Loading...
HomeMy WebLinkAbout2010-12-14; City Council; 20417; CONSULTING AGREEMENT AGUA HEDIONDA PROJECTCITY OF CARLSBAD - AGENDA BILL AB# MTG. DEPT. 20,417 12/14/2010 PEM APPROVE CONSULTANT AGREEMENT FOR FINAL ENVIRONMENTAL AND DESIGN SERVICES FOR THE AGUA HEDIONDA CHANNEL DREDGING PROJECT CITY PROJECT NUMBER 3338 DEPT. DIRECTOR CITY ATTORNEY CITY MANAGER RECOMMENDED ACTION: Adopt Resolution No. 2010-269 approving a consultant agreement for final environmental and design services for the Agua Hedionda Channel Dredging Project, City Project No. 3338. ITEM EXPLANATION: On October 12, 2010, the City Council adopted Resolution No. 2010-239 approving a license agreement for the City's development of a mitigation site required for the Agua Hedionda Channel Dredging Project. City staff thereafter prepared and distributed to six (6) firms a Request for Proposal ("RFP") for final environmental and design services required for the project. The City subsequently received a total of three (3) formal proposals for the work from the following firms: AECOM, Incorporated of San Diego, California Dudek, Incorporated of Encinitas, California LSA Associates, Incorporated of Carlsbad, California A five (5) member City staff team evaluated the proposals based upon twenty (20) different selection criteria. The City staff team met and discussed the proposals in depth and has identified the firm of AECOM, Incorporated as having provided the most comprehensive proposal that provides the best value to the City for the work. Therefore, City staff recommends AECOM, Incorporated for this project. The final project environmental and design services include: Prepare the mitigation plan and submit the plan to the Resource Agencies; Create mitigation site construction drawings and specifications; Amend the City's existing permit applications and provide supplemental data and exhibits; Secure all final Resource Agency permits and approvals; Prepare alternatives for disposal of the dredge materials including a local beach option; Undertake a sampling and analysis plan ("SAP") of the material within the two creeks; Update and/or renew all existing City permits for its designated local beach disposal site under the Opportunistic Beach Fill Program; Create construction drawings and specifications for this option if selected; Undertake 2011 nesting season protocol surveys for endangered species; Create revegetation and irrigation construction drawings and specifications for areas within the two creeks based upon the mitigation plan to be approved by the Resource Agencies; Revise and update the construction document package where needed; Revise and update the construction estimate; Provide support services during the bid period. Staff recommends approval of the attached consultant agreement. DEPARTMENT CONTACT: John Cahill, 760-602-2726: John.Cahill@carlsbadca.gov FOR CITY CLERKS USE ONLY COUNCIL ACTION: APPROVED DENIED CONTINUED WITHDRAWN AMENDED *Dn D D CONTINUED TO DATE SPECIFIC CONTINUED TO DATE UNKNOWN RETURNED TO STAFF OTHER -SEE MINUTES D D D D Page 2 ENVIRONMENTAL IMPACT: On August 5, 2008, the City Council adopted Resolution No. 2008-229 certifying Environmental Impact Report EIR 04-02 finding the Agua Hedionda Channel Dredging Project in conformance with the requirements of the California Environmental Quality Act and the environmental policies of the City of Carlsbad. EIR 04-02 identified the project's wetlands impacts and mitigation requirements. The proposed development of a mitigation site near Basin BJB is consistent with the mitigation requirements. FISCAL IMPACT: The table below shows the current status of the Agua Hedionda Channel Project. The project is funded using a combination of General Capital Construction and Planned Local Drainage Area B funds. AGUA HEDIONDA CHANNEL - PROJECT NO. 3338 TASK DESCRIPTION Design Construction, Inspection, Materials Testing Environmental Mitigation & Monitoring Property Acquisition Studies & Reports TOTAL APPROPRIATION $954,255 $2,053,006 $1,221,727 $969,421 $75,000 $5,273,409 EXPENDITURES/ ENCUMBRANCES $649,692 $144,307 $1,050,032 $635,384 $69,616 $2,549,031 REMAINING BALANCES $304,563 $1,908,699 $171,695 $334,037 $5,384 $2,724,378 The total cost for the completion of the above referenced final environmental and design services is $283,505. As shown above, there are sufficient funds to complete the final design and environmental services for the project. EXHIBITS: 1. Resolution No. 2010-269 approving a consultant agreement for final environmental and design services for the Agua Hedionda Channel Dredge Project, City Project No. 3338. 2. Location map. 3. Consultant agreement. 1 RESOLUTION NO. 2010-269 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT AGREEMENT FOR FINAL ENVIRONMENTAL AND DESIGN 4 SERVICES FOR THE AGUA HEDIONDA CHANNEL DREDGING PROJECT. CITY PROJECT NO. 3338. 5 WHEREAS, the City Council of the City of Carlsbad, California, hereafter the "City," has 6 previously appropriated funds for the design, entitlement, and construction of the Agua Hedionda Channel Dredging Project, City Project No. 3338, hereafter the "Project;" and 8 WHEREAS, the City Council adopted Resolution No. 2010-239 on October 12, 2010 g approving a license agreement for the development of a mitigation site required for the Project; and in WHEREAS, the City prepared and distributed a Request for Proposal (RFP) for required final 11' environmental and design services for the Project; and 12 WHEREAS, the City received three (3) formal proposals for this work which were 13 subsequently evaluated by the City; and 14 WHEREAS, the evaluation of said proposals by the City has resulted in a best value 15 recommendation of AECOM, Incorporated for the Project; and 16 WHEREAS, a consultant agreement between the City and AECOM, Incorporated has been 17 prepared and is recommended for approval; and 18 WHEREAS, the City Council hereby finds it necessary, desirable, and in the public interest to 19 approve said consultant agreement. 20 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 21 California, as follows: 22 1 • That the above recitations are true and correct. 23 2. That a consultant agreement between the City and AECOM, Incorporated is hereby 24 approved and the Mayor is authorized to execute said agreement. Following the 25 Mayor's execution of said agreement, the City Clerk is directed to forward copies of 20 this Resolution and the executed agreement to AECOM, Incorporated, attention: Teri 27 Fenner, 1420 Kettner Boulevard, Suite 500, San Diego, California, 92101 and the 2Q Property and Environmental Management Department. 1 2 3 4 5 6 7 9 10 11 12 13 14 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 14th day of December, 2010, by the following vote to wit: AYES: Council Members Hall, Kulchin, Blackburn and Packard. NOES: None. ABSENT: None. ABSTAIN: Council Member Douglas. MATT HALL, Mayor ATTEST: LORRAINE M. WOOD, City Clerk (SEAL) LOCATION MAP MljmTION PROJEC-—~^/\OAC/W o re DREDGE PROJECSITE LIMITS OF PROJECT NOT PROJECT NAME AGUA HEDIONDA DREDGING PROJECT PROJECT NUMBER 3335 EXHIBIT SCOTT CVWS. CARLSBAD UHUK3 BtfT. t/O/IO G \TfMfSfVKUIKH Rf/WWEHrVCSKN WVf5WN\CAHHl \JJJ40lHB AGREEMENT FOR FINAL ENVIRONMENTAL AND DESIGN SERVICES FOR THE AGUA HEDIONDA CHANNEL DREDGING PROJECT (AECOM TECHNICAL SERVICES, INC.) THIS AGREEMENT is made and entered into as of the 1*5 day of / l^j^e^-tLJcuLj^ 2010, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and AECOM TECHNICAL SERVICES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of an environmental and engineering firm experienced in the design and entitlement of environmentally sensitive public projects. B. Contractor has the necessary experience in providing professional services and advice related to these projects. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed fifty thousand dollars ($50,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be two hundred eighty three thousand five hundred five dollars ($283,505). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit City Attorney Approved Version 9.22.10 1 "A". Contractor shall not proceed with optional work tasks or contingency design items without prior written direction of City. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an City Attorney Approved Version 9.22.10 7 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-:VII". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to City Attorney Approved Version 9.22.10 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. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES For City For Contractor Name David Hauser Name Teri Fenner Title Director Title Principal Property and Environmental Department Management Address 1420 Kettner Boulevard, Suite 500 City of Carlsbad San Diego, California 92101 Address 1635 Faraday Avenue Phone No. 619-233-1454 Carlsbad, California 92008 Phone No. 760-602-2739 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. 