 MDP Data for Importation into GIS Using the 1994 MDP exhibits, watersheds, subwatersheds, flow paths, and any drainage structures that are not already in an electronic version of the 2001 as-built information will be digitized in AutoCAD. A GIs-based MDP requires special attention in digitizing to ensure that polygons representing watershed and subwatershed boundaries are closed and flow paths are snapped to nodes on the basin boundaries so that GIS may properly calculate areas and flow lengths. Task 1.1 Cost: $12,894.00 1.2 Update 1994 MDP Data Incorporating New Facilities Added Since 1994 We will review the 2001 as-built information for additions since the 1994 MDP was prepared. New data reflecting additions since the 1994 MDP was prepared will be added to the GIS-based MDP. Watershed boundaries will be modified as necessary based on the new data. Task 1.2 Cost: $10,760.00 1.3 Progress and Strategy Meeting with City of Carlsbad We will meet with the City of Carlsbad to review watershed boundaries and structures before proceeding with GIs-based node numbering, nodal data input, and processing. This meeting will confirm watershed boundaries and structures, as well as which information items will be included. We will also discuss how the information will be formatted, stored, accessed, and utilized for all existing and future applications that will use this information. Task 1.3 Cost: $1,372.00 1.4 Preparation of CIS Compatible Node Number Data Node numbering sequences appropriate to GIs-based file will be assigned, replacing node numbers in the existing plan. Task 1.4 Cost: $5,380.00 Mr. Lloyd Hubbs Revised: October 8,2001 Page 3 1.5 Input of Nodal Data from 1994 MDP into GIs-based MDP and.Adjustment of 1994 Data Based Upon 2001 As-Built Information The following nodal information will be input for each watershed in the GIS database. GIS and the AES Rational Method program will use this information during processing. Upstream and downstream node numbers Basin numbers Upstream and downstream node elevations Existing drainage structures The elevation and drainage structure information listed above will be obtained from the 1994 MDP. However, where the 2001 as-built information shows data different from the 1994 MDP, the data based upon the 2001 as-built information will be used. Task 1.5 Cost: $27,580.00 1.6 Field Verification of Watershed Boundaries and Drainage Structures We will field verify watershed boundaries and drainage structures where data from the 1994 MDP and/or the 2001 as-built information are inconsistent with topography or land use. Task 1.6 Cost: $5,472.00 1.7 GIS Processing We will import the assembled AutoCAD file of the basins, streams, node numbering and elevation information into GIS and check for errors. We will use Rick Engineering Company’s GIS processing programs to perform the following functions: Combine soils, land use, basin and stream coverage’s, and compute runoff coefficients for each basin Compute basin areas Compute stream flow lengths Generate a database containing basin area, flow path lengths, basin numbers, node Format database information and export into a format ready for the Advanced numbers and basin runoff coefficients Engineering Software (AES) engineering design software A text file of database information needed for the AES Rational Method study will be output by the GIS program. Task 1.7 Cost: $5,584.00 Mr. Lloyd Hubbs Revised: October 8,2001 Page 4 1.8 AES Rational Method Processing We will process a Rational Method analysis using AES software for the 100-year storm. Task 1.8 Cost: $19,680.00 1.9 Write CIS-based MDP Report We will provide the City with an AutoCAD file of the updated drainage basins. The file will contain node numbers, basin numbers, watershed boundaries, and elevations at upstream and downstream nodes. We will also provide ArcView shapefiles of the updated drainage basins and streams. Each basin will have the following table attributes: Basin number Upstream node number Downstream node number Upstream node elevation Downstream node elevation Stream length Basin area Drainage system Flow We will prepare a report detailing the GIs-based MDP. The report will describe the information items that are included in the GIs-based MDP and sources of the data. The report will describe how the information is formatted and stored, and how to access and utilize the information for all existing and future applications that will use this information. We will develop minimum requirements for drainage study submittals for the City of Carlsbad that plancheckers may use to specify requirements for future drainage studies. Task 1.9 Cost: $16,320.00 CITOTAL COST OF PHASE 1: $105.042) Phase 2: Create Prototype Water Quality Master Plan for a Subwatershed in the City of Carlsbad, California: We will create a Prototype Water Quality Master Plan for Agua Hedionda Watershed in the City of Carlsbad, California. This Phase will include reviewing pollutants of concern in Agua Hedionda Watershed and identifying potential regional Best Management Practices (BMPs) for pollutant control. This Phase will also include meeting with City staff at key project milestones to review progress and confirm which information items will be included. Additionally, how the information will be formatted, stored, accessed, and utilized for all existing and future applications that will use this information will be identified. Tasks 2.1 and 2.2, review of existing detention facilities in Agua Hedionda watershed and field verification of existing Mr. Lloyd Hubbs Revised: October 8,2001 Page 5 detention facilities with potential for water quality enhancement will be completed under our initial contract. In order to maintain consistent task numbers throughout the project, tasks in Phase 2 of this contract begin with Task 2.3. 2.3 Determine the Pollutants of Concern We will determine pollutants of concern based on the San Diego Basin Plan and water quality objectives for Agua Hedionda Watershed. Task 2.3 Cost: $3,376.00 .. 2.4 Identify Potential Regional Pollutant Control BMPs We will evaluate available BMP technology to determine appropriate storm water BMPs for Agua Hedionda Watershed. Task 2.4 Cost: $8,440.00 2.5 BMP Suitability Analysis Using the GIs-based MDP and information determined in Tasks 2.2 through 2.4, we will create a BMP suitability analysis for the subwatershed based on a team established rating system. Task 2.5 Cost: $10,660.00 2.5-A Progress and Strategy Meeting with the City of Carlsbad We will meet with the City of Carlsbad to review pollutants of concern, potential regional pollutant control BMPs, and potential locations for regional pollutant control BMPs before proceeding with the BMP suitability analysis. This meeting will provide the City of Carlsbad the opportunity to identify priority locations, pollutants of Concern, and types of BMPs to consider. We will also discuss how the information will be formatted, stored, accessed, and utilized for all existing and future applications that will use this information. Task 2.5-A Cost: $1,372.00 2.6 Prototype Water Quality Master Plan Map Output a map showing the areas found to be favorable for BMP placement. Review before and after analysis with City staff to verify rating system and output results, and adjust if necessary. Task 2.6 Cost: $9,656.00 Mr. Lloyd Hubbs Revised: October 8,2001 Page 6 2.7 Presentation to Public Agencies We will present the Prototype Water Quality Master Plan Map to up to three public agencies mutually agreed upon with the City of Carlsbad. Our recommendations are Carlsbad City Council, the Regional Board, and Regional Board staff. Task 2.7 Cost: $10,344.00 2.8 Prototype Water Quality Master Plan We will write the Prototype Water Quality Master Plan for the subwatershed based on the map showing the areas found to be favorable for BMP placement. The Water Quality Master Plan will include a discussion of water quality goals, pollutant sources, and available pollutant reduction technology. We will develop minimum requirements for water quality study submittals for the City of Carlsbad that plancheckers may use to specify requirements for future water quality studies. Task 2.8 Cost: $10,986.00 2.8-A Draft Water Quality Master Plan Meeting with the City of Carlsbad We will meet with the City of Carlsbad to review the Draft Water Quality Master Plan for Agua Hedionda Watershed. We will discuss.the City of Carlsbad’s comments on the Draft Water Quality Master Plan for Agua Hedionda Watershed. Task 2.8-A Cost: $1,372.00 (TOTAL COST OF PHASE 2: $56,206.00) Estimated Printing Fees This estimate for printing fees is based on the assumption that six (6) draft copies and twelve (12) final copies of the Water Quality Master Plan for Agua Hedionda Watershed will be provided, and two (2) copies of the GIS-based Master Drainage Plan with AES Rational Method output will be provided. Printing fees are subject to change based on the actual number of exhibits and copies produced. Estimated Printing Fees: $500.00 Our fee for the above-described work would be on a time and materials basis per our current Schedule of Hourly Rates (enclosed). The estimated fee for this time spent and printing fees is approximately $161,748. Fees and expenses will be billed monthly as the work progresses and the net amount shall be due upon receipt of the invoice. Mr. Lloyd Hubbs Revised: October 8,2001 Page 7 The enclosed Standard Provisions of Agreement are incorporated herein and made a part of this agreement. If notice is delayed for any reason beyond thirty (30) days, it is understood by the parties that the terms and conditions contained herein are subject to revision. If you would like us to proceed on this work as outlined above, we ask that you sign and return this agreement as our written authorization. If you have any questions regarding this agreement, please contact me at (619) 291-0707, extension 447. Thank you for requesting Rick Engineering Company to provide these services. Sincerely, RICK ENGINEERING COMPANY c Dennis C. Bowling, R.C.E. #32838. EXD.!&&€E== ~l .. Principal ' DCB:LJH:nd.Hubbs.OOl Enclosures APPROVED: BY: DATE: