HomeMy WebLinkAbout2020-12-15; City Council; ; Authorization of an Agreement with Dokken Engineering for Engineering Services for the El Camino Real Widening between Arenal Road and La Costa Avenue Project Meeting Date: Dec. 15, 2020
To: Mayor and City Council
From: Scott Chadwick, City Manager Staff Contact: Emad Elias, Associate Engineer
emad.elias@carlsbadca.gov, 760-602-7558
Subject: Authorization of an Agreement with Dokken Engineering for Engineering
Services for the El Camino Real Widening between Arenal Road and La
Costa Avenue Project
Recommended Action
Adopt a resolution authorizing execution of a professional services agreement with Dokken
Engineering for engineering services of the El Camino Real Widening between Arenal Road and
La Costa Avenue, Capital Improvement Program Project No. 6051, in an amount not to exceed
$1,399,339.
Executive Summary
This action authorizes staff to execute a professional services agreement with Dokken
Engineering for the project. The scope of services in the agreement includes conducting an
environmental review and permitting process, as well as preparing plans, specifications and
cost estimates for construction of an additional southbound lane on El Camino Real between
Arenal Road and La Costa Avenue. The project also includes widening the existing bridge over
the San Marcos Creek to construct a missing sidewalk segment within the same limits.
This agreement requires the council’s approval because the value exceeds $100,000 per
agreement year, in keeping with Carlsbad Municipal Code Section 3.28.060 (D).
Staff recommends executing the agreement with Dokken Engineering for engineering services
of the El Camino Real Widening between Arenal Road and La Costa Avenue Project in an
amount not to exceed $1,399,339.
Discussion
Southbound El Camino Real between Arenal Road and La Costa Avenue is currently missing the
third vehicular lane, as well as a sidewalk. The number of southbound lanes on El Camino Real
starting near Alga Road/Aviara Parkway decreases from three to two and then becomes three
lanes again just north of La Costa Avenue. The existing conditions, which result in reduced
capacity and increased periods of congestion, increase travel times and greenhouse gas
emissions.
Northbound El Camino Real between Arenal Road and La Costa Avenue is already built
according to the city’s engineering standards for prime arterial roadways, with three travel
lanes, a bike lane and a sidewalk. However, the bridge along El Camino Real over the San
Marcos Creek does not have a sidewalk to connect to either side of the bridge, so the east side
Dec. 15, 2020 Item #4 Page 1 of 31
of the bridge will also be widened to connect to adjacent sidewalks. This project is intended to
create a balanced multimodal roadway system for everyone who uses it.
On May 6, 2020, staff released a request for qualifications to select a qualified consultant for
engineering design services of the project. On June 8, 2020, staff received eight statements of
qualifications. A selection panel comprising city staff evaluated and ranked the submittals, in
keeping with to Carlsbad Municipal Code Section 3.28.060. The selection panel selected the
three most qualified firms to participate in a second-round evaluation, with consultant
presentations and interviews by city staff.
Based on the statements review and consultant interviews, the panel selected Dokken
Engineering as the most qualified consultant for the project. To complete the selection process,
staff negotiated the project scope of work and fees with Dokken Engineering.
Fiscal Analysis
Sufficient funds are available to execute the agreement and move forward with engineering
design, environmental analysis and permitting. A total of $3,200,000 from the traffic impact fee
account has been appropriated for the project as shown in the table below:
El Camino Real Widening from Arenal Road to La Costa Avenue,
Capital Improvement Program Project No. 6051
Total appropriation to date – Traffic Impact Fee $3,200,000
Total expenditures/encumbrances to date $15,719
Total available funds $3,184,281
Design engineering – Dokken Engineering $1,399,339
Project management – city staff (estimated) $210,000
Estimated design cost $1,609,339
Remaining balance $1,574,942
Additional appropriation needed $0
Next Steps
Upon execution of the agreement, staff will work with Dokken Engineering to complete the
environmental review process, obtain the necessary permits and prepare plans, specifications
and cost estimates. Upon completion, staff will return to the City Council for approval of plans
and specifications and authorization to advertise for construction bids for the project. Staff
estimates this will be in fall 2022.
Environmental Evaluation (CEQA)
This action does not constitute a “project” within the meaning of the California Environmental
Quality Act under Public Resources Code section 21065 in that it has no potential to cause
either a direct physical change in the environment or a reasonably foreseeable indirect physical
change in the environment and therefore does not require environmental review. As the
project’s design is finalized, the project will be subject to environmental review in accordance
with CEQA Guidelines.
Dec. 15, 2020 Item #4 Page 2 of 31
Public Notification
Public notice of this item was posted in keeping with the Ralph M. Brown Act and it was
available for public viewing and review at least 72 hours before the scheduled meeting date.
Exhibits
1.City Council Resolution
2.Location map
Dec. 15, 2020 Item #4 Page 3 of 31
RESOLUTION NO. 2020-236
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES
AGREEMENT WITH DOKKEN ENGINEERING FOR ENGINEERING SERVICES OF
THE EL CAM INO REAL WIDENING BETWEEN ARENAL ROAD AND LA COSTA
AVENUE, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 6051, IN AN
AMOUNT NOT TO EXCEED $1,399,339
WHEREAS, the City Council of the City of Carlsbad, California has determined that it is necessary
and in the public interest to widen El Camino Real between Arena! Road and La Costa Avenue, Capital
Improvement Program (CIP) Project No. 6072 (Project); and
WHEREAS, under Carlsbad Municipal Code Section 3.28.060, the city solicited Statements of
Qualifications (SOQs) from consulting firms to conduct the environmental review process, obtain
permits and prepare plans, specifications, permits and cost estimates for construction to widen El
Camino Real between Arena! Road and La Costa Avenue and received a total of eight SOQs from
qualified consulting firms; and
WHEREAS, subsequent to evaluation of the SOQs and consultant interviews, the selection
committee selected Dokken Engineering as the most qualified consultant to provide engineering
services for the Project; and
WHEREAS, staff and Dokken Engineering have negotiated the Project scope of work and
associated fees in an amount not to exceed $1,399,339; and
WHEREAS, sufficient funds are available to complete the engineering services for the Project.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as
follows:
1. That the above recitations are true and correct.
2. That the mayor is authorized and directed to execute the Professional Services
Agreement with Dokken Engineering to widen El Camino Real between Arena! Road and
La Costa Avenue, CIP Project No. 6051, in an amount not to exceed $1,399,339, which is
attached hereto as Attachment A.
Dec. 15, 2020 Item #4 Page 4 of 31
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of
Carlsbad on the 15th day of December, 2020, by the following vote, to wit:
AYES: Hall, Blackburn, Acosta, Bhat-Patel, Schumacher.
NAYS: None.
ABSENT: None.
MATT HALL, Mayor
vT IVY
BARBARA ENGLESON, City `Clerk
17: " 1:11H
•
gn.vos‘4\1?., „00
(SEAL)
Dec. 15, 2020 Item #4 Page 5 of 31
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
PSA21-1315TRAN
AGREEMENT FOR EL CAMINO REAL WIDENING BETWEEN
ARENAL ROAD AND LA COSTA AVENUE
DOKKEN ENGINEERING
THIS AGREEMENT is made and entered into as of the 15th day of
December , 2020, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and DOKKEN ENGINEERING, a California corporation, ("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in
engineering and environmental studies.
B. Contractor has the necessary experience in providing professional services and
advice related to engineering and environmental studies for roadway and bridge widening.
C. Contractor has submitted a proposal to City under a Request for Qualifications
(RFQ20-1118TRAN) 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 five (5) years from the date first above
written. The City Manager may amend the Agreement to extend it for three (3) additional one (1)
year periods or parts thereof. 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 shall not
exceed one million three hundred ninety-nine thousand three hundred thirty-nine dollars
($1,399,339). No other compensation for the Services will be allowed except for items covered
by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the
amount shall not exceed one hundred thousand dollars ($100,000) per Agreement year. 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".
City Attorney Approved Version 6/12/18
Dec. 15, 2020 Item #4 Page 6 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
PSA21-1315TRAN
6. PREVAILING WAGE RATES
Any construction, alteration, demolition, repair, and maintenance work, including work performed
during design and preconstruction such as inspection and land surveying work, cumulatively
exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws.
The general prevailing rate of wages, for each craft or type of worker needed to execute the
contract, shall be those as determined by the Director of Industrial Relations pursuant to the
Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the
California Labor code, a current copy of applicable wage rates is on file in the office of the City
Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all
such workers employed by him or her in the execution of the Agreement. Contractor and any
subcontractors shall comply with Section 1776 of the California Labor Code, which generally
requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section
1776.
7. 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.
8. 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.
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. 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 attorney's
fees arising out of the performance of the work described herein caused by any negligence,
City Attorney Approved Version 6/12/18
2
Dec. 15, 2020 Item #4 Page 7 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
PSA21-1315TRAN
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.
11. 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-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
11.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager 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. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an
"occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per
occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
11.1.3 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.
11.1.4 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.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability
which shall provide primary coverage to the City.
City Attorney Approved Version 6/12/18
3
Dec. 15, 2020 Item #4 Page 8 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
PSA21-1315TRAN
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
11.2.3 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.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
11.4 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 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.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
12. 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.
13. 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.
14. 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.
15. 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.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
City Attorney Approved Version 6/12/18
4
Dec. 15, 2020 Item #4 Page 9 of 31
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
PSA21-1315TRAN
For City For Contractor
Name Emad Elias Name Mark Tarrall
Title Associate Engineer Title Project Manager
Department Public Works Address 1450 Frazee Road, Suite 100
City of Carlsbad San Diego, CA 92108
Address 1635 Faraday Ave Phone No. 858-514-8377
Carlsbad, CA 92008 Email mtarrall@dokkenengineering.com
Phone No. 760-602-7558
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.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
Yes LZ No El
18. 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 whose services are
required by this Agreement.
19. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
20. 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 6/12/18
5
Dec. 15, 2020 Item #4 Page 10 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
PSA21-1315TRAN
21. 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.
22. 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.
23. 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.
24. JURISDICTION 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 6/12/18
6
Dec. 15, 2020 Item #4 Page 11 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
PSA21-1315TRAN
25. 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 nor 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.
26. 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.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
/11
///
///
///
///
///
City Attorney Approved Version 6/12/18
7
Dec. 15, 2020 Item #4 Page 12 of 31
DocuSign Envelope ID: 38504250-AF59-41389-9883-E5226E27A1389
PSA21 -1 315TRAN
27. 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
DOKKEN ENGINEERING, a California
corporation
By: By:
3666 Uummus jr
(sign here)
John Klemunes, President
(print name/title)
1 7(6
Matt Hall, Mayor
CITY OF CARLSBAD, a municipal
corporation of the State of California
ATTEST:
By:
azuA, 71/L'a, Pe- klaA- 6,- for
(sign here)
Cathy Chan, Secretary
(print name/title)
Barbara Engleson, City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President 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:
CELIA A. BREWER, City Attorney
BY:
Assistant City Attorney
City Attorney Approved Version 6/12/18
8
Dec. 15, 2020 Item #4 Page 13 of 31
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
PSA21-1315TRAN
EXHIBIT "A"
SCOPE OF SERVICES
City Attorney Approved Version 6/12/18
9
Dec. 15, 2020 Item #4 Page 14 of 31
&I ENGINEERING
DOKKEN Page I 1
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1118TRAN
(City of
Carlsbad
PROJECT DESCRIPTION
The City of Carlsbad (City) has allocated local funds to provide complete street and bridge widening improvements
matching adjacent, multi-modal roadway segments along El Camino Real, between La Costa Avenue and Arena! Road.
The project site is surrounded by commercial development on the east and the Batiquitos Lagoon Ecological Reserve on
the west. The Batiquitos Lagoon Ecological Reserve was established by the California Fish and Game Commission in 1983
and is owned and managed by the California Department of Fish and Wildlife. Batiquitos Lagoon was the first lagoon to
undergo substantial restoration efforts in the mid-90s and is home to several threatened and endangered species. The
existing El Camino Real bridge spans San Marcos Creek just prior to its confluence with the lagoon. San Marcos Creek in
the vicinity of the bridge is tidally influenced, experiencing periodic input of saltwater mixed with upstream freshwater
flows. The project involves road improvements and widening of the bridge to provide a third southbound travel lane, as
well as pedestrian and bicycle facilities. Road and bridge improvements in this location will be beneficial for pedestrians
and cyclists, nearby retail, as well as regional travelers. The project is located within the California Coastal Zone and due to
the tidal influence in San Marcos Creek the bridge work is under the retained permitting authority of the California Coastal
Commission.
SCOPE OF WORK
PROJECT ELEMENT 1 — PROJECT MANAGEMENT AND MEETINGS
Project management includes project setup, regular in-person or virtual meetings, deliveries, presentation of work
products, development and monitoring of action items, monthly progress reports, work progress monitoring, budget
monitoring, communication and coordination.
Task 1.1 Project Kick-off and PDT Meetings
Dokken Engineering will coordinate meetings with the City, the City's environmental consultant and key stakeholders to
facilitate decision making. For each meeting, Dokken will provide meeting notices, prepare meeting materials and agenda,
facilitate the meeting and prepare meeting minutes within five business days of the meeting. Dokken will consult with the
City's project manager prior to each meeting to review upcoming meeting items. The following meetings are anticipated
for this project:
Award Meeting (1): Upon notification of award, Dokken will attend a meeting with City staff to discuss the requested
services and fees.
Kickoff Meeting (1): To start the project, Dokken will organize a kickoff meeting with key personnel, design team members
and stakeholder representatives on the project. The purpose of this meeting is to review the goals and objectives of the
project, discuss each team member's roles and responsibilities and identify critical project issues.
PDT Meetings (12): The project development team (PDT) meeting, will be scheduled as needed to review project status
and discuss items that require City decisions. Attendees are anticipated to include City staff, Dokken Project Manager, as
well as consultant task leads and other stakeholders as necessary to facilitate resolutions.
Public Meetings (4): The Dokken team will prepare for and attend a variety of public meetings in conjunction with the
approval of the plans and specifications. The Dokken Team shall present materials and address questions from the City
Council, the Traffic and Mobility Commission, and the public at other outreach meetings.
Task 1.2 Project Administration
Dokken Engineering will monitor and control the effort and progress of the proposed services as follows: 1) Set up an
internal project accounting system; 2) Prepare monthly Progress Reports indicating work accomplished the previous
month, anticipated work to be completed the next month, issues requiring resolution, milestones achieved, meetings held,
actions taken, approval actions required, coordination issues and design schedule impacts to accompany client invoices;
and 3) Prepare, monitor and adjust Critical Path Method (CPM) Schedule on a monthly basis.
Project Element 1 Deliverables: Attend and Facilitate up to eighteen (18) meetings, Meeting Agendas; Meeting Minutes; Project
Schedule with Updates, General Project Management Tracking
PROJECT ELEMENT 2 —DESIGN SURVEY AND R/W ENGINEERING
Task 2.1 Topographic Surveying
Aguirre & Associates will provide aerial mapping and design ground survey to support the project design. Horizontal
control is NAD 83, vertical control is NGVD 29. All surveys will be based on City of Carlsbad standards and delivered in
AutoCAD format, including ASCII point files of all survey ties made. Primary control will be tied to City benchmark to assist
Dec. 15, 2020 Item #4 Page 15 of 31
lki ENGINEERING
DOKKEN Page I 2
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 18TRAN
(City of
Carlsbad
with preparation of the digital terrain model (DIM) and topographic mapping.
The limits of the aerial mapping will extend along El Camino Real from 100' north of Arenal Road to 100' south of La Costa
Avenue with a 200' buffer around the El Camino Real center line. Roadway cross sections will be taken at 25' intervals
along the southbound lanes, including pavement elevations, asphalt concrete grade breaks, curb gutter, flow line, and
sidewalk approximately 50' behind the existing pavement. Roadway cross sections will be taken at 25' intervals along the
northbound direction between 450-feet north of the bridge and 300-feet south of the bridge. All sign locations, storm
drain manhole inverts and covers, dips, elevations of exposed utility items, lane striping, sidewalk and driveway conforms,
existing building conforms, unique topographic features, and all at grade or above ground features within the project
limits will be field surveyed. The existing bridge will be surveyed which will include the bridge deck (20'x20' grid), soffit,
slope below bridge abutments and ground surface below the bridge. Cross sections of the existing creek will be surveyed
at the edges of the existing bridge and 50' east of the existing bridge deck and 70' west of the existing bridge deck. The
existing storm drain outlet under the southwest abutment corner will be surveyed to include the headwall limits, flowline
elevation and pipe diameter.
Task 2.2 Right of Way Engineering
A land net base map will be created for the project limits including the existing right of way, easements and roadway
centerline.
It is anticipated that two (2) plat maps and legal descriptions will be required for this project. One plat and legal will be
prepared for the permanent acquisition and one will be prepared for the temporary construction easement. A Record of
Survey map will be prepared and processed based on the new City Right of Way boundary.
Task 2.3 Appraisal
Upon receipt of maps and the preliminary title report, an appraisal will be completed for the affected parcel by licensed
General Real Estate Appraisers. A notice of intent to appraise letter along with the acquisition policy brochure will be
provided to the impacted property owner. The appraisal will be arranged so that the property owner may accompany the
appraiser during the inspection of the property. This allows the property owner the opportunity to provide additional
information to the appraiser.
All appraisals will be prepared by an appraiser licensed with the State of California and will comply with all laws applicable
to the specific appraisal and the Uniform Standards of Professional Appraisal Practice 49 CFR 24.2(a)(3). Appraisals will
include a summary and a complete analysis for all valuation conclusions. Documentation obtained during the inspection,
such as pictures, will be included in each report. Title information pertaining to ownership, drawings, and information
relative to the parcel will be reviewed by the appraiser.
Project Element 2 Deliverables: Topographic Survey and Land Net Base Map in ACAD, Record of Survey, Two Plat and Legal
Descriptions, Appraisal
PROJECT ELEMENT 3 —SITE INVESTIGATIONS AND CONCEPT DEVELOPMENT
Task 3.1 Preliminary Site Investigations
Dokken will conduct a site visit to review proposed site improvements, confirm existing site conditions, and examine
existing streetscape and infrastructure. Dokken will perform record research with the City of Carlsbad and review existing
reports, studies, and as-builts, and facility drawings to establish the existing conditions. Dokken will identify paths of travel
for vehicles, bicycles and pedestrians and provide recommendations for any additional enhancements. Dokken shall
present a preliminary overview of construction issues and strategies to resolve said issues to the City of Carlsbad.
Task 3.2 Concept Geometric Development
Dokken Engineering will develop alignment alternatives for the Western and Eastern widening considering environmental,
right-of-way, and existing utilities constraints. Alignment alternatives will be presented to the City for review and
discussion to facilitate choosing the alignment that best suits the City's needs and timelines. Dokken will develop a Concept
Geometric Exhibit to provide the base roadway geometrics for the project. The Concept Exhibit will identify horizontal
roadway geonnetrics, proposed striping and drainage and water quality concepts. Impervious surfaces will be evaluated to
not exceed the thresholds as required to meet storm water regulations. Additional opportunities will be evaluated within
the existing landscape and common areas for enhancement and modification. A concept level utility analysis will be
conducted to identify potential avoidance or relocation strategies. The Concept Plan will be presented in a large one sheet
exhibit format. Following our draft submittal of the concept design to the City, a revised concept design will be submitted
to the City for review and approval before developing the Plans, Specifications and Estimate.
Dec. 15, 2020 Item #4 Page 16 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM A RENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 1 8TRAN
(City of
Carlsbad
Dokken will prepare an alternative analysis memo that summarizes the various alternatives and evaluates them based on
estimated costs, aesthetics, environmental constraints, utility impacts, right of way acquisition, construction staging and
risk.
Project Element 3 Deliverables: Alternative Analysis Memo, Concept Geometric Exhibit
PROJECT ELEMENT 4— UTILITY COORDINATION AND RELOCATION
Task 4.1 Utility Coordination and Meetings
Dokken Engineering will coordinate and meet with utility owners to develop utility protection measures and relocations
during the design process. Utilities anticipated to require coordination under this task are Carlsbad Municipal Water
District, SDG&E electric transmission, SDG&E electric distribution, SDG&E gas distribution, SDG&E gas transmission, Kinder
Morgan, AT&T California (telephone), and Cox Communications (cable TV). Dokken Engineering staff will coordinate with
representatives from each of the utility companies for review and approval of utility relocation schematic designs and/or
protection measures.
Up to twelve (12) utility focus meeting will be held during Design. The meetings will provide a regular forum to disseminate
updated project design information, coordinate conceptual and final utility owner prepared relocation designs, coordinate
construction sequencing and utility work windows for project specifications, review liability information and negotiate
utility agreement language, identify construction permitting needs, and progress utility relocation design packages.
Meetings will be attended by Dokken Engineering staff and subconsultant employees at an assumed meeting duration of
2 hours.
Task 4.2 Utility Base Mapping
Dokken Engineering will prepare a letter request for as-builts and facility mapping from each of the utility companies.
Dokken Engineering will perform a field review of the project site to ascertain existing conditions compared to the as-built
drawings. Using the available record drawings, information from the field reconnaissance, utility mark outs and surveyed
data points, Dokken Engineering will prepare a utility base ma- p in AutoCAD format identifying the existing utilities.
Task 4.3 Utility Potholing
Dokken Engineering will prepare a utility pothole plan for up to 15 potholes, including a list of utilities to be potholed and
location map with access identified, for the City's review and approval. Dokken Engineering will be responsible for
coordination with utility owners for standby during potholing, as needed, and Dig Alert. The utility pothole Contractor will
be responsible for traffic control measures, BMP measures, all required training for work within the applicable right-of-way,
payment of prevailing wages, and other requirements as identified in the contract. Pothole operations will be performed
by a qualified contractor.
A depth measurement will be taken for each pothole location. After the depth measurement, each potholed location will
be backfilled. Suitable markers will be placed at each location such that a survey crew can locate markers at a later date.
The markers will be PK nails in pavement areas and a survey stake in non-paved areas. Depth measurements will be made
to the top of the PK nail or the survey stake.
Dokken Engineering will develop a Subsurface Investigation Report to include utility owner, type, size, station, coordinates,
depth from the marker to top of pipe or duct package, surveyed elevation of the marker, calculated top of pipe or duct
package elevations, and estimated bottom of pipe or duct bank elevation at each location. The report will also include a
photograph of each location.
Task 4.4 Utility Conflict Identification and Resolution
Dokken Engineering will review the project design against the existing utility base mapping and identify potential utility
conflicts. Dokken Engineering will develop an inventory of potential utility conflicts and prepare a Utility Conflict
Identification Matrix with information on utility ownership, type, size, location, reason for potential conflict, and
recommended conflict resolution. Utility conflicts will be depicted on corresponding Utility Conflict Identification Maps for
review with the City of Carlsbad and utility company representatives, and inclusion in the Request for Liability Letters to
owners.
Project plan submittals will be made to each utility company with coordination occurring between each party through the
final design and work order process. The Dokken Team will work with each utility provider to ensure all connections are
identified on the plans. Each utility provider will provide a relocation plan based on the conflicts identified. Contractor
installed utilities, such as water, will be identified and will use the appropriate utility provider specifications. They will be
routed for approval by the appropriate utility company and include any special inspection requirements by the utility
provider during construction.
DOKKEN Page I 3 RN ENGINEERING Dec. 15, 2020 Item #4 Page 17 of 31
IB ENGINEERING
DOKKEN Page I 4
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#R FQ20-1 1 18TRA N
(City of
Carlsbad
Dokken Engineering will coordinate utility relocations and avoidance measures with affected utility owners within the
project area. It is anticipated that all dry utility relocation designs related to this project will be performed by the utility
company personnel. Dokken Engineering will make recommendations to the utility owners regarding relocation strategies
or avoidance measures based on the proposed project design, including but not limited to the alignment, stage
construction and utility work windows, scheduling, and special provisions. Dokken Engineering will prepare
conceptual/schematic utility relocation exhibits to aid in the coordination of the draft and final utility relocation plans to
be prepared by the utility owner. Conceptual utility relocation exhibits will include plan views of the proposed relocations
as well as cross sections where needed.
Project Element 4 Deliverables: Utility Base Mapping in ACAD, Utility Conflict Matrix, Utility Conflict Exhibit, Potholing Report;
Utility Correspondence
PROJECT ELEMENT 5— ENGINEERING STUDIES
Task 5.1 Geotechnical Investigation
Earth Mechanics, Inc. (EMI) will provide geotechnical engineering design services for the following design elements to
support Dokken Engineering:
1) East and west side widening of the existing five-span El Camino Real Bridge over San Marcos Creek.
2) Approximately 4000-foot long roadway improvements along El Camino Real.
3) One approximately 500 ft long retaining wall up to 6 ft in height near Costa del Mar Road.
4) One infiltration basin in the median of El Camino Real.
Review of Existing Information/Site Visit
EMI will perform a general review of the geologic conditions of the proposed improvement area by reviewing available
geologic and geotechnical literature pertaining to the project site. The review will include reports and geologic maps
prepared by the California Geological Survey, the U.S. Geological Survey, and other government agencies. EMI will also
review reports and as-built plans pertaining to the existing bridge.
A geologic/geotechnical site reconnaissance by a California Certified Engineering Geologist and/or a California Registered
Geotechnical Engineer will also be performed of the proposed improvement areas to observe and check for geologic
conditions and features that could impact design, construction, and cost of the proposed improvements.
Geotechnical Investigation
The as-built plans for the existing structure includes a Log-Of-Test-Borings (LOTB) sheet that has four soil borings
performed in the late 1960's along the existing bridge alignment. All four borings were performed on the east side of the
El Camino Real centerline. Based on the above, EMI's geotechnical field investigations plan is presented in Table 1.
Table 1. Proposed Soil Boring Information
Design Element Proposed Number of
Borings
Approximate Proposed
Depth (feet)
Bridge Widening 4 80
Pavement 4 10
Retaining Wall 3 25
Infiltration Devices 2 10
It is anticipated that obtaining access into the riverbed for a drill rig will be cost-prohibitive due to the environmentally
sensitive nature of the lagoon. Drilling through the bridge deck is also not feasible due to the closely spaced post-
tensioning anchors in the bridge deck. As a result, we propose performing two borings at each abutment for the bridge
widening(s). Additional shallow borings are proposed to collect information for structural pavement design and infiltration
testing.
The boreholes will be excavated using a truck-mounted drilling rig equipped with either a mud-rotary drilling system or
hollow-stem augers. Backfill for borings will be per City of Carlsbad Standard GS-29.
For infiltration devices, EMI will excavate two exploratory boreholes for the purpose of collecting soil samples for
characterization and analyses. Two field infiltration rate tests will be performed by installing temporary well casings using
slotted PVC pipe. The temporary well casings will be screened within the test interval (typically between 1-2 feet and 3-4
feet below current grade) and the filter material and surrounding soil will be presoaked at least 24-hours prior to
conducting the permeability tests. The borehole excavation and installation of the temporary casing will be completed
Dec. 15, 2020 Item #4 Page 18 of 31
la ENGINEERING
DOKKEN Page I 5
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-11 1 8TRAN
(City of
Carlsbad
using a truck-mounted drill rig equipped with hollow-stem augers. Boreholes will be backfilled using the cuttings from the
excavations and capped with cold-patch asphalt.
EMI will prepare a boring location plan and this plan will be used to secure encroachment permits from the City of Carlsbad.
EMI field personnel will collect soil samples for laboratory testing, including bulk samples of near-surface soils and small
disturbed and relatively undisturbed ring samples of deeper soils. The small disturbed and relatively undisturbed soil
samples will be collected using split-spoon samplers at a vertical interval of about 5 feet, alternating between the Standard
Penetration Test (SPT) sampler and the Modified California Drive (MCD) sampler. Samples of subsurface soils will be logged
during the field investigation, secured in their containers or collected in plastic bags, and transported to the EMI laboratory.
Laboratory Testing
Field logs of the boreholes will be reviewed to select representative soil samples for laboratory testing. Various laboratory
tests will be performed on soil samples to determine or derive their physical and engineering characteristics. Anticipated
laboratory tests include in-situ density and moisture content, grain size, direct shear, R-value, and soil corrosion tests.
Laboratory tests will be conducted in general accordance with American Society for Testing and Materials (ASTM)
standards or California Test methods.
Geotechnical Engineering Analyses
Results obtained from the field investigation and laboratory testing will be used to characterize subsurface soils and
conditions and create idealized soil profiles for design purpose. The following analyses will be performed for the project:
• Evaluation of seismicity and estimation of Peak Ground Acceleration based on the Caltrans design criteria, and
recommendation of ARS curve for bridge structural design.
• Assessment of soil liquefaction potential, seismic settlement, and lateral spreading.
• Foundation analysis for bridge.
• Assessment of global slope stability of channel slopes.
• Foundation analysis and global stability analysis for retaining wall.
• Evaluation of soil corrosivity conditions and recommendations for mitigation measures.
• Design of pavement structural section in accordance with the Caltrans method.
• Develop soil infiltration rates following the City of Carlsbad BMP Design Manual.
Report Preparation
EMI will prepare a Geotechnical Report for the proposed bridge foundation that will include recommendations for the
retaining wall, structural pavement sections and infiltration devices. A draft report, summarizing the results of the field
investigation and laboratory soil tests, presenting the geologic and geotechnical site conditions and providing
geotechnical design and construction recommendations will be prepared for submittal to the City of Carlsbad and any
other participating agencies. EMI will address review comments and incorporate responses to comments into a final report.
Task 5.2 Traffic Impact Study
SIC will commission 24-hour traffic vehicle classification counts on the following three study area roadway segments:
• El Camino Real between Aviara Parkway-Alga Road and Arena! Road
• El Camino Real between Arena! Road and Costa Del Mar Road
• El Camino Real between Costa Del Mar Road and La Costa Avenue
STC will commission AM and PM peak hour intersection turning movement vehicle classification counts at the following
study intersections:
• El Camino Real / Arenal Road
• El Camino Real! Costa Del Mar Road
• El Camino Real! La Costa Avenue
Traffic Forecast
SANDAG models will be used to forecast the horizon year 2040 roadway segment and intersection volumes. Two (2)
SANDAG select link model runs will be conducted, one each for without and with the proposed project. The future models
will be compared with the base year 2012 model to estimate the growth rate which will be applied to the existing volumes
to estimate the horizon year 2040 volumes.
Dec. 15, 2020 Item #4 Page 19 of 31
la FNGINEERING
DOKKEN Page I 6
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 18TRAN
(City of
Carlsbad
Traffic Conditions Analysis
The roadway segment conditions will be evaluated based on the methodology outlined in the City of Carlsbad
Transportation Impact Analysis Guidelines, April 2018. Intersection operations will be evaluated using Synchro 10 analysis
software which utilizes Highway Capacity Manual (HCM) 6th Edition. STC will obtain signal timing plans from the City of
Carlsbad. The following scenarios will be evaluated in the traffic study:
• Existing Conditions
• Existing Plus Project Conditions
• Horizon Year 2040 (Baseline Condition)
• Horizon Year 2040 Plus Project Condition
STC will use the City of Carlsbad's Multi-Modal Level of Service (MMLOS) methodology to analyze impacts to pedestrian,
bicycle and transit transportation modes, both without and with the project.
Vehicle Miles Traveled (VMT) Analysis
California Environmental Quality Act (CEQA) transportation studies require VMT analysis to determine if the proposed
project causes significant impact. The City of Carlsbad's Draft Vehicle Miles Traveled (VMT) Analysis Guidelines dated April
20, 2020, will be used to conduct the VMT analysis. Two (2) SANDAG select link model runs will be conducted, one each for
without and with the proposed project. Comparison of the VMT will be made to determine if the project results in an
increase in VMT. Mitigation measures will be recommended if the project causes a significant impact.
Traffic Impact Study
Findings and recommendations of the traffic impact study will be summarized in a draft report, which will be supported
by graphics and analysis results tables. After addressing comments, STC will prepare and deliver the final report.
Project Element 5 Deliverables: Draft and Final Geotechnical Report, Draft and Final Traffic Impact Study
PROJECT ELEMENT 6—WATER RESOURCES
Task 6.1 Drainage Report
Dokken Engineering will perform a hydrologic analysis to quantify the existing and proposed runoff flowing from the
project site. Results of this analysis will be used to assist with the hydraulic analysis of the proposed condition.The hydraulic
analysis will consist of a post-project spread analysis, inlet efficiency calculations, and verification of storm drain pipe sizes
for new or impacted storm drain facilities. The City will provide or agree to assumed boundary conditions utilized in the
hydraulic analysis for connections to existing drainage systems and outfalls. A Drainage Report will be prepared to
document the hydrology and hydraulic analysis based on City criteria and will provide a detailed discussion of the existing
conditions, post-project drainage patterns and conditions, results of the on-site hydraulic analyses, and any issues of
special concern or significance. A draft version of the report will be submitted to the City at the 30%, 50% and finalized at
the 90% milestone.
Task 6.2 Storm Water Quality Management Plan
Dokken Engineering will prepare a Green Streets Storm Water Quality Management Plan (SWQMP) in accordance with the
City of Carlsbad BMP Design Manual and the San Diego Regional Municipal Separate Storm Sewer Systems (M54) Permit
(Order No. R9-2013-0001). The SWQMP is anticipated to include the following features: a description of the existing and
proposed site conditions and drainage patterns; identification of receiving water pollutants of concern and project specific
pollutants; a description of the feasible Site Design and Source Control Best Management Practices (BMPs) and justification
of measures considered infeasible or not applicable to the project; a description of the Green Street BMPs and justification
of measures considered infeasible or not applicable to the project; supporting Pollutant Control BMP Design Calculations;
the City standard single sheet BMP Exhibit depicting all BMPs, drainage management areas (DMAs), impervious features,
existing and proposed drainage improvements, discharge points, and other features as specified in the City BMP Design
Manual; an operation and maintenance plan; infiltration feasibility documentation; and all applicable forms and checklists.
Critical Course Sediment Yield Area (CCSYA) protection and analysis is not required since none exist within the project
drainage boundaries.
A draft version of the report will be submitted to the City at the 30%, 50% and finalized at the 90% milestone.
Task 6.3 Floodplain Hydraulics and Scour Analysis
Tory R. Walker Engineering will prepare a Floodplain Hydraulics Analysis to assess and address potential project impacts to
the existing flooding and natural floodplain values. For the purposes of this proposal, it is assumed that no current accurate
hydraulic model of San Marcos Creek in the vicinity of El Camino Real exists and that a new model must be prepared to
Dec. 15, 2020 Item #4 Page 20 of 31
10 ENGINEERING
DOKKEN Page I 7
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1118TRAN
(City of
Carlsbad
adequately design the road and bridge widening such that no adverse flood impacts result. If the El Camino Real widening
project is designed to not alter the floodplain, processing of a Letter of Map Revision (LOMR) will not be necessary.
The current (and historic) FEMA Flood mapping shows most of El Camino Real between Estrella De Mar Road and La Costa
Avenue is in Flood Zone A, indicating that no detailed study exists; the current and historic FEMA Flood Insurance Studies
do not contain any information for this reach of San Marcos Creek. It is likely that a floodplain study was conducted at one
time to prepare the floodplain map, but that the Zone A designation was chosen for this reach of San Marcos Creek.
Nevertheless, it is also likely (and assumed for the purposes of this proposal) that any such study will not accurately
represent the current conditions of the floodplain in the vicinity of El Camino Real and should therefore not be relied upon.
Tory R. Walker Engineering will prepare a detailed 1D (one-dimensional) HEC-RAS model of San Marcos Creek, beginning
approximately 100 feet downstream of the existing bridge and ending not more than 1,500 feet upstream. The model will
be revised to incorporate design iterations of the El Camino Real widening project to ensure no floodplain impacts result
from proposed modifications. Existing topographic mapping and data will be used, along with a site investigation, for
developing the floodplain hydraulic model; a new topographic survey of the existing bridge will supplement the existing
topographic mapping.
This scope assumes that neither a CLOMR or a LOMR will be needed, and that a reasonable range of downstream BFEs can
be used to test floodplain impacts and ultimately demonstrate no significant floodplain impacts, since it will not be
necessary to tie into an established BFE.
Tory R. Walker Engineering will utilize the proposed condition HEC-RAS analysis to prepare a bridge scour analysis of the
existing and proposed piers and abutments. Tory Walker will use FHWA HEC-18, along with other resources, to estimate
scour depth.
Project Element 6 Deliverables: Drainage Report at the 30%, 50%, and 90% milestones; SWQMP at the 30%, 50%, and 90%
milestones; and Draft and Final Floodplain Hydraulic and ScourAnalysis
PROJECT ELEMENT 7 —PERMITTING AND ENVIRONMENTAL PROCESSING
Task 7.1 Environmental Studies
AECOM will prepare the following environmental studies, including biological, cultural, noise, and air quality evaluations.
Biological and cultural studies will be summarized in separate technical reports, while noise, air quality and GHG
evaluations will be summarized in the Initial Study (IS). When available, existing information (e.g. biological resources) will
be used to streamline preparation.
Task 7.1.1 Biological Resources
AECOM will conduct vegetation and general wildlife surveys adjacent to the project to evaluate potential project
impacts. AECOM will prepare a Biological Technical Report per City requirements; staff will collaborate with CDFW
and specialists conducting surveys within the lagoon to obtain relevant existing information to incorporate into
the Biological Technical Report; it is assumed existing information will be sufficient to prepare the technical report.
A jurisdictional delineation to define federal and state waters will be completed within the project area. A
Jurisdictional Delineation Report will then be prepared per USACE requirements and at a sufficient level of detail
to complete wetland permitting.
AECOM will also evaluate potential construction impacts to bats occupying the bridge structure. The team will
conduct seasonal bat surveys at the El Camino Real Bridge location to identify the bat species, numbers of bats,
and locations the bats are roosting at various times of year. The surveys will be summarized in a letter report and
will inform development of appropriate mitigation measures for minimizing impacts during bridge construction.
Assumptions:
• Existing information from CDFW and others will be sufficient to prepare the Biological Technical Report
• Minimal impacts to wetland resources are anticipated in the location of the bridge, and the jurisdictional
delineation will focus on wetlands in proximity to the bridge. Direct impacts to salt marsh/wetlands along
El Camino Real are not anticipated.
Task 7.1.2 Cultural Resources
AECOM will conduct archival research (including a records search within a 1-mile radius of the project site) and a
Native American contact program to assess potential impacts to cultural resources. Pending results of the records
search, a cultural resources survey may also be performed. Those investigations will be documented in a cultural
Dec. 15, 2020 Item #4 Page 21 of 31
a ENGINEERING
DOKKEN Page I 8
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 1 8TRAN
(City of
Carlsbad
resources letter report that will support the USACE's Section 106 consultation and the environmental document.
The cultural resources work will be performed consistent with the Section 106 of the National Historic Preservation
Act (54 U.S. Code [USC] 306108), as amended; and the City of Carlsbad Tribal, Cultural, and Paleontological
Guidelines (ECORP 2017). It is assumed the project study area will not change after the records search is requested.
Task 7.1.3 Noise and Vibration
AECOM will conduct a noise and vibration analysis and impact assessment in support of the MND. The project
design is expected to generally maintain ambient noise levels in the project vicinity and is not traffic generating,
although the road alignment may shift slightly with the addition of the 3rd travel lane and sidewalks. The noise
evaluation will address any changes in noise as a result of adjustments to the road alignment as well as
construction noise and vibration and identify mitigation measures as necessary. Results and impact discussions
will be summarized in the environmental document with an appendix containing data inputs and calculations. A
technical appendix containing the noise information will be included as part of the Initial Study/MND. A
standalone technical report will not be prepared.
Task 7.1.4 Air Quality/Greenhouse Gas Emissions
AECOM will conduct an air quality and greenhouse gas (GHG) emissions analysis, including a general discussion
and quantitative estimate of construction-related emissions. The project design is expected to reduce travel time
and traffic congestion in the project area, providing a regional and localized air quality and GHG emissions benefit.
As a result, the operational air quality and GHG emissions analysis will be conducted at a qualitative level of detail
based on the information in the Traffic Impact Study. The analysis will also include a qualitative discussion of the
project's toxic air contaminant (TAC) emissions and exposure to sensitive receptors during construction and
operation. Results and impact discussions will be summarized in the environmental document with an appendix
containing data inputs and calculations. A technical appendix containing emissions and air quality information
will be included as part of the Initial Study/MND. A standalone technical report will not be prepared.
Task 7.2 Environmental Documentation (CEQA - IS/MND Preparation)
Discretionary actions for the project will be subject to the California Environmental Quality Act (CEQA).AECOM assumes
significant project impacts will be mitigated below a level of significance, allowing for the preparation of a Mitigated
Negative Declaration (MND) to be completed pursuant to CEQA Guidelines Section 15063. The team will initially prepare
an Initial Study (IS) to confirm an MND is adequate prior to preparation of that document.
The document will address the full suite of topics in Appendix G of the State CEQA Guidelines, and analyze impacts
associated with project construction/implementation as well as operations. The MND will identify mitigation needs and
include/reference the environmental studies as described above. The process will be sequential and follow the steps below:
1. Prepare Draft IS Checklist — Perform environmental impact analysis of the project and prepare an IS Checklist based
on the impact prompts in the current version of the State CEQA Guidelines Appendix G.
2. Draft IS/MND — Incorporate City edits and comments and prepare an MND that attaches to the IS. AECOM will
assist the City in proper MND noticing and adoption requirements per Sections 15070 through 15075 of the State
CEQA Guidelines. AECOM will prepare of a Notice of Intent to Adopt an MND for City review and then distribution
to State Clearinghouse, distribution to the project mailing list (responsible and trustee agencies and persons
requesting notification), posting at the County Clerk's office, and/or publication in a newspaper of general
circulation.
3. Final IS/MND and Response to Comments — Provide responses to public comments and prepare a Final IS/MND.
Prepare a Mitigation Monitoring and Reporting Program to be included with Final IS/MND for City approval.
AECOM will prepare the Notice of Determination and file with the State Clearinghouse and County Clerk within 5
working days of project approval.
Assumptions:
• The environmental issues to be addressed via the CEQA process will primarily be focused on biological resources:
the roosting bat colony, lagoon and wetland habitats, and nearby sensitive birds.
• It is assumed that the City will compile and maintain a project distribution list consisting of physical addresses and
email addresses of persons requesting information on the project to be used for noticing purposes.
• It is assumed that filing notices with the State Clearinghouse will occur via the digital CEQA portal with AECOM as
an authorized subnnitter for the City.
Dec. 15, 2020 Item #4 Page 22 of 31
RP ENGINEERING
DOKKEN Page I 9
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 1 8TRA N
(City of
Carlsbad
• AECOM assumes the City will be responsible for posting the document on their website.
• AECOM assumes the City will provide for payment of any filing and noticing fees, as well as advertising fees
associated with any newspaper ads if desired.
• It is assumed that public comments will be responded to in a side-by-side format with up to 20 substantive
individual comments.
• AECOM assumes the City will pay the CDFW and County Clerk CEQA filing fees (per current fee schedule).
Task 7.3 Coordination with Resource Agencies and Environmental Permitting Process
The project is assumed to require permits from several state and federal agencies, depending on the final project design,
including the CCC, USACE, RWQCB, and CDFW. In addition, Section 7 consultation with the USFWS, and close coordination
with the wildlife agencies and the Batiquitos Lagoon Foundation, will be necessary for the success of the project. AECOM
will facilitate meetings with each agency to confirm permit requirements, prepare permit applications, and work
proactively with the City and agencies to confirm draft permit conditions prior to permit issuance.
Specific tasks related to permitting are listed below.
1. Conduct Permit Pre-Application Meeting — Meet with each permitting/resource agency to identify critical permit
needs and requirements prior to submitting permit applications.
2. Develop Habitat Mitigation and Monitoring Plan (HMMP) for limited wetland impacts.
3. Preparation of a bat mitigation strategy is also included to support.
4. Apply for Permits — Prepare and submit required permit applications to the agencies.
5. Support Permit Processing —The team will facilitate acquisition of permits by responding to requests for additional
information, coordination regarding project impacts and avoidance/minimization measures, and negotiating
feasible, cost-effective conditions.
6. Attend Coastal Commission Hearing — Attend the hearing as needed.
Assumptions:
• Upland habitat impacts will be addressed under the HMP regulations and will not require separate permit
coordination or mitigation planning.
• No direct impacts to salt marsh and minimal direct permanent impacts to federal waters of the U.S./wetlands will
occur (assumed to be onsite and less than 1/2 acre), and the project will qualify for a Nationwide Permit under the
Clean Water Act Section 404.
• Direct impacts to CDFW property will not occur; the project footprint will be limited to existing City ROW and/or
private property. Property acquisition will be coordinated by the City.
• No Essential Fish Habitat (EFH) will be impacted, and no separate consultation with National Marine Fisheries
Service will be required.
• Section 7 consultation will be informal (no separate Biological Assessment or Biological Opinion will be required)
• One round of comments and requests for supplemental information will be required by each agency; permitting
agencies will adhere to regulated timelines for review and permit issuance.
• Up to 40 hours of staff time at various bill rates has been included for agency permit negotiations.
Task 7.4 Illustrative Graphics
AECOM will prepare one Illustrative Perspective Rendering and one Illustrative Section for the roadway widening of El
Camino Real from Arenal Road to La Costa Avenue. Illustrations will be prepared using the 30% Construction Document
Information provided by the design team. The illustrations will be schematic. The Illustrative Perspective Rendering will
depict proposed improvements, with minimal background information depicted. Illustrations will be prepared using
digital software and in color. Draft and final illustratives will be provided. AECOM will respond to one round of consolidated
comments from the City. All submittals will be electronic.
Project Element 7 Deliverables: Draft and Final Biological Technical Report, Draft and Final Jurisdictional Delineation Report,
Draft an d Final BatSurvey Letter Report, Draftand Final Cultural Resou rce Letter Report, Noise Technical Append ix, Air Quality/GHG
Technical Appendix, Draft IS Checklist, Drat IS/MND, Notice of Intent to Adopt MND, Final IS/MND and Response to Comments
(including Mitigation Monitoring and Reporting Program, Notice of Determination, Draft Permit Applications for Corps NWP,
RWQCB 407 Water Quality Certification, CCC Coastal Development Permit, CDFW Streambed Alteration Agreement, Permit
applications listed previously for Agency submittal, and Draft and Final Illustrative Graphic.
Dec. 15, 2020 Item #4 Page 23 of 31
NM ENGINEERING
DOKKEN Page I 10
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1 1 1 8TRA N
(City of
Carlsbad
PROJECT ELEMENT 8— 30% PLANS, SPECIFICATIONS AND ESTIMATE
Task 8.1 30% Engineering Plans
The Dokken Team will review and respond to City comments on the concept exhibit submitted. Once all comments are
addressed, our team will prepare 30% plans, which will include:
• Title (1) • Signing and Striping Plans (3)
• Notes, Index Map (1) • Stage Construction Concept Plan (2)
• Typical Sections (1) • Bridge General Plan (1)
• Roadway Improvement Plans (4) • Bridge Foundation Plan (1)
• Utility Plans (2) Total Plans Sheets = 18
Task 8.2 Landscape Concept Plan
ADL shall prepare landscape design concepts for the east and west side parkways, San Marcos Creek bridge areas, on-site
stormwater treatment as well as the sensitive habitat areas adjacent the Batiquitos Lagoon. Anticipated treatments shall
promote Greenstreet philosophies, maintain landscape standards consistent with El Camino Real throughout the City,
reinforce the environmentally sensitive edge conditions as well as to reinforce Low Impact Development, (LID), principles.
All proposed improvements shall be in accordance with the City of Carlsbad's BMP Design Manual, Landscape Manual, and
as further detailed within the project RFP.
Task 8.3 30% Specifications Outline and Estimate
Dokken will provide an outline of the specifications using the AASHTO Greenbook and City of Carlsbad Standards. All
necessary sections will be identified. Dokken will prepare a revised detailed construction cost estimate based on the 30%
plans.
Project Element 8 Deliverables: 30% Engineering Plans, LandscapeConcept Plan, 30% Specification Outline, 30% Estimate
PROJECT ELEMENT 9 — 50% PLANS, SPECIFICATIONS AND ESTIMATE
Task 9.1 50% Plans
The Dokken Team will review and respond to City comments on the 30% plans submitted. Once all comments are
addressed, our team will continue the design effort to reach the 50% design level. The 50% design effort will include all
plan sheets required for construction with a 50% level of detail.
The Dokken Team will prepare 50% design level drawings with the following drawings included:
• Title (1)
• Notes, Index Map (1)
• Typical Sections (1)
• Demolition Plans (2)
• Roadway Improvement Plans (4)
• Utility Plans and Details (6)
• Storm Drain Plans and Details (8)
• Misc. Construction Details (4)
• Signing and Striping Plans (3)
• Electrical Plans (5)
• Water Pollution Control (3)
• Irrigation Plans (3)
• Planting Plans (3)
• Retaining Wall Plans (4)
• Bridge Plans (22)
• Traffic Control Plans (4) (Not a
part of plan set)
Total Plans Sheets = 74
Task 9.2 50% Specifications Outline and Estimate
Dokken will update the specification outline for the 50% design. Dokken will prepare a revised detailed construction cost
estimate based on the 50% plans.
Project Element 9 Deliverables: 50% Plans, 50% Specification Outline, 50% Estimate
Project Element 10— 90% Plans, Specifications and Estimate
Task 10.1 90% Plans
The Dokken Team will review and respond to any City comments from the 50% plan submittal. Once all comments are
addressed, our team will continue with the design effort to reach the 90% level of detail. The Dokken Team will prepare a
revised construction cost estimate on the 90% level of detail. Any changes in unit items or costs from the 50% submittal
will be identified and shared with the City.
Dec. 15, 2020 Item #4 Page 24 of 31
l&I ENGINEERTNG
DOKKEN Page I 11
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1118TRAN
(City of
Carlsbad
Dokken will prepare the bridge design, detailing all elements of the bridge and complete the full design with a set of
stamped calculations prepared by a Registered California Professional Engineer.
Task 10.2 90% Specifications and Estimate
Dokken will utilize the specification outline from the 50% submittal and provide a complete set of specifications covering
all aspects of the project. The specifications will be prepared in City of Carlsbad and Green Bookformat. Dokken will prepare
a revised construction cost estimate on the 90% level of detail. Any changes in unit items or costs from the 50% submittal
will be identified and shared with the City.
Task 10.3 90% Structures Design Calculations
Dokken will complete a set of bridge design calculations for all elements of the East and West widening structures, signed
and stamped by a Registered California Professional Engineer. Design calculations will confirm element capacities
conforming to the AASHTO Bridge Design Specifications, 6th Edition with interims and the California Amendments
published by Caltrans and the California Seismic Design Criteria, version 1.7.
Task 10.490% Structures Independent Check
Dokken will complete an independent design check for the structures performed by a Registered California Professional
Engineer completely independent from the designer. The design checker will prepare a complete set of design check
calculations to verify the capacity of all substructure and superstructure elements. All structure plan details will be reviewed
by the check engineer for completeness and accuracy. A thorough review of the details will be performed for clarity,
capacity, standards, and constructability issues. When the independent check is complete, the checker and designer will
compare their results and resolve any differences. The calculations will be corrected so that they agree substantially with
each other. Agreement is then reached regarding corrections to the plans. After plan corrections, both the designer and
checker will review the corrected details to ensure all concerns have been addressed.
Project Element 10 Deliverables: 90% Plans, Specifications, and Estimate, Structures Design Calculations, Independent Structures
Check Calculations; Comment and Response Matrix; Design Professional Quality Control Statement
Project Element 11 - 100% Plans, Specifications and Estimate
Task 11.1 100% Plans
The Dokken Team will review and respond to City comments from the 90% Plans submittal. After addressing all comments,
our team will continue with the preparation of the 100% Plans. This package will be the 100% construction document to
advertise and build the project, including final plans.
Task 11.2 100% Specifications and Estimate
Dokken will review and respond to any City comments from the 90% specification and estimate submittal. Once all
comments are addressed, our team will continue with the preparation of the 100% Specifications and estimate. This
package will be the final construction document to advertise and build the project, including final plans, bid schedule,
specifications, and cost estimates.
Project Element 11 Deliverables: 100% Plans, Specifications, and Estimate; DEH Approved Irrigation Plans
PROJECT ELEMENT 12- BID SERVICES
Task 12.1 Bidding Support
The Dokken Team will assist the City with the bidding process, attend pre-bid meetings, answer questions, respond to
request for information, prepare addendums and prepare conformed set of "as bid" construction documents incorporating
addendums into the final construction documents. It is assumed up to 64 hours will be required for bid support.
Task 12.2 Construction Support
The Dokken Team will respond to request for information, provide support to the Construction Manager, and attend
contractor progress meetings as requested by the City. It is assumed up to 204 hours will be required for construction
support.
Task 12.3 As-Built Drawings
The Dokken Team will prepare as-built drawings based on the Contractor's red line drawings provided by the City.
Project Element 12 Deliverables: Respond to Bid Questions; Respond to Requests for Information; Prepare Addendums; Prepare
Conformed Set of Construction Document; Respond to Requests for Information; As-Built Drawings
Dec. 15, 2020 Item #4 Page 25 of 31
Igl ENGINEERING
DOKKEN Page I 12
DocuSign Envelope ID: 38504250-AF59-4689-9883-E5226E27AB89
ENGINEERING DESIGN SERVICES FOR
ROADWAY WIDENING TO EL CAMINO REAL
FROM ARENAL ROAD TO LA COSTA AVENUE
#RFQ20-1118TRAN
(City of
Carlsbad
PROJECT ELEMENT 13— OPTIONAL SERVICES
Task 13.1 Optional EIR Preparation
AECOM assumes significant project impacts will be mitigated below a level of significance, allowing for the preparation of
a Mitigated Negative Declaration (MND) to be completed pursuant to CEQA Guidelines Section 15063. However, the final
determination on the CEQA document to be prepared will be made in coordination with City Planning staff, following the
completion of an Initial Study (IS). AECOM has included optional tasks for preparation of an EIR, should it be determined
necessary following completion of the IS.
After preparation of the IS Checklist (subtask 1 as listed above), if it is determined an EIR is required, AECOM will proceed
with preparation of an EIR. The IS Checklist would serve as a streamlining tool to screen out CEQA topics where no impact
or a less than significant impact would occur and no further analysis in an EIR is warranted, allowing the EIR to focus on the
issues areas of potential significance (assumed to be less than 4). The project description in the IS Checklist would be
augmented to meet the requirements for an EIR including but not limited to project objectives, discussion of scoping
process, and project alternatives. Preparation of an EIR would also warrant cumulative and alternatives impact analysis, as
well as incorporation of detailed existing conditions and regulatory framework sections within each CEQA topic section
carried forward.
1. Notice of Preparation — AECOM will prepare and circulate a Notice of Preparation per State CEQA Guidelines
Section 15082.
2. Draft EIR — AECOM will prepare and submit an EIR based on the CEQA topics that warrant additional impact
analysis. Screened out CEQA topics would be discussed in an Effects Not Found to be Significant chapter. After
review by the City, a Notice of Availability per State CEQA Guidelines Section 15085 would be prepared by AECOM
for publication and distribution and submitted to the State Clearinghouse, County Clerk, and project distribution
list (to be confirmed by the City), and publication in a local newspaper of general circulation (fees assumed to be
paid by the City).
3. Final EIR and Response to Comments — AECOM will provide responses to public comments and prepare and
submit the Administrative Final EIR for City review. After City review, the Final EIR would be prepared including
the Findings of Fact, Statement of Overriding Considerations, and Mitigation Monitoring and Reporting Program.
A Notice of Determination per State CEQA Guidelines Section 15094 would be prepared in anticipation of
certification by the City and filed within 5 working days with the State Clearinghouse and County Clerk along with
payment of CDFW and County filing fees (assumed to be paid by City).
Project Element 13.1 Deliverables: Draft and Final Notice of Preparation, Screencheck Draft EIR, Public Review Draft EIR, Notice of
Availability, Screencheck Final EIR (including Mitigation Monitoring and Reporting Program), Draft and Final Findings and
Statement of Overriding Considerations (if necessary), Final EIR, Notice of Determination
Task 13.2 Optional Protocol Surveys
Batiquitos Lagoon supports a known population of Belding's savannah sparrow and light-footed Ridgway's rail and
California gnatcatcher which are known to occur in the eastern portion of Batiquitos Lagoon. If available survey information
is not adequate for CEQA and permitting, or if requested by the resource agencies, AECOM permitted avian biologist James
McMorran will conduct protocol/focused surveys for the light-footed Ridgway's rail, Belding's savannah sparrow, and
California gnatcatcher and prepare 45-day letter reports for submittal to the resource agencies, as required by USFWS
permits.
Project Element 13.2 Deliverables: Draft and Final 45-day reports for sensitive species surveys
Task 13.3 Optional Off-Site Hydrologic Study
It is assumed that a 100-year peak flow rate has been or will be established by the City for use in a hydraulic model of San
Marcos Creek at the El Camino Real bridge to support Tasks 6.3. However, if the City desires, Tory Walker could prepare a
new hydrologic model of the San Marcos Creek watershed using procedures outlined in the San Diego County Hydrology
Manual, accounting for attenuation of water bodies upstream, such as Lake San Marcos.
Project Element 13.3 Deliverable: San Marcos Creek Hydrologic Analysis and Report
Dec. 15, 2020 Item #4 Page 26 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-98133-E5226E27ABB9
DOKKEN ENGINEERING EMI
TASK DESCRIPTION
'gee =0
i S--
til
l';'.8)
i Pc
e 2
g $1 Li
g Eg
.
'.E. -1 t.
v
m
: g
..$ a .E ^ E alis
E
't e
g
l'A
l,..l
r i
t.
.
.I' 2
1
E
t
g
VC
1 o
F
1 $
A
it
ei
th I
4
2 1 Oi
l
i et ,z. S
t 1 ,
oli
TOTAL
HOURS
OTHER DIRECT
COST TOTAL COST
it .. 2 A
t+
S.
t
T.
E
m I a
1
lE Ill
. 6 .5
' e
v °-.
. 1
A
ll
1 4
c 6
TOTAL
HOURS
OTHER
DIRECT COST TOTAL COST
LOADED BIUJNG RATE $240 Ens $205 $165 $zos Ow $165 $140 $100 $up Els poo $1.73 $205 $250 $175 $135 $115 $115
Project Element 1 - Pooled Management and Meetings 200 88 12 300 560,500
Task 1.1 Project Kick-off and PDT Meetings 60 48 12 120 $26,700
Task 1.2 Project Administration 140 40 180 141,800
Project Element 2 - Design Survey and Right of Way Engineering 0 4 12 26 $6,500 Moo
Task 2.1 Topographic Surveying 2 4 6 12 52,140
Task 2.2 Right of Way Engineering 0 4 6 12 $2,140
Task 2.3 Appraisal 2 2 $6,300 $6,980
Project Element 3 - Slte investigations and Concept Development 14 20 26 40 98 164 527,150
Task 3.1 Preliminary Site Investigations 6 0 1 0 0 36 16,430
Task 3.2 Concept Geometric Development 8 20 00 00 90 128 $20,720
Project Element 9 - Utility Coordination and Relocation 32 64 12 no 104 392 $30,000 $93,300
Task 4.1 Utility Coordination and Meetings 20 40 60 120 $22,900
Task 4.2 MIEW Base Mapping 2 0 24 40 74 110,080
Task 4.3 Utility Potholing 2 8 16 24 50 $30,000 $37,160
Task 4.4 Uthity Conflict Identification and Resolution 8 8 12 BO 40 148 123,220
Project Element 6 - Engineering Studies 9 8 8 4 4 28 $5,300 4 El 16 18 98 68 052 $35,500 068,040
Task 5.1 Geotechnlcal investigation 0 4 3 4 4 22 $4,000 4 8 16 58 98 GB 252 $35500 $68,040
Task 5.2 Traffic Impact Study 2 0 0 $1,300
Project Element 6-Water Resources 12 12 4 30 135 180 379 Esomo
010k 6.1 Drainage Report 4 4 16 90 100 214 127,660
Task 6.2 Storm Water Quality Management Plan 4 4 16 45 80 199 $19,360
Task 6.3 Floodplain Hydraulics and Scour Analysis 4 4 4 4 US $3,420
Project Element 7 -Permitting and Environmental Processing 00 00 32 112 $21,000
Task 7.1 Environmental Studies
7.1.1 Biological Resources 0 2 4 1890
7.1.2 Cultural Resources 2 2 4 $890
7.1.3 Noise and Vibration 2 2 4 $ego
7.1.4 Air Quallty/Greenhouse Gas Emissions 2 2 4 MO
Task 7.2 Enclronme.al Documentation 8 8 16 $3,560
Task 7.3 Coordination with ReSO.Ce Agencies and Environmental Permitting Process 24 24 32 80 $13,880
Task 7.4 Illustrative Graphic
Project Element 0- 30% Plans, Specit 'cations and Estimate 19 22 20 4 4 72 104 18 60 00 40 403 $59,910
Task 8.1 30% Engineering Plans 14 16 16 4 4 64 72 18 60 40 40 348 152,140
Task 8.2 landscape Concept Plan 1 2 3 $650
Task El.3 30% Specifications Outline and Estimate 4 0 4 0 32 52 $7,120
Project elements-SOD Plans, Spedf !cations and Estimate 42 53 52 10 45 95 105 237 79 112 232 120 1,177 $167,600
Task 9.1 50% Plans 38 49 98 10 45 87 105 205 74 152 282 120 1125 1160,480
Task 9.2 5011,5pecifications Outline and Estimate 4 4 4 8 32 52 $7,120
Project Element 10 - 90% Plans, Specifications and Estimate 32 95 68 2 8 90 119 70 209 44 106 332 40 1,207 $173,970
Task 10.1 90% Were 24 37 28 6 44 79 711 229 44 64 10B 40 781 1103,090
Task 10.2 90% Specifications and Estimate 8 3 16 5 2 10 40 20 24 130 $20,480
Task 10.3 90% Structures Design Calculations 24 36 100 160 120,860
Task 10.4 90% Structures Independent Check 40 36 100 176 $23,540
Project Element 11- 100% Piens, Specifications and Estimate 20 32 26 0 4 36 BB 47 129 25 28 64 20 527 577,430
Task 11.1 100% Plans 20 24 22 4 26 56 47 109 25 26 60 20 439 163,460
Task 11.2 100%Speciflcations and Estimate 4 0 4 4 10 32 20 2 4 138 $13,990
Project Element 12 - Bid Services 92 48 40 24 40 90 234 $93,800
Task 12.1 Bidding Support 10 10 10 30 16,500
Task 12.2 Construction Support 30 30 24 24 108 $22,230
Task 12.3 As-Built Drawings 2 0 6 40 40 96 $15,070
Project Element 13 - Optional Semites 34 34 se 513,080
Task 13.1 UR Preparation 30 20 50 011,300
Task 13.2 Protocol Surveys
Task 13.3 Optional Of OSP e I lydrologic Study 4 4 a 51,7011
TOTAL HOURS WITHOUT OPTIONALTASKS 467 448 268 190 62 175 446 377 1,083 501 340 672 260 0,989 4 3 10 58 98 68 252
TOTAL COST WiTHOUT OPTIONAL TASKS $112,080 $91,840 $50,940 $31,350 612,750 $33,250 $73,590 $52,780 $1011,300 $24,120 $56,100 $67,200 $44,980 $36,500 $799,740 $820 $2,000 $2,800 $7,830 511,270 57,820 $35,500 $68,040
TOTAL HOURS WITH OPTIONALTASIC5 501 472 268 190 62 175 446 377 1,083 201 340 672 260 5,047 4 6 10 53 98 68 251
TOTAL COST WITH OPTIONAL TAMS 51211,240 296,760 054,940 $31,350 $12,710 $33,250 $73,590 $52,780 $108,300 $24,120 856,100 $67,200 $44,981) $36,000 $812,820 , $820 $2,000 62,800 67,830 $11,270 0,820 05,500 $58,040
10 ENGINEERING
DOKKEN
Dec. 15, 2020 Item #4 Page 27 of 31
DocuSign Envelope ID: 38504250-AF59-41381-9883-E5226E27AB89
Aguirre - STC Traffic ADL PLANNING ASSOCIATES
DESCRIPTION .
J
5
1
k
'Z'
i
c A
.2
3 S
2
It
e. eta
TOTAL
HOURS
OTHER
DIRECT COST
ITASK TOTALCOST
E
2
I
i i. Li
tt
c
1
ve.
..5
ti
t
tg
1
t y.
TOTAL OTHER
DIRECT COST TOTALCOST
1 .0
E
:i
5,
t
2
t
r2
i.
2
6
-
It
fl
/
TOTAL
HOURS
OTHER
6107 0557 TOTAL COST
LOADED BILLING RATE $175 $140 $100 $407 $220 $200 $150 $130 Sus $145 $os $75
Project Element 1 -Project Management and Meetings 5 3 10 18 $250 $2,510
Task 1.1 Project lOck-off and POT Meetings 5 3 10 10 $250 $2,510 Task 1.2 Protect Administration
Project Element 2 -Design Survey and Right of Way Engineering 4 75 68 129 no $11,030 $81,533
Task 2.1 Topographic Surveying 4 26 40 07 157 $6,900 $54,719
Task 2.2 Right of Way Engineering 49 00 32 109 $4,130 $26,014
Task 2.3 Appraisal
Project Element 3 - SIM Investigations and Concept Development 3 20 15 38 15,E50
Task 3.1 Preliminary Site Investigations
Task 3.2 Concept Geometric Development 3 20 15 38 94,550
Project Element 4 -Utility Coordination and Relocation 2 8 10 13,536
Task 4.1 Utility Coordination and Meetings
Task 4.2 Utility Base Mapping
Task 4.3 Utility Potholing 2 8 10 $3,336
Task 4.4 Utility Conflict Identification and Resolution
Project Element 5 - Engineering Studies 12 2 62 BO 162 $7,500 $31,560
Task 5.1 Geotechnical Investigation
Task 5.2 Traffic Impact Study 18 2 62 13111 162 $7,500 $31350
Project Element 6 - Water Resources
Task 6.1 Drainage Report
Task 6.2 Storm Water Quality Management Plan
Task 6.3 Floodplain Hydraulics and Scour Analysis
Project Element 7 - Permitling and Environmental Processing
Task 7.1 Environmental Studies
7.1.1 Biological Resources
7.12 Cultural Resources
7.13 Noise and Vibesslon
7.1.4 Air Quality/Greenhouse Gas Emissions
Task 7.2 Environmental Documentation
Task 73 Coordination with Resource Agencies and Environmental Permitting Process
Task 7.4 Illustrative Graphic
Project Element 8 - 30% Plans, Speamtions and Estimate = 25 20 50 Aso
Task 8.1 30% Engineering Plans
Task 8.2 Landscape Concept Plan $ 20 20 45 $4,125
Task 8.3 30% Specifications Outline and Estimate 5 $475
Project Element 3 - 50% Plans, Specifications and Estimate 2 25 05 32 12,940
Task 9.1 SO% Plans a 17 10 29 $2,655
Task R.2 50% Specifications Outline and Estimate 3 3 Sas
Project Element 10 - 90% Plans, Specifications and Estimate 4 30 20 54 $4,930
Task 10.1 90% Plans 5 25 18 45 $4,300
Task 10.2 9015 Specifications and Estimate 1 2 2 6 $630
Task 10.3 00% Structures Design Calculations
Task 10.4 9056 Structures Independent Check
Project Element 11 - 100% Plans, Specifications ond Estimate 2 5 15 10 32 $3,250
Task 11.1 100% Plans 2 4 14 10 30 $3,010
Task 11.2 100% Specifications and Estimate 1 1 2 $240
Project Element 12 -Bid Services 2 10 15 27 $3,225
Task 12.1 Bidding Suplosst a a 4 $402
Task 12.2 Construction Support 2 6 8 16 $1.940
Task 12.3 As-Built Drawings 0 5 7 $765
Project Element 13 - Optional Services
Task 13.1 EIR Preparation
Task 13.2 Protocol Surveys
Task 133 Optional Off-Site Hydrologir Study
TOTAL HOURS WITHOUT OPTIONAL TASKS 4 77 68 137 286 18 2 62 80 162 12 49 130 60 251
TOTAL COST WITHOUT OPTIONAL TASKS $700 $10,780 $6,800 055,750 $11,030 $85,069 $3,960 $400 $9,300 $10,900 17,400 $31,550 $2,100 $7,105 $12.350 $4,000 $250 $26,305
TOTAL HOURS WITH OPTIONAL TASKS 4 77 68 137 2116 10 2 62 BO 162 12 49 130 60 251
TOTAL COST WITH OPTIONAL TASKS $700 $10,78.0 $6,800 $55,759 $11,030 $85,069 $3,960 1400 $9,300 $10,400 $7,300 $31$60 $2,100 $7,103 $12,350 $4,500 $250 $26,305
aENGINEERING
DOKKEN
Dec. 15, 2020 Item #4 Page 28 of 31
DocuSign Envelope ID: 38504250-AF59-4B89-9883-E5226E27AB59
AECOM
TASK DESCRIPTION
r i
i
t y
ff,
R n ,,... i 5 a
._
,1 >
it ti
g
EE
2 2
4. a
s 2 4 4
AG
. Yon
ak 2
!=
E
1
-2 i
g° 2
I 4
; E 4,
1 o
,
1
t
!" ;
..1 e
1
. 1 '2
i
1
lr4
A .
-o
6.
i
g. 4 g
al
9. . 1 13
1.
E.
1
l I
2 .9 I'
E
I r.%
..-,
1 0
i 3
TOTAL
HOURS
OTHER
DIRECT COST TOTAL COST
LOADED MUM RATE $175 $175 $105 $130 $150 $125 OM $90 $105 $130 $90 $210 MOO $100 $110 $150 $210 $us $100
Project Element 1 - Project Manamment and Meetings 92 6 16 40 154 $800 $25,630 Task 1.1 Project Kick-off and PDT Meetings 60 05 $800 $14,030
Task 1.2 Project Administration 32 40 7 $11,600
Project Element 2 -Design Survey and Right of Way Engineering
Task 2.1 Topographic Surveying
Task 2.2 Right of Way Engineering
Task 2.3 Appraisal
Project Element 3 -Site Investigations and Concept Development
Task 3.1 Preliminary Site Investigations
Task 3.2 Concept Geometric Development
Project Element 4 - Utility Coordination and Relocation
Task 4.1 Utility Coordination and Meetings
Task 4.2 Utility Base Mapping
Task 4.3 Utility Potholing
Task 4.4 Uttft Conflict Identification and Resolution
Project Element S - Engineering StudIss
Task 5.1 Gentechnical Investigation
Task 5.2 Traffic Impact Study
Project Element 6 - Water Resources
Task 6.1 Drainage Report
Task 6.2 Steno Water Quality Management Plan
Task 6.3 Floodplain Hydraull. and Scour Analysis
Project Element,- Permitting and Environmental Processing 158 92 360 66 110 166 20 96 06 as 9 10 90 70 72 0 90 16 1,407 $3,726 6180,465
Task 7.1 Environmental Studies
7.1.1 Biological Resources 8 B 140 20 20 6 6 208 $300 $25,960
7.1.2 Cultural Resources 4 32 96 9 4 90 $2125 $12,465
7.1.3 Noise and Vibration 4 30 2 36 1150 15,170 7.1.4 Air Quality/Greenhouse Gas Emissions 4 40 4 50 $5,680 Task 7.2 Environmental Documentation 86 8 200 24 26 6 6 6 24 40 40 466 $525 $57,015
Task 7.3 Coordination with Resource Agencies and Environmental Permitting Place. 52 76 160 110 44 28 22 494 $125 $65,645
Task 7.4 filustrative Graphic 0 44 11 63 $7,730 Project Element 8 - 30% Plans, Specifications and Estimate
Task 8.1 30% Engineering Plans
Task 8.2 Landscape Concept Plan
Task 0.3 30% Specifications Outline and Estimate
Project Element 9 - 506 Plans, Specifications and Estimate
Task 9.1 50% Plans
Task 9.2 50%Specifica5ions Outline and Estimate
Project Element 10- 90% Plans, Specifications and Estimate
Task 10.1 90% Plans
Task 10.2 90% Specifications and Estimate
Task 10.3 90% Structures Design Calculations
Task 10.4 90% Structures independent Check
Project Element 11 - 10095 Plans, 5 peclficetions and Estimate
Task 11.1 100% Plans
Task 11.2 100% Specifications and Estimate
Project Element 12 - Issci Services
Task 12.1 Bidding Supped
Task 12.2 Construction Support
Task 12.3 As-toll Drawings
Project Element 13 -Optional Services 125 8 300 170 10 29 8 90 M 40 763 31,750 395,630
Task 13.1 Bill Preparation 120 0 300 10 24 8 40 40 40 590 1850 $73,000
Task 13.2 Protocol Surveys 170 5 175 $900 $22,600
Task 13.3 OntIonal Off-Site Hydrologic Study
TOTAL HOURS WITHOUT OPTIONAL TASKS 250 98 376 56 110 166 20 46 46 35 4 10 90 78 72 40 S 04 10 1,561
TOTAL COST WITHOUT OPTIONALTASICS $41,750 $17,150 $39,080 $7,280 $16,500 $20,750 $2,100 $4,140 $0,830 $4,680 $360 $2,100 $9,000 $7,800 $7,920 $6,000 $630 $5,500 $1,600 $0,525 $206,095
TOTAL HOURS WITH OPTIONAL TASKS 370 106 676 56 110 336 20 46 56 60 4 18 130 123 112 40 5 44 16 2,326
TOTAL COST WITH OPTIONAL TASKS $64,750 t186e0 $70,960 $7,280 $16,500 $42,000 $2,100 $4,140 65,880 $7,800 $360 $3,780 $13,000 $12,300 $12,320 MOM $630 $5,500 $1,600 $6,271 $301,741
0 ENGINEERING
DOKKEN
Dec. 15, 2020 Item #4 Page 29 of 31
DocuSign Envelope ID: 38504250-AF59-41389-9883-E5226E27A1389
COST PROPOSAL BY ESTIMATED HOURS PER TASK
CITY OF CARLSBAD
ROADWAY WIDENING TO EL CAMINO REAL FROM ARENAL ROAD TO LA COSTA AVENUE gENGINEERING
DOKKEN
October 28 2020
SAN DIEGO NATURAL HISTORY MUSEUM TORY WALKER ENGINEERING GRAND TOTALS
TASK DESCRIPTION
19 i
',.,.
0.
8 g
ifj
1
.
TOTAL .cuRs OTHER - nirmci.c., _ ToTAL COST
1
A
i
f . 31
a N
st u: . z a C.O/redVGIS _ 8
TOTAL
HOURS
OTHER
DIRECT COST 'C'T
TOTAL
HOURS
OTHER
DIRECT COST TOTAL COST
LOADED BILLING RATE $zoo $55 $250 SOBS Ow $140 $90
Project Element 1 -Project Management and Meetings 472 61,050 996,640
Task 1.1 Project Kick-off and PDT Meetings 220 1,050 43,240
Task 1.2 Project Administration 252 53,900
Project Element 2 - Design Survey and Right of Way Engineering 302 $17,530 $92,793
Task 2.1 Topographic Surveying 179 6,900 56,859
Task 2.2 Right of Way Engineering 121 4,130 28,954
Task 2.3 Appraisal 2 6,500 6,980
Project Element 3 -Site investigations and Concept Development 102 $32,000
Task 3.1 Preliminary Site Investigations 36 5,430
Task 3.2 Concept Geometric Development 166 25,570
Project Element., Utility Coordination and Relocation aaz $arum $00,804
Task 4.1 Utility Coordination and Meetings 120 22,900
Task 4.2 Utility Base Mapping 74 10,080
Task 4.3 Utility Potholing 60 30,000 40,696
Task 4.4 Utility Conflict identification and ReSolution 148 23,220
Project Element 5 -Engineering Studies 442 $43,000 $104,900
Task 5.1 Geo.chnical investigation 274 35,500 72,040
Task 5.2 Traffic Impact SW4 1613 7.500 32,060
PfOjeCt Element 0 - Water Resources 10 84 BO 6 180 $200 $31,380 559 $200 682,020
Task 6.1 Drainage Report 214 27,660
Task 6.2 Storm Water QualiW Management Plan 149 05,360
Task 6.3 Floodplain Hydraulics and Scour Analysis TT 84 80 o 180 $200 $31,580 196 200 35,000
Project Element 7 - Perm1Hing and Environmen.I Processing 130 72 202 $16,960 1,721 $3,723 $118,415
Task 7.1 Environmental Studies
7.1.1 Biological Resources 50 aa 82 $6,760 294 300 33,610
7.1.2 Cultural Resources 94 2,525 13,355 7.1.3 Noise and Vibration 40 150 6,060
7.1.4 Air Quality/Greenhouse Gas Emissions 54 6,570
Task 7.2 Environmental Documentation 482 525 61,375
Task 7.3 Coordination with Resource Agencies and Environmental Permitting Process 80 40 120 . $10,200 694 125 89,725 Task 7.4 Illustrative Graphic 63 7,730
Project Element 8 -30% Plans, Specifications and Estimate 453 $64,510
Task 8.1 30% Engineering Plans MEI 52,140
Task 8.2 Landscape Concept Plan 48 4,775 Task 8.3 30% Specifications Outline and Estimate 57 7.595
Project Element 9- 50% Plans, Specifications and Estimate 1,209 $170,540
Task 9.1 50% Plans 1,154 163,135
Task 9.2 50% Specifications Outline and Estimate 55 7,405
Project Element 10.5004 Plans, Specifications and Estimate 1,301 $170,900
Task 10.1 90% Plans 029 113,390
Task 10.2 90% Specifications and Estimate 136 21,110 Task 10.3 90% Structures Design Calculations 160 20,860
Task 10.4 90% Structures Independent Check 176 23,540
Project Element 11 - 100% Plans, Specifications and Estimate 369 $80,700
Task 11.1 100% Plans 469 66,470
Task 11.2 100% Specifications and Estimate 90 14,230
Project Element 12 - eld Services 261 $47,025
Task 12.1 Bidding Support 34 6,980
Task 12.2 Construction Support 124 24,210
Task 12.3 As-Built Drawings 103 15,835
Project Element 13 -Optional Services 4 60 66 56 4 150 525,260 973 $3,050 $133,990
Task 13.1 DP Preparation 640 850 84,300
Task 131 Protocol Surveys 4 60 66 Ut 4 150 $25160 325 900 47,910
Task 13.0 Optional Off%ite Hydrologic Sortie 8 1,780
TOTAL HOURS WITHOUT OPTIONAL TASKS 130 72 202 10 84 80 6 180 7,883
TOTAL COST WITHOUT OPTIONAL TASKS $13,000 $3,960 $16,060 $2,500 $15,540 $12,800 $540 5200 $31,580 $00,505 61,265,349
TOTAL HOURS WITH OPTIONAL TASKS 130 72 202 14 144 146 16 10 330 8,860
TOTAL COST WITH OPTIONAL TASKS $13,000 $3,900 516,960 53,500 ammo $01,360 $2,z00 $900 $200 $36,840 $97,255 $1,399,339
Dec. 15, 2020 Item #4 Page 30 of 31
AVECOSTALA
BLVDCARLSBADRD
ALGA
PALOMAR AIRPOR
T
RD
EL
CAMI
N
O
REALRANCHOSANTA FERD
POINS
E
T
TI
A
LANE ALICANTERDELFUERTEOLIVENHAIN RD.
M
E
L
R
O
S
E
D
R
.
FARADAY
COLLEG
EBLVD
P
A
S
EO
DEL
NORTEAVE
AV
EN
ID
A
EN
C
I
NA
S
CANNON RDMONROESTCARLS
B
A
D
VILLAGE D
R
MARRONLAGOO
N
TAMARA
C
K
AVE
RD
LAKE
CALAVERABUENAVISTA
AGUA HEDION
D
A
LAGO
O
N
BATIQUITOS
A
V
I
A
R
A
PKWY
VICINITY MAP
6051
EL CAMINO REAL WIDENING
POINSETT
I
A
LANE
LAGOON
SITE
PROJECT NAME PROJECT EXHIBIT
NUMBER 2
CALLEBARCEL
O
N
A
BATI
Q
U
I
T
O
S
DRIVE ARENAL RD
LEVANTE ST
LOCATION MAP
PLOTTED BY: BENJAMIN ARP PLOT DATE: 04/27/2020 PATH: S:\Benjamin_Arp\Location Map\CIP_6051\6051_LocationMap.dwg
ARENAL ROAD TO LA COSTA AVENUE
Exhibit 2
Dec. 15, 2020 Item #4 Page 31 of 31
Emad Elias, Associate Engineer
Dec. 15, 2020
Authorization of an Agreement with
Dokken Engineering for Engineering
Services of the El Camino Real Widening
between Arenal Rd and La Costa Ave Project
Recommendation
•Adopt a resolution authorizing execution of a
professional services agreement with Dokken
Engineering for engineering services of the El Camino
Real Widening between Arenal Road and La Costa
Avenue, Capital Improvement Program (CIP) Project No.
6051, in an amount not to exceed $1,399,339
2
•El Camino Real
between Arenal Road
and La Costa Avenue
Project Location
3
Project Details
•Project will prepare plans, specifications and cost
estimates to construct new third southbound lane,
bike lane and sidewalk
•Widen both sides of bridge over San Marcos