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. City Attorney Approved Version 9.22.10 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. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 9.22.10 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. City Attorney Approved Version 9.22.10 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 9.22.10 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR AECOM TECHNICAL SERVICES, INC., a California corporation *By: CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) (print name/title) *By: ATTEST: (sign here)LORRAINE M. WOOD, City W 1 UU AM T (print name/title) If required by City, proper notarial acknowledgment of execution by contractor attached. If a Corporation. Agreement must be signed by one corporate officer from each of following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Deputy City Attorney City Attorney Approved Version 9.22.10 13 ATCOM AECOM 619.233.1454 tel 1420 Kettner Boulevard 619.233.0952 fax Suite 500 San Diego, CA 92101 www.aecom.com November 30, 2010 Mr. John Cahill City of Carlsbad 1 635 Faraday Avenue Carlsbad, CA 92008 Subject: Scope of Work - Environmental and Final Design Engineering Services, Agua Hedionda Channel Dredging Project Dear Mr. Cahill: Maintenance of Agua Hedionda and Calavera creeks is critical to flood control in the City of Carlsbad (City). AECOM is thrilled to have been selected for the opportunity to continue supporting the City on this important drainage project. Per your request, our comprehensive scope of work is provided as Attachment 1 . This scope of work is consistent with the scope provided in our proposal dated November 15, 2010. Based on the City's direction, the scope also includes an optional task for beach replenishment permit renewal. A comprehensive fee estimate and rate sheets for AECOM, Brown and Caldwell, and West are also provided (Attachment 2), as well as an updated project schedule to reflect the anticipated start date of December 15, 2010 (Attachment 3). We look forward to continuing our partnership with you on this important project. Sincerely, Michelle Fehrensen Teri Fenner Project Manager Principal Attachments: 1 . Scope of Work 2. Fee Schedule and Rate Sheets 3. Schedule /f ATTACHMENT 1 AECOM AGUA HEDIONDA CHANNEL DREDGING PROJECT SCOPE OF WORK November 30, 2010 The AECOM team appreciates the opportunity to support the City in completing the final steps in the process of dredging the Agua Hedionda and Calaveras creek channels to ensure adequate flood control in developed neighborhoods. Our approach to the requested scope of work is based on our history working on the project and our review of the most current information. Our approach contains 8 parts within which there are 3 optional elements clearly noted. Part 1 - Mitigation Plan AECOM's restoration ecologists and landscape architects will work collaboratively to produce draft and final mitigation plans that reflect unique site conditions that benefit from our vast local experience in wetland mitigation design, implementation, and monitoring and maintenance, and will facilitate a smooth regulatory process. AECOM will proceed through the mitigation planning process in four main steps. Background Research: The AECOM team will review available information relevant to the mitigation need, process, and selected site. Our history with the project provides us a head start on this task that will help us quickly move forward into the next step in the process. Draft Mitigation Plan: AECOM will prepare a draft conceptual mitigation plan for the Robertson Ranch site. The Glenn Lukos and Associates conceptual restoration plan provides a good starting point for this effort by outlining the opportunities for wetland restoration on the site. From that starting point, AECOM will develop a complete conceptual mitigation plan that meets the requirements of the USAGE, CDFG, and RWQCB. The plan will address both the restoration and enhancement activities proposed for the site and will include the following elements: a) Project description b) Existing condition of mitigation sites c) Project goals d) Implementation plan, including requirements for site preparation, erosion control, planting, seeding, and irrigation e) Success criteria f) Maintenance, monitoring, and reporting requirements g) Figures/maps depicting the restoration and enhancement areas Agua Hedionda Channel Dredging Project Page 1 AECOM 2. Contract Attachments changes accepted.doc AECOM assumes that California Rapid Assessment Method (CRAM) evaluation of the mitigation site as it proceeds through its maintenance and monitoring period will be required by agencies. AECOM will identify reference sites during initial plan fieldwork and include CRAM assessment of two reference sites as part of the preparation of the initial draft conceptual mitigation plan. By including this effort up front, AECOM will prevent any potential schedule delays and will also minimize costs by conducting the assessments during initial plan preparation fieldwork. AECOM will prepare a submittal package for agency review that includes the draft conceptual mitigation plan and other relevant background data necessary for review of the plan. We anticipate preparing four copies of the submittal, which includes a master copy for the City. AECOM will be available to attend up to three (3) meetings with the resource agencies (in the field or office), as described further in Part 2 of this proposal, to review comments on the draft plan. Final Mitigation Plan: One round of comments (coordinated comments from the resource agencies and the City) on the plan is assumed to be necessary. Following receipt of comments and concurrence from the City, the final mitigation plan will be prepared and submitted to the resource agencies and the City. Construction Drawings and Specifications: AECOM will prepare construction drawings and specifications based on the approved final mitigation plan. Based on site needs, we anticipate preparing a construction document set with the following components: • Layout plans: Will show the location of all site elements, including fencing, signage, staging areas, access points, and any other critical information not shown on other plans. • Planting plans: Will show the size, type, and location of plant material (container plants and seed). Plans will show planting zones for target habitats and implementation strategies that correspond to typical details that illustrate planting patterns for each. • Irrigation plans: Will identify necessary components and facilities for a temporary automatic irrigation system. Plans will show sprinkler head layout, piping, valves, controllers, and other required components, along with equipment performance requirements for each component. This task assumes a suitable irrigation point of connection will be identified by the City. • Details and notes: Necessary details and notes will be provided to adequately illustrate the intended design to contractors. Regional standard details will be used to the extent possible. AECOM's custom details for restoration projects will be used where regional details do not apply. • Specifications: Will include supplemental specification language sufficient to bid and construct the mitigation project. Agua Hedionda Channel Dredging Project Page 2 AECOM 2. Contract Attachments changes accepted.doc Brown and Caldwell will prepare and incorporate the approved mitigation plan and corresponding specifications into the final construction design package. The construction cost estimate will reflect additional components necessary for construction of the mitigation site. It is assumed that one general drawing (property and limit lines, signage), as well as one grading and drainage plan, and a sediment and erosion control plan will be prepared. Brown and Caldwell will submit final drawings in Mylar (standard sizing) to match the engineering drawing package. The final drawings will be stamped and signed by the responsible engineer (Brown and Caldwell) or landscape architect (AECOM). Deliverables: • Draft (80 percent) mitigation site construction document set - Three hard (3) copies (bond paper) for City for review and comment • Final (100 percent) mitigation site construction document set - Three (3) hard copies (2 on bond and 1 on Mylar) and a digital copy in PDF format Part 2 - Resource Agency Permits for Channel Dredging - Tasks a and b Final permit attainment is required to proceed to the construction phase of the project. While several project approvals have been secured (City Coastal Development Permit, EIR certification), wetland permitting approvals have not yet been obtained. Permit applications for this project component were submitted in October 2008 and included a 404 Individual Permit Application to the USAGE, a 401 Water Quality Certification Application to the RWQCB, and Streambed Alteration Agreement Notification Package to the CDFG. These permit applications have been on hold pending further mitigation planning. The key to successfully meeting the schedule on this project will be timely and diligent work with the resource agencies. As a part of this effort, AECOM will immediately reengage the resource agencies upon receipt of the Notice to Proceed (NTP). This reengagement will involve phone calls to each of the resource agency representatives formerly working on the project to confirm their continued involvement, or identification of a replacement representative. Previous project contacts included Kari Coler (USAGE), Mike Porter (RWQCB), Tamara Spear (CDFG), and Marci Koski (USFWS). AECOM is aware that Tamara Spear is no longer employed by CDFG and will identify the new CDFG point of contact for the project. Upon completion of phone call reengagement, email notification of the planned schedule for submittal of the mitigation plan, landscape plans, and beach disposal plans will be provided. This schedule will include deadlines for agency representative review and will outline a timeframe for response to any comments, and preparation of final plans for approval. At the time of this email, we will also request that agencies review their permit application files and notify us as soon as possible of any other lingering permit requirements/gaps that will be required prior to permit issuance. This request will ensure agencies review project files immediately and reduce the likelihood of delay in permit issuance. AECOM will address questions, comments, or permit requirements related to the mitigation planning and Brown and Agua Hedionda Channel Dredging Project Page 3 AECOM 2. Contract Attachments changes accepted.doc Caldwell will address questions, comments, or permit requirements of the resource agencies related to the design drawings. Upon approval by the City of the draft mitigation plan and associated construction plans and specifications, a field meeting will be scheduled with all approving resource agencies. It is assumed this will include the CDFG, RWQCB, and USAGE. In addition, the USFWS will be included as an informal consulting agency, if no special-status species trigger formal consultation. Due to the critical timing of this project, multiple field meetings may be required to accommodate all agency representatives. It is anticipated that two to three meetings may be necessary. Prior to the meeting(s), the draft mitigation plan and construction documents will be provided electronically to the resource agencies. The key AECOM staff, Dick Rol (Landscape Architect) and Jim Prine (Mitigation Specialist) will be present to discuss the details of the mitigation proposal with the agencies. Upon conclusion of this meeting, AECOM will request comments from agencies on the draft mitigation plan. AECOM will work diligently to revise plans as necessary and submit a final mitigation plan and construction documents to the resource agencies. AECOM will draft a letter for City Project Manager signature, requesting timely approval of these plans and issuance of project permits. The schedule will be reiterated in this letter. The letter and plans will be provided to the resource agencies electronically and in writing. Once the letter is submitted, AECOM's Project Manager will follow up persistently with the resource agency representatives, to obtain timely permit approvals. The schedule does not allow for another review by the agencies of plan documents, so AECOM will work to address agency comments at the draft phase, to prevent the need for further revisions. This review will include an in- person meeting or conference call with the agencies to review and address their comments and obtain concurrence on the final revisions prior to submittal of the final version. Permit issuance is the greatest schedule constraint. Unpredictable workloads for agency representatives can result in delay of project approvals. AECOM's Project Manager will work diligently to respond to agency requests, aggressively monitor the schedule, offer services (drafting of documents/text, map generation, etc) and keep the City Project Manager abreast of any issues that have the potential for schedule delay. Our strong working relationships, commitment to complete and thorough work products, and proactive approach to agency negotiations will be beneficial to the City in obtaining fair and timely permits for the project. Part 2 - Resource Agency Permits - Task c. It is understood that the Agua Hedionda Channel Dredging Project will require complex construction staging and an effective erosion and sediment control plan. To address these issues, Brown and Caldwell will develop one draft and one final Storm Water Pollution Prevention Plan (SWPPP) in compliance with the State Water Resources Control Board (SWRCB) General Construction Permit that will phase dredging and construction activities, identify temporary stockpile locations and contractor staging areas (subject to City approval), and provide effective deployment of best management practices (BMPs). After City approval, it is anticipated that Brown and Caldwell will be required to submit the required Notice of Intent Agua Hedionda Channel Dredging Project Page 4 AECOM 2. Contract Attachments changes accepted.doc (NOI), along with a copy of the SWPPP, to the SWRCB for review, approval, and issuance of an approved construction permit. Ten (10) copies of the approved SWPPP will be prepared and submitted to the City. The City will pay the cost of all associated permit application fees. Deliverables: • Up to three field meetings with the resource agencies • Estimated weekly phone calls with the resource agencies • Draft and Final SWPPP • SWRCB NOI • 404 Permit from the USAGE, 401 Certification from the RWQCB, and Streambed Alteration Agreement from the CDFG Part 3 - Alternative for Beach Disposal of Dredge Materials (Optional Element for Wave Runup Analysis) The City of Carlsbad has an approved program to allow for opportunistic beach nourishment with construction project spoils if the material is appropriate quality. The Carlsbad Opportunistic Beach Fill Program is derived from the statewide SCOUP. An MND for the City's program was approved by Carlsbad in May 2006 and permits from state and federal agencies were issued that same year. The program has a 5-year span so the current authorizations will expire in 2011, but it is possible to extend those permits (not a part of this proposal). No material has been placed in Carlsbad under this program to date and none are anticipated in the near term. The existing program allows for up to 30,000 cy of material (initial volume) with up to maximum 25 percent fines to be placed on the South Carlsbad receiver site between September 15 and March 15. (This initial volume is lower than the maximum 150,000 cy annually authorized by the program given this would be the first placement under the program.) Volumes and percentage fines authorized by the program vary by season and no placement is allowed during the summer months. As identified by AECOM during the DMP EIR, there is a possible opportunity for the channel dredge materials to provide beach nourishment materials under this program. The anticipated volumes are within the 30,000-cy range and the timing appears to be appropriate. Under this task, the AEOCM team would perform engineering support to determine if the dredged material would be appropriate, evaluate and gain approval on transportation routes, and prepare a dredge material disposal conceptual plan for use by the bidders. The benefits include more beach sand and reduced overhauling and disposal costs. AECOM and Brown and Caldwell will partner together, with optional support from WEST Consulting, for the timely completion of the beach disposal tasks. To take advantage of this opportunity, the following tasks will be performed: Agua Hedionda Channel Dredging Project Page 5 AECOM 2. Contract Attachments changes accepted.doc a) AECOM will complete a sampling and analysis plan (SAP) for the materials within the two creeks. The SAP is required under the program to confirm the material is appropriate for beach placement. Consistent with the SAP, samples of proposed dredged material will be assessed for (1) physical properties, (2) chemical properties, and (3) biological properties and effects. Information on grain size (percent sand, silt, clay), percent solids (dry matter), density/specific gravity, and organic matter (as total organic carbon) would be provided for all samples All samples will undergo metals analysis, but site history and organic matter concentration will be used to assess whether organics analysis would be required. Organics testing might include polychlorinated biphenyls, dioxins/furans, organochlorine pesticides, organophosphorous pesticides, semivolatile organics (including polyaromatic hydrocarbons and tributyl tin), and volatile organic compounds. If levels of organics or metals indicated a potential toxic effect, assessment of the toxicity of the sediment to benthic microinvertebrates may be needed. Brown and Caldwell will support AEGOM to address engineering issues related to the field sampling and analysis. At least one site visit/investigation will be required of the project team to determine appropriate sampling locations. The SAP and results will be submitted for approval by the USAGE and U.S. Environmental Protection Agency. b) Brown and Caldwell will determine the amount of dredged material required for removal, as well as prepare exhibits and cross sections as required to determine locations of clean sand and spoil materials for disposal. As noted in the introduction, previous estimates for dredged material are approximately 28,000 cy from the channels, which may be viable for beach nourishment and approximately 5,000 cy from the access road that may not be viable. This will be detailed by Brown and Caldwell. c) Brown and Caldwell will assist in the preparation of the conceptual plan for transportation and placement of dredged materials on the identified South Carlsbad receiver site. This public beach receiver site is located along Carlsbad Boulevard, just north of Encinas Creek. The product will be a dredge material disposal conceptual plan consisting of one general exhibit and two drawings (traffic route for hauling and beach disposal). The team will develop exhibits, drawings, or other relevant documents deemed necessary to provide sufficient detail for this conceptual plan. The Carlsbad Opportunistic Beach Fill Program MND identified several truck haul routes and a beach ramp to access the receiver site. Based on that information, the likely haul route for beach disposal of proposed project material is a circular route from the site to El Camino Real, Cannon Road, South Carlsbad Boulevard; then down a temporary ramp constructed north of Encinas Creek; back to Carlsbad Boulevard; and to the site via Palomar Airport Road to College Boulevard. Agua Hedionda Channel Dredging Project Page 6 AECOM 2. Contract Attachments changes accepted.doc d) After approval by the resource agencies involved with this disposal option, and City concurrence of the dredge material disposal conceptual plan, Brown and Caldwell will prepare and incorporate the approved plan, drawings, and corresponding specifications into the overall design package. The construction cost estimate will reflect additional components necessary for implementation of the dredge material disposal conceptual plan e) It is assumed that one general exhibit, six design drawings, and a conceptual traffic plan will be prepared. Brown and Caldwell will submit final drawings in Mylar (standard sizing) to match the engineering drawing package. The AECOM team has included WEST on the team to perform a wave runup analysis if requested by the Agencies (optional item). WEST will review and update the wave runup calculations, as needed, for the wave runup level exceeded by 2 percent of the incoming waves. The factors used in the wave runup calculations that are changed by the proposed beach replenishment, will be modified from the 2009 analysis they performed for the Encinas Creek Bridge Project. The significant wave height and wave period will be based on data available online from the National Oceanic and Atmospheric Administration (NOAA) and a 1991 Storm and Tidal Wave Study by the USAGE for the San Diego region. The depth-limited design sea state assumption will be reviewed and updated with the latest information, if appropriate, for development of the design wave height. A brief technical memorandum will be prepared as a PDF document and submitted via email. WEST will coordinate and correspond (email, phone), as needed with AECOM and the City of Carlsbad. As part of this task the AECOM team will also be prepared to summarize the requirements of the program that must be included in the plans and specifications for the bid package. These include requirements for surveyed beach profiles before placement, immediately following placement, and 1 year after placement, as well as other biological monitoring from the MND and applicable permit conditions. Those requirements would be implemented by the contractor. Deliverables: . Draft and Final SAP • Identification of dredge volumes, and information on the quantity of clean, beach-quality sand as well as material suitable for landfill disposal • One general exhibit, six design drawings, and a conceptual traffic plan. Construction specifications based on monitoring requirements form the Opportunistic Beach Fill Program MND and permits (as extended beyond 2011 expiration) • Brown and Caldwell to submit final drawings in Mylar (standard sizing) to match the engineering drawing package • Wave runup analysis (optional) Agua Hedionda Channel Dredging Project Page 7 AECOM 2. Contract Attachments changes accepted.doc Part 4 - Engineering Requirements As the "Engineer of Record," Brown and Caldwell will be responsible for revisions and updates to the design plans, specifications, cost estimates, and overall bid package. During this task, AECOM will provide support and collaboration on conceptual drawings and specifications as may be required to complete the overall bid package. a) Construction Plans and Specifications. Brown and Caldwell will take the lead in updating the overall design package. Construction plans and specifications will be revised based on current design requirements (2009 "Greenbook") or equivalent. One complete set of final drawings on Mylar, standard size, with City title block ready for City signature, will be provided. In addition, one "camera ready" set of specifications (8.5" by 11" format) and one electronic version will be provided on CD. It is assumed that the City will provide electronic copies of any recent changes to the City's contract documents or other bidding documents required to complete the bidding package. It is assumed one City team meeting will be required to complete the bid documents. b) Construction Cost Estimate. As previously discussed, Brown and Caldwell prepared the original construction cost estimate (in 2008 dollars). Thus, the firm will take the lead in updating the construction cost estimate to a July 1,2011, bid timeframe. It is assumed that at least one team meeting will be required to prepare the construction cost estimate. c) Mitigation Plan. Plans and specifications related to the approved Mitigation Plan will be incorporated into the overall design package. An addendum to the construction cost estimate will be generated for the Mitigation Plan drawing. Revisions will be based on current design requirements (2009 Greenbook) or equivalent. d) Resource Agencies/Stakeholders Approvals. Brown and Caldwell will take the lead in preparing revisions to the construction plans, specifications, and construction bid package arising from comments, requests, or approvals by the resource agencies to the mitigation plan, dredge material disposal conceptual plan, and permitting requirements. e) Alternative Bid Item. At the request of the City, Brown and Caldwell will prepare an alternative bid item and construction cost estimate that will reflect components necessary for implementation of the dredge material disposal conceptual plan for beach replenishment and disposal. The plan will incorporate the corresponding specifications, travel routes, and disposal options as a stand-alone alternative bid item. Deliverables: • One final set of construction plans and specifications (Mylar, standard size) Agua Hedionda Channel Dredging Project Page 8 AECOM 2. Contract Attachments changes accepted.doc • Specifications (One camera-ready, 8.5x11"; one CD) • Final engineers cost estimate • Alternative bid item and construction engineers cost estimate for beach sand disposal Part 5 - Other Requirements AECOM will provide comprehensive project management and support services to the City under this contract. Michelle Fehrensen will ensure effective lines communication remain in place, including routine meetings and conference calls, to facilitate progress on a project with an aggressive schedule. She will use multiple tools to assist her in effectively tracking project status, including Microsoft Project and Vision Planning. These tools will be used to manage the schedule and budget, respectively. The AECOM team will support the City during the bid period, concluding with the award of the construction bid by the City. This support will include attendance at the Pre-Bid Meeting by Chris Herencia (Brown and Caldwell Engineer), Dick Rol (AECOM Landscape Architect), and Michelle Fehrensen (AECOM Project Manager). In addition, the project team will support the City in responding to written and electronic inquiries and clarifications regarding construction documents and, as applicable, preparing and distributing addenda to drawings and specifications related to the construction bid package. Brown and Caldwell has budgeted responses to a minimum of six (6) inquiries, via electronic media, revisions to two (2) drawings, and addendum preparation and distribution to all plan holders, if required. a) AECOM and Brown and Caldwell have provided a draft project schedule, including required environmental and engineering activities, as a part of this proposal (see Section 05). At NTP, AECOM will confirm this schedule in coordination with the City and Brown and Caldwell. This schedule will be updated on a monthly basis, or more frequently as needed, and submitted to the City on the first of every calendar month. b) AECOM and Brown and Caldwell will provide support at all project-related meetings required to complete the entire scope of services. An initial project kick-off meeting will be scheduled upon receipt of NTP and will include representative team members from the City, AECOM, and Brown and Caldwell. Attendance at additional meetings will depend on the content being discussed and may include the Engineer, Project Manager, Landscape Architect, and/or Mitigation Specialist. Meetings may occur in office and/or over the phone. AECOM will provide conference calling services for and teleconferences required. Deliverables: • Monthly Schedule Updates Agua Hedionda Channel Dredging Project Page 9 AECOM 2. Contract Attachments changes accepted.doc • Monthly Status Reports highlighting Tasks Completed That Month, Tasks Anticipated the Following Month, and Any Issues/Concerns • Project Kick-Off Meeting • Pre-Bid Meeting • Up to five other project-related meetings (in addition to the three resource agency meetings outlined in Part 2 - eight meetings total) Part 6 - Additional Task - Landscape Revegetation Drawings AECOM understands that landscape revegetation drawings for Aqua Hedionda and Calavera creeks will be required by the resource agencies for permit attainment. These landscape revegetation drawings and specifications are required for vegetated areas that would be temporarily impacted by dredging activities and are a separate task from mitigation planning efforts for the parcel on Robertson Ranch (Part 1). AECOM's landscape architects and restoration ecologists will collaboratively prepare landscape revegetation plans for the temporary impact areas in the channels. The plans will focus primarily on establishing permanent native vegetative cover to minimize erosion and simultaneously retain channel capacity. We anticipate the revegetation area to remain unirrigated throughout the establishment period; thus no irrigation plans will be prepared. AECOM will prepare a planting strategy that (1) will perform well under unirrigated conditions, (2) is appropriate for a stream/riparian zone, (3) provides good erosion control benefits in both the short term and long term, and (4) is compatible with the function and maintenance of the channel for flood control. The revegetation plan will consist of construction drawings and specifications outlining the planting effort and plant establishment period. Drawings will consist of (1) a planting plan that describes the size, type, and location of plant material and/or seeding to be installed and (2) details and notes as necessary. The planting plan will include clear work limits, planting legends, and seed mix tables and will outline different planting zones to the extent needed, but individual plant locations will not be shown. Specifications are anticipated to rely primarily on the City's standard specifications. Drawings and specifications will be prepared and signed by AECOM's Landscape Architect. Drawings will be prepared at a scale and size to match the engineering drawing package and will be seamlessly incorporated. Drawing submittals will be made at 80 percent (Draft) and 100 percent (For Construction) completion. Deliverables: • Draft 80 percent landscape planting plans - Three hard (3) copies (bond paper) for City for review and comment Agua Hedionda Channel Dredging Project Page 10 AECOM 2. Contract Attachments changes accepted.doc • Final (100 percent) landscape planting plans - Three (3) hard copies(2 on bond and 1 on Mylar) and a digital copy in PDF format • AECOM will coordinate with Brown and Caldwell to incorporate the landscape planting plan into the final construction bid package Part 7 - Additional Task - Protocol and Preconstruction Species Surveys (Optional Element for Southwestern Willow Flycatcher) AECOM is aware of habitat that is suitable to support federally listed and state-listed, threatened and endangered bird species near both the proposed channel dredging site and at the mitigation site. Surveys for least Bell's vireo and southwestern willow flycatcher were performed in 2005 at the project site. However, no surveys were conducted on the mitigation site. The City has indicated that protocol surveys, as required by the City's habitat management plan (HMP) are a service they will require for the mitigation site. To date, the City has specified the need for protocol surveys for the least Bell's vireo and coastal California gnatcatcher on the mitigation site. AECOM understands, based on presence of suitable habitat and HMP requirements, that surveys for the southwestern willow flycatcher will also be required. Accordingly, AECOM will perform protocol surveys for coastal California gnatcatcher, least Bell's vireo, and southwestern willow flycatcher. The latter, only if confirmed by the City. Protocol-level surveys are not required for compliance with the City's DMP EIR at the channel dredging site. Rather, preconstruction surveys are specified for California gnatcatcher, least Bell's vireo, and southwestern willow flycatcher. Assuming no significant lapse of time between protocol surveys at the mitigation site and initiation of construction activities, preconstruction surveys for these species can be conducted for the channel dredging project area at the same time as protocol surveys for the mitigation site, at no additional cost to the City. If timing of protocol surveys does not allow preconstruction surveys to occur simultaneously, then the contractor would have to perform the preconstruction surveys to remain in compliance with the DMP EIR. In accordance with USFWS protocol as described in the table below, species-specific surveys will be conducted for these listed species within suitable habitat at the mitigation site. Surveys will be conducted as early as possible within the allowed protocol survey windows. The survey area includes the Robertson Ranch property and a 500-foot buffer of these areas. For added efficiency, surveys for least Bell's vireo and southwestern willow flycatcher (if authorized) will be conducted concurrently. For fieldwork, permitted individuals (as appropriate) will perform the required number of site visits and complete data sheets/notes for all the species surveyed. The table below provides an overview of the requirements for these bird species. As required by the USFWS, a report documenting survey results for each species will be submitted 45 days after surveys are complete. Due to timing restrictions in protocol requirements, protocol level surveys will be completed in early July which is the same month as the construction bid. For maximum flexibility, AECOM will work with the City and Brown and Caldwell to develop specification language that would address both positive survey and negative survey result scenarios. In addition, AECOM will Agua Hedionda Channel Dredging Project Page 11 AECOM 2. Contract Attachments changes accepted.doc update the City and Brown and Caldwell after each field survey. Should a field survey (protocol or preconstruction) identify presence of a listed bird species, revisions to the specifications and construction schedule will be initiated promptly. These modifications can run concurrent with field survey completion, to minimize any potential schedule delays. Deliverables: • Draft and Final 45-Day Reports (least Bell's vireo, and southwestern willow flycatcher [if authorized], coastal California gnatcatcher). Table 1. USFWS Protocol Survey Summary Table Coastal California Gnatcatcher February 15- August 31 Between 6:00 AM and 12:00 PM At least 1 week apart Suitable habitat occurs at the Robinson Ranch Mitigation Site. Surveys initiated at onset of survey window (2/15). Least Bell's Vireo (LBV) April 10- July31 Dawn and 11:00 AM At least 10 days apart Suitable habitat occurs at the Robinson Ranch Mitigation Site and within the southern portion of the project site. Surveys initiated at onset of survey window (4/10). Last 5 surveys concurrent with SWFL. Southwestern Willow Flycatcher (SWFL) May 15- July17 Half-hour before dawn to 10:00 AM Three separate survey periods, with 1 or 2 surveys per period* Suitable habitat occurs at the Robinson Ranch Mitigation Site and within the southern portion of the project site. Surveys initiated at onset of survey window (5/15). Concurrent with LBV. *0ne survey must occur between May 15 and June 1, two surveys must occur between June 1 and June 24, and two surveys must occur between June 24 and July 17. Agua Hedionda Channel Dredging Project 2. Contract Attachments changes accepted, rfoc Page 12 AECOM Part 8 - Renewal of Resource Agency Permits for City of Carlsbad Opportunistic Beach Fill Program (Optional Part) If authorized, AECOM will assist the City in renewal of resource agency permits for the City's Opportunistic Beach Fill Program. A table of permits to be renewed, their expiration dates, and the anticipated renewal process is provided below. Table 2. Resource Agency Permits for Opportunistic Beach Fill Program ... - - . .PerreSt Coastal Development Permit (CDP 06-02) Coastal Development Permit (No. 6-06-048) Clean Water Act 404 Permit (No. 200601 161- CLK) 401 Water Quality Certification (Certification No. 06C-050) Project Approval Letter (04/05-SD-14) State Lands Lease Agreement (PRC No. 8718.9) x - . :Jk®M®r . - City of Carlsbad California Coastal Commission (CCC) USAGE RWQCB California Department of Parks and Recreation State Lands Commission (SLC) Ixpiratioa Date ,, -• May 17, 2011 October 11, 20 11 May 21, 2017 Issued on March 23, 2007 (permit states 5 year project) No expiration date in Letter, however letter indicates State Parks must be notified if project is substantially delayed October 11, 2011 A . ,' . ' ilMiMvi^PlBCNMI*.:.. ',;...:; Permit extension will be requested via application at least 90 days prior to expiration. Extension of time is only valid for 1 year. AECOM anticipates a new application for permit will be required to obtain a 5 year permit. This will be confirmed at a project meeting. No permit renewal required - permit valid for 10 years An amendment to be obtained via a letter to the RWQCB. Letter request to be prepared for continuation of approval. Amendment to existing lease via completion of application. Of note, the permit extension process is anticipated to include a letter to each agency indicating the City's desire for a time extension and reference to/attachment of the original permit. In the case of the SLC, an application for lease amendment will be required. In the case of the City of Carlsbad, an application for extension will be required. For the CCC, AECOM anticipates that a new application for permit will be required as noted in the table above. AECOM will confirm this at one meeting with the CCC. The new application will include all of the required submittal components, including a public notice package and will attach the previous permit, Opportunistic Beach Fill MND, and other existing information. No new evaluation is anticipated to be required and the project is anticipated to go on Consent at the CCC Hearing. In addition, the City will pay all permit application fees associated with renewal or extension of permits. Agua Hedionda Channel Dredging Project 2. Contract Attachments changes accepted.doc Page 13 AECOM Deliverables: Draft permit amendment request packages provided to the City digitally. Two hard copies of each final permit amendment request will be provided to the City for submittal to each associated permitting agency. Draft CCC permit application package provided to the City digitally. Two hard copies of final permit application will be provided to the City for submittal to the CCC. One meeting with the CCC. Follow-up phone calls for a period of 4 months to encourage agency responsiveness to requests (assumes no major agency controversy). Permit Extensions from the City of Carlsbad, RWQCB, California Department of Parks and Recreation, and SLC. A new 5 year permit from the CCC. Agua Hedionda Channel Dredging Project Page 14 AECOM 2. Contract Attachments changes accepted cfoc Ib ATTACHMENT 2 AGUA HEDIONDA CHANNEL DREDGING PROJECT FEE FOR SERVICES AECOM is committed to providing comprehensive services and competitive pricing. For this contract we have established a highly competitive rate structure and cost estimate and will bill all reimbursables and subconsultants at cost. Below is a summary of fees by task to perform the services requested. In addition to the services requested, AECOM believes that protocol surveys for southwestern willow flycatcher may be required for project approvals and has identified this as an optional task. A wave runup analysis has also been included as an optional task, should it be required. In addition, per the City's request, an optional task for permit renewal for the City's Opportunistic Beach Fill Program has been included. A detailed cost proposal is provided, listing all personnel, hours, hourly rates, plus miscellaneous costs for the AECOM Team. The first spreadsheet illustrates all AECOM hours, with Brown and Caldwell and WEST lump sum for under subconsultants. Separate pages provide the fee estimate for both these team members. For complete disclosure, fee rate sheets for AECOM, Brown and Caldwell, and WEST are provided as well. Agua Hedionda Channel Dredging Project AECOM 2. Contract Attachments changes accepted.doc Agua Hedionda Channel Dredging Project Fee Proposal Pagel of 2 Submitted by: AECOM Team AECOM Rate Project Director $170 Project Manager $120 Beach Nourishment Advisor $180 Senior Landscape Architect $1 5C Senior Restoration Ecologist $160 Environmental Analyst II $90 Senior Environmental Assessor $135 Environmental Assessor $105 biologist III Environmental $100 Biologist II Environmental $90 Designer II Landscape $80 GIS Specialist 1 $80 Technical Editor $95 Word Processor II $75 F0T*tAi8SG!8JiABW • 1 - • ~ • • *~. Sub-Consultants Rates Brown and Caldwell * West Engineers (optional) * SlBM^iKSUuSPMjQST '«,-,',,;,,, , , ",.',. ,1 TOTAL SUB-CONSULTANT COST 'reject Expenses Equipment Rental •teprographics/Photo Copies per page: B&W8.5X11 $0.10 Color 8.5x11 $0.95 Color 11x17 $1.35 VehWe Use (Rental at cost, Company 4X4 $75) $75.00 Miscellaneous (gas and laboratory testing) 'WSJSJCfSPPiNSKSCSPF * >-- :,- ' ,';,',' -,^_ TOTAL PROJECT EXPENSES COST TOTAL FEE (WITHOUT OPTIONAL TASKS) TOTAL FEE (OPTIONAL TASKS) KK^ij^i; ... ' ;ONTINGENCY (10%) ajHfflSk M ,„. . - Part 01 MltlgaiMn Pan & Drswiaqs Hours Costs 4 $680 12 $1,440 144 $21,600 26 $4,160 46 $4,140 214 $17,120 40 $3,200 8 $760 8 $600 - -T W- '.HWUSK Part 01 $15,446 ', : '. • i >.. ..' iip«5 ! 15,446 Cost " * ' ' • ~~ >'/>* - [l $69,146 , y®,w ' < , , Part 02 Hours Costs 4 $680 40 $4,800 12 $1,800 12 $1,920 40 $3,600 10 $1,000 2 $190 2 $150 •;:'-"•• -S22- ,; 1-1^146 Part 02 $13,113 - ,,'••- i, fs.iia $13,113 Cost 100 $10 50 $48 3 $225 >,'„,' • • ,» '-, ',-W® $283 $27,536 , J2?,S36 - ',.' Part 03 Hours Costs 4 $480 16 $2,880 16 $1,440 16 $2,160 24 $2,520 --- , , t$ -> -Wfim Part 03 $19,228 •' „- , 419,228: $19,228 Cost 40 $4 $10,000, • ; j -:, ••-•-, mm $10,004 $38,712 ,5S8i?tJ Part 04 Hours Costs 4 $680 16 $1,920 '„ 20" ,-,^,189 Part 04 $41,178 '-" • |41i??S $41,178 Cost t ',':'•• • '• ": $43,778j fSPW Part 05 Oshsr Rf (iiiirsmesrts Hours Costs 12 $2,040 40 $4,800 ( '• 52 , -- ?-9HM Part 05 $19,424 '•--••- • I4SS24 $19,424 Cost ' • -; , ~f a ' ,, $26,264 526.264 Part 06 Hours Costs 2 $340 4 $480 24 $3,600 10 $900 60 $4,800 ", : ; W , $1&t2G Part 06 Cost •'':.: :.. ••'• "- ':"'• $10,120 PPS85 " ASSUMPTIONS: 'Detailed cost estimates for Brawn and Caldwell and West are provided on the following pages. "Based on concurrent field survey with LBV. No field time included in this task. 3 hard copies of draft and final mitigation plans, landscape drawings, SAP, 8 project related meetings (3 agency and 5 other) Estimated weekly phone calls Assumes no irrigation for landscape drawings "'Assumes CCC will require new permit and all other remaining permits can be extended. Assumes no attendance at CCC Hearing, as project is exptect to go on consent. City to pay all permit fees Optional parts to be authorized by the City in advance Final Agua Hedionda Fee Proposal - wlab Agua Hedionda Channel Dredging Project Fee Proposal Page 2 of 2 Submitted by: AECOM Team AECOM Rate Project Director $170 Project Manager $120 Beach Nourishment Advisor $1 80 Senior Landscape Architect $150 Senior Restoration Ecologist $160 Envronmental Analyst II $90 Senior Environmental Assessor $1 35 Environmental Assessor $105 Sicrogist III Environmental $100 Biologist II Environmental $90 Designer II Landscape $80 GIS Specialist I $80 Technical Editor $95 Word Processor II $75 f0WMSMiy»P8 ' ' Part7a 0:»tc;s-!d!« ami IKS!. Scli's v'ireo Hours Costs 4 $480 80 $8,000 140 $12,600 32 $2,560 10 $950 16 $1,200 , M , . . J2SBO OPTIONAL Part 7b Prolog £>;fv<!v'si - SW iViiiiivv Flycatcher'4 Hours Costs 2 $240 5 $500 32 $2,880 16 $1,280 5 $475 8 $600 - ® sssis OPTIONAL Part 3d Wavs Rue Up ApaJysb Hours Costs OPTIONAL Part 8 &*»•;!! «aWKKf;f!,is!i» Saasn Fs> P«n>S!s'" Hours Costs 60 $7,200.00 30 $5,400.00 120 $10,800.00 24 $1,920.00 16 $1,520.00 30 $2,250.00 Mi tB,<8&,06 Total AB TiS'fi Hours Costs 26 $4,42t 182 $21,840 46 $8,280 180 $27,000 38 $6,080 176 $15,840 16 $2,160 24 $2,52C 95 $9,500 228 $20,520 274 $21,920 112 $8,960 41 $3,895 64 $4,800 *^-,,i--,i,M,?tMS Sub-Consultants Rates Brown and Caldwell * West Engineers (optional) * 8iS-efiHBUtfWfT$0S1f"- ' . „ ''' TOTAL SUB-CONSULTANT COST Part7a OPTIONAL Part 7b OPTIONAL Part 3d $8,330.00 - . *. S833W) $8,330.00 OPTIONAL Part 8 Total $108,38! $8,33C J1WJ1S $116,71! "reject Expenses Equipment Rental Reprographics/Photo Copies per page: B8.W8.5x11 $0.10 Color 8.5x11 $0.95 Color 11x17 $1.35 Vehicle Use (Rental at cost, Company 4X4 $75) $75.00 Miscellaneous (gas and laboratory testing) *f®jS&&y>8iimm<®$F 'f. ' '-' ' TOTAL PROJECT EXPENSES COST Cost $300 400 $40 100 $95 150 $203 11 $825 $300•'•, - , mM $1,763 Cost $150 200 $20 50 $48 75 $101 IS $319 Cost , , Cost 100 $10.00 20 $19.00 20 $27.00 $SS.SO. $56.00 Cost $450 840 $84 220 $209 245 $331 14 $1,050 $10,300, ' - .mm $12,424 TOTAL FEE (WITHOUT OPTIONAL TASKS) $27,553 TOTAL FEE (OPTIONAL TASKS) 30NTIN6ENCY(10%) 5SftSBl$f8L:;*,' „': >'*<• /'<> 'i ^ *-*€;X::; *',"/*:?, ',*«* "''J '>'*>,";- '..*' $6,294 $8,330 .':.'.• '..^:..v. .n;,,'T'T'ii-rfi $29,146 ; ^ {,.:...-. \f..-.^-n ...<~n $243,108 $14,624 $25,773 '~- '....:.. HM38 ASSOMP770NS: 'Detailed cost estimates for Brown and Caldwell and West are provided on t "Based on concurrent field survey with LBV. No field time included in this t; 3 hard copies of draft and final mitigation plans, landscape drawings, SAP, 8 project related meetings (3 agency and 5 other) Estimated weekly phone calls Assumes no irrigation for landscape drawings '"Assumes CCC will require new permit and all other remaining permits ca City to pay all permit fees Optional parts to be authorized by the City in advance Final Agua Hedionda Fee Proposal - wlab $196.00 $236.00 $148.00 $148.00 $167.00 $189.00 $196.00 $126.00 $107.00 $126.00 100 Mitigation Plan 200 Resource Agency Permits 300 AH Beach Disposal 400 Engineering Requirements 500 Other Req'ts/Support 24 20 30 44 44 2 2 2 8 10 8 32 36 52 24 a 0 8 0 0 18 8 20 32 0 0 0 0 40 8 0 0 0 14 0 0 0 0 0 8 0 4 0 16 8 36 16 24 40 12 96 82 120 246 114 15,086 12,908 19,228 40,608 19,424 250 150 0 350 0 100 50 0 200 0 350 200 0 550 0 350 200 0 550 0 360 205 0 570 0 15,446 13,113 19,228 41,178 19,424 GRAND TOTAL 107,254 1,100 1,135 108,389 V V PHASE ASSUMPTION 100 Assumes preparation of the following items: One team meeting, one draft and one final exhibit One draft and one final mitigation plan (2 drawings each) Incorporation of the following AutoCADD drawings specifications (in MS Word format) received from Prime: One Grading & Drainage drawing, one Landscape drawing, one Irrigation drawing/details/Specifications. 200 Assumes preparation of the following items: One draft and one final SWPPP; water pollution control drawings (5 drawings) One draft and one final water pollution control drawings (5 drawings each) 300 Assumes preparation of the following items: One site visit, one team meeting, one draft and ohe final exhibit One draft and one final transportation plan (2 drawings each) Incorporation of AutoCADD Encinas Creek Beach (2 drawing each) and Specifications. 400 Assumes preparation of the following items: One draft and one final design plans and Specifications One draft and one final revised cost estimate (2011 dollars) in PDF Format Preparation of one draft and one final stand-alone alternative bid item (Dredge Material Disposal Conceptual Plan). 500 Assumes preparation of the following items: Participation in (1) pre-bid meeting (4 Mrs including travel time). Responses to requests for information (up to 6 inquiries) Revisions and addenda (up to two drawings) and Specifications Section Progress meetings (3 total). WEST 11440 West Bernardo Court Suite 360 San Diego, CA 92127-1644 fe, (858) 487-9378 COST ESTIMATE CONSUHANTS. INC. (858) 487-9448/ov Client/Job Name City of Carlsbad and AECOM Wave Run-up Analysis for Dredge Material Disposal Agua Hedionda Channel Dredging Project January 2010 Rates Hourly Rate A. LABOR COSTS TASK No. DESCRIPTION 1 (a) (b) 2 (a) (b) (c) 3 (a) (b) Meetings and Site Visit Project kick-off meeting and review meeting Site visit Subtotal Wave Run-up Analysis and Dredge Material Disposal Update wave height assumptions Perform updated wave run-up calculations - proposed conditions Review dredged material disposal plans, provide feedback/consultation Subtotal Technical Memo and Project Coordination Prepare technical memorandum Project coordination and correspondence Subtotal TOTAL HOURS TOTAL LABOR COST Associate 189.00 0 1 1 1 1 2 Project Manager 168.00 4 3 7 1 4 8 13 6 2 8 28 Senior Engineer 117.00 0 0 0 0 Hydro- logist 106.00 3 3 4 12 6 22 4 4 29 Clerical/ Technician 47.00 0 0 1 1 2 2 Total Task Hours 4 6 10 5 16 15 36 12 3 15 61 COST 672 822 1,494 592 1,944 2,169 4,705 1,668 383 2,051 $8,250 B. DIRECT COSTS Mileage (3 r/t) TOTAL DIRECT COST TOTAL FOR ALL TASKS COST 80 $80 $8,330 Updated: 11/15/2010 AICOM AECOM 1420 Kettner Boulevard Suite 500 San Diego, CA 92101 www.aecom.com 619.233.1454 619.233.0952 tel fax Agua Hedionda Channel Dredging Project Schedule of Fees Professional Services Principal I Principal II Beach Nourishment Advisor Project Director Project Manager Planner I Planner II Planner III Planner IV Senior Planner I Senior Environmental Assessor Environmental Assessor Environmental Engineer/Scientist I Environmental Engineer/Scientist II Environmental Engineer/Scientist III Environmental Planner/Analyst I Environmental Planner II Environmental Planner III Environmental Planner IV Senior Environmental Planner I Biologist I Biologist II Biologist III Senior Biologist I Senior Biologist II Landscape Architect Senior Landscape Architect Designer I Designer II Designer III Senior Designer Archaeologist/Architectural Historian I Archaeologist/Architectural Historian II Archaeologist/Architectural Historian III Archaeological Technician I Archaeological Technician II Archaeological Technician III $225 $265 $180 $170 $120 $80 $85 $115 $150 $180 $135 $105 $110 $125 $195 $80 $90 $125 $150 $170 $80 $90 $110 $145 $170 $115 $150 $75 $80 $130 $160 $75 $85 $155 $55 $60 $70 Technician Field Crew Chief CIS Specialist I CIS Specialist II CIS Specialist III CADD Specialist Programmer I Programmer II Graphic Artist Technical Editor Word Processor I Word Processor II Project Administration Intern Other Direct Costs AECOM 4x4 Vehicle Use (gas excluded) GPS System Use Disposable Camera Film Charge Facsimile $50 $65 $80 $100 $120 $65 $115 $150 $100 $95 $60 $75 $75 $50 $75.00 daily $75.00 daily $15.00 each $5.00 per roll $0.50 per page Invoices will be submitted on 4-week intervals for work in progress unless otherwise agreed. Invoices are due and payable within 30 days after invoice date. Fees are valid through December 31, 2011. Rates are subject to adjustment based on contract terms. O_wp_2011_11280123 Schedule ofFees.doc Brown and Caldweli Standard Schedule of Hourly Billing Rates November 12, 2010 A B C Drafter Trainee Assistant Drafter Drafter Engineering Aide Inspection Aide Engineer I Senior Drafter Senior Illustrator Inspector I Field Service Technician I Field Service Technician II Field Service Technician 111 Geologist/Hydrogeologist I Scientist I Senior Field Service Technician Office/Support Services I $59 Word Processor t Office/Support Services II $71 Word Processor II Office/Support Services III $80 Accountant I Word Processor III Office/Support Services IV $91 Accountant II Word Processor IV $107 Engineer I) Inspector II Lead Drafter Lead Illustrator Geologist/Hydrogeotogist I Scientist II Accountant III Area Business Operations Mgr Technical Writer Word Processing Supervisor $126 Engineer III Inspector III Senior Designer Supervising Drafter G Supervising Illustrator Senior Engineer Principal Designer Senior Construction Engineer H Senior Engineer Principal Engineer Principal Construction Engineer I Supervising Designer Supervising Engineer Supervising Constr. Engineer J Supervising Engineer K Managing Engineer Chief Engineer L Executive Engineer M Vice President Geologist/Hydrogeologist I Scientist III Senior Geologist/Hydrogeologist Senior Scientist Principal Geologist/Hydrogeologist Principal Scientist Supervising Scientist Supervising Geologist/ Hydrogeologist Managing Geologist/Hydrogeologist Managing Scientist Chief Scientist Chief Geologist/Hydrogeologist Accountant IV Administrative Manager Senior Technical Writer Corp.Contract Administrator Assistant Controller Area Bus Ops Mgr IV Corp Marketing Comm. Mgr. $148 $167 $189 $196 $219 $236 $252 WEST CONSULTANTS, INC. California 11440 West Bernardo Court Suite 360 San Diego, CA 92127-1644 858-487-9378 858-487-9448 Fax Arizona 8950 S. 52nd Street Suite 210 Tempe, AZ 85284-1043 480-345-2155 480-345-2156 Fax Oregon 2601 25th Street SE Suite 450 Salem, OR 97302-1286 503-485-5490 503-485-5491 Fax 10300 SW Greenburg Road Suite 470 Portland, OR 97223-5488 503-946-8536 503-946-8537 Fax Washington 12509 Bel Red Road Suite 100 Bellevue, WA 98005 425-646-8806 425-646-0570 Fax River Measurement A Division of WEST Consultants 811 NE 154th Street Vancouver, WA 98685-1347 360-571-2290 360-571-2291 Fax www.westconsultants.com Hydraulics Hydrology Sedimentation Water Quality Erosion Control Environmental Services 2010 RATE SCHEDULE POSITION Principal Associate Project Manager (Level 3) Project Manager (Level 2) Project Manager (Level 1) Senior Engineer (Level 2) Senior Engineer (Level 1) Staff Engineer (Level 2) Staff Engineer (Level 1) Hydrologist, Hydrologist, Hydrologist, Hydrologist, Hydrologist, Scientist (Level 5) Scientist (Level 4) Scientist (Level 3) Scientist (Level 2) Scientist (Level 1) Engineering Technician (Level 3) Engineering Technician (Level 2) Engineering Technician (Level 1) Clerical/Wordprocessor (Level 3) Clerical/Wordprocessor (Level 2) Clerical/Wordprocessor (Level 1) HOURLY RATE $250.00 $189.00 $182.00 $168.00 $153.00 $134.00 $117.00 $106.00 $95.00 $138.00 $120.00 $96.00 $72.00 $62.00 $88.00 $74.00 $62.00 $61.00 $47.00 $38.00 Travel and Per Diem*: Airline Actual Cost Automobile Mileage $0.50/mi Per Diem as per PARS Regulations or Contract. Incidentals - receipts provided for expenses over $25.00 Effective: January 01, 2010 ATTACHMENT 3 AGUA HEDIONDA CHANNEL DREDGING PROJECT SCHEDULE AECOM has prepared a project schedule, including all environmental and engineering related tasks, based on the City's desire to send the project out to bid in July 2011. This project schedule will be confirmed at the project kick-off meeting with the City, and on a monthly basis (or more frequently as needed) throughout the duration of the project. Agua Hedionda Channel Dredging Project AECOM 2. Contract Attachments changesaccepted.doc 37 Environmental and Final Design Engineerings Services, Agua Hedionda Channel Dredging Project Schedule jApril jMay :^.-.ai3ggQj3/27i4/3 J4/10-4/17J4/24J 5/1 j 5/8.;5/15i5/22g/29|6/5 ;6/ Thu 3/31 Ml Wed 1/12/11 Wed"i/26/i'i Wed"2/i6/iii Thu 2/17/1 i i Thu 3/17/11j Thu 3/31/11; thu3/31/11: I External Tasks External Milestone Notice To Proceed Project Kick-Off Meeting litigation Plan AECOM Prepares Draft Mitigation Plan Carlsbad 'Reviews Draft Mitigatibn'piah AECOM Revises Draft Mitigation Pian'for Submittai to Resource Agencies OraftMi^ationPiari'Subrriitted"to" Agencies Resoure Agencies Review Draft Mitigation Plan AECOM Prepares Final Mitigation Plan based on Agency Comments AECOM Prepares Draft Mitigation Drawings and Specs Carlsbad Renews Mitigation Drawings and Specs "AECOM"p're^a'res Final Mib^ Resource Agency Permits (USAGE, CDFGJ arid RWQCB) Re-Initiate Resource Agency Contact Permit' Process"Schedule Delivered to Resource Agencies Resource Agency Field' Meeting(s) Resource Agency Phone Calls Obtain Final Resource Agency Permits SWPPP ''B&c"Pre'pares"braft'SW'PP'P 'Carlsbad Reviews Draft SWPPP B&C Prepares Final SWPPP B&C Submits SWPPP and NOItoRWQCB RWQCB Review and Comment B&C incorporated RWQCB cdrnmehte-Su'bmTf Revised FinaTSWPPP "RWQCB" Provides NOi 'Number Beach Disposal Documentation SAP ; 'AECOM Prepares Draft SAP Carlsbad Reviews Draft SAP AECOM Prepares Draft Final SAP SAP Distributed to Resource Agencies for Review "Resourcei Agencies'Review SAP" 'AECOM Prepares Final'SAP B&C ''Pre'pa'rBsbredge'Qu'an'tities Dredge Material Disposal Conceptual Plan BSC/AECOM Prepares Draft Disposal Plan Carlsbad Reviews Draft Disposal Plan B&C/AE'COM Prepares Final Draft bisposafplan " ; Final Draft Disposal Plan Distributed for Agency Review ; Resource Agencies Retvew Final Draft Disposal Plan ; B&C/AECOM Prepare Final Disposal Plan i Wave Run-Up Analysis (if requested) ' "• WEST Prepares'Draft Wave Runup Carlsbad Reviews Draft Wave Runup WEST Prepares Draft Final Wave Runup Final 'Draft Wave Runup 'bis'tributed'"to Resource Agencies "Wave Runup'bistrito'uted to ^ "WEST Prepares" FkiaVw'ave Runup" Engineering Package Revise Draft Construction Plans 'and Specifications (GREENBObK 2009) ' Incorporate Draft MitigationPlan-Landscape, Details Incorporate" Dr"aft"Bea"cn" Disposa i >ia'h'-"D'red"g"e""bu'a'rititie's Revise arid prepare braftcdristaictibn Cost"Estimate 116 days 20'days' " ib'da'y's"" i'5 days'" ""i'da'y" 20 days 10 days 15 days 'iOdays 'is'days"" 138 days ' 5 days Sdays "5'days"'" 80 days 15 days 108 days 24 days'"" 14days 12 days ' 2day's"" 20 day's 6 days 30 days'"" 76days 76 days 20 days" IOdays 15 days "itey 20 days" ' IOdays "id days'"" 76 days 20'days"" 'i'ddays"" i'Sdays" 20 days IOdays 76days 20'days" 10 days 15 days "Tday 20 days"" 10 days'" 177 days 28 days 15 days IOdays"" IOdays'"' Start I Finish ~^Ve¥T27l^57Tb^nSed~727T5/lbT thu"12/16/16"" thu iaie/ibi Thu12/16/10 Thu5/26/lij ' 'thu 12/16/10- Wed i/12/lii thu 1/13/11. Wed'l/26/l'i; Wed 2/16/1 il Thu2/i7/11; Thu 3/17/1 i; Thu 3/31/11; Thu 4/21/111 Thu 5/5/11 j Thu'5/26/li'i Thu 1/27/11 thu 2/17/11 Fn 2/18/11 Fri 3/18/11 Fri 4/1/11 Fri 4/22/11 Fri 5/6/11 thu 12/16/10; Mon 6/27/11 Thu 12/16/10- Wed 12/22/10 thu 12/23/10; Wed 12/29/10 thu 2/24/11: Wed"3/2/'il wed'4/6/ri Thu 4/21/11 Mon 6/27/11 Tue3/i'/i"i Mon3/2'i/ii Wed 4/6/11 Fii 4/8/11 Fri "5/6/11 Mon'5/i6/'il Mon "6/27/11 Thu3/31/il thu 3/31/11 Thu 12/16/10: Fri 4/1/11: thu 1/27/11; "thu 1/27/11; Wed 3/2/11 Tue 3/22/11; thu 4/7/11; Mon 4/11/11 Mon 5/9/11; fiie 5/17/11: thu 12/16/10: thu 12/16/16; thu i'2/16/l6;"" Wed i/12/ii Thu 1/13/11; Wed 1/26/11 Thu 1/27/11; Wed 2/16/11 thu 2/17/11; Thu "2/17/il Fri 2/18/11! Thu'3/17/11 Fn 3/18/11 Thu'3/31/11 thu 1/13/11 Wed 1/26/11 thu 12/16/10 "thu 12/16/10 thu 1/13/11 thu 1/27/11 thu 2/17/11; Fri 2/18/11; Fri 3/18/11; thu12/16/ioT thui2/i6/io; Thu 1/13/11: Thu 1/27/11i 'thu 2/17/11 Fri 2/18/11; Fri 3/18/11; thu 12/2/10; " 'thu 12/2/10 Fri 4/1/11: tiie 1/11/11 Fri 4/22/11. Project: Agua Schedule DRAFT 1 Date: Tue 11/30/10 Task Split Progress Milestone Summary Project Summary Final Design Engineerings Services. Agua Hedionda Channel Dredging Project Schedule = F9bnjgnL__^....LM.g.rg!-.-.-.-. .-.... J ?pn! .,.U/3p|2^/13^212/2_7^6^/13|3/203/27:4/3J4/10J*INoyember^^fat^tw^ ^j?- "l^nMjF^^^HMMijM^QIOj. "83" 84" •Sir [Task Name ; Prepare and Submit Draft Plans for City Review Revise Plans & Specs based on City Comments Prepare and Submit Final Plans. Specifications a Prepare Sid Package - Plans and Specs Prepare Alternate Beach Disposal Bid Package - Plans and Specs Advertise Bid" Package - Plans and Specs Pre^B'id"Meeting -Plans and Specs Landscape Revegetatton Plans for Agua Hedionda and Caiavera Creeks AECOM Prepares Draft Revegetation Plans' Carlsbad Reviews Drafti'Revegetation" Piahs AECOM Revises' Draft" Landscape Plan's for' Submittai to Resoui Draft Landscape Plans Submitted to Agencies Resoure Agencies Review Draft Landscape Plans AECOM Prepares Final Landscape Plans based 01 Protocol Surveys Gnatcatcher Protocol Survey Gnatcatcher Protocol Survey 1 Gnatcatcner•Protocol Survey 2 Gnatcaicber Protocol Survey 3 LBV/SWFL Protocol Surveys> (joint survey for" 3-8) '"Survey'i "Survey 2 Surveys Survey 4 Surveys Surveys Survey 7 Survey 8 •Renewal of Opportunistic Beach Fiji Permits AECOM Prepares Letters/Applications Requesting time Extension City Reviews and Submits Letters to Resource Agencies AECOM Follows Up with Agencies on time Extension Request AECOM'Prepares CCC Application' Package' City Reviews CCC Application Package AECO'M Submits CCC "Application"Package CCC Completeness Review AECOM Responds to CCC Questions Agencies Issue Permits/Extensions CCC Hearing Date to be Determined 15 days i 1 5 days Cost Estimate to City 8 days '4 days ns and Specs : 2 days 30'edays"'" 1 day 20 days 10 days'" " if to Resource Agehcies : 15 days 1 day 20 days Agency Comments - 10 days lOOdays 11 days iday '" 1 day Iday Kdays" 1 day Iday I'day""' 1 day Iday 1 day 1 day 1 day me Extension : 15 days icies ; 5 days n Request ; 5 days ; 15 days "" ; ib'days"" : 1 day ; SOedays ! 1 0 days ! 90 edays : 30days ' Fri 5/6/11; Fri 5/27/1 1 ; Fri 6/1 7/11: Wed 6/29/11. Tue 7/5/11 Wed 7/6/11 Fri 7/15/11 Thu 12/16/10 thu 1/13/11 thu 1/27/11 "Yhu2/17/11! Fri 2/1 8/11 Fri 3/1 8/11 Wed 2/16/11! Wed 2/16/11 ' "Wed 2/16/11 ""Wed 2/23/11 Wed 3/2/1 1 Mon 4/1 1/11 Mon 4/1 1/11 Wed 4/20/11 Mon 5/2/11 Mon 5/1 6/11: Wed 6/1/11 Mon 6/1 3/11; Fri 6/24/1 1 ; "Fn 12/17/10: Fri 1/7/11! Fri 1/14/11 Fri 12/1 7/10; Fri 1/7/11 Fri 1/21/11 Fri 1/21/11; Mon 2/21/11; Fri 3/4/11; Fri'6/3/li'r Thu 5/26/11 Thu 6/16/11 Tue 6/28/11 Mon7/4/li Wed 7/6/11 Fri'8/5/il Fri'7/15'/Vl Wed i/12/11 Wed 1/26/11 Wed"2/16/l"l Thu2/i7/il Thu 3/1 7/11 Thu 3/31 /1 1 Tue7/5/ii Wed 3/2/11 Wed 2/16/11 Wed"2/23/11 Wed'iJ/ii/'ll Tue7/5/l1 Mon 4/11/1 i Wed4/20/ii" Mon" 5/2/1 i' Mon'5/16/li" Wed 6/1 /ii Mon 6/1 3/11 Fri 6/24/1 1 Thu i/6/11 Thu 1/13/11 Thu'l/20/ii Thu"l'/6'/i"l Thu"l/20/11 Ffi"i/21/li" Sun2V20/11 Fri 3/4/1 1 Thu 6/2/1 1 thu 7/14/11 | i ' °i ^ I \ , _ LDfeiL™ " _ _ ^^^^.--TJ __ _ ^i^i ' Project: Agua Schedule DRAFT 1Date: Tue 11/30710 Progress Milestone Summary Project Summary External Tasks External Mi lesion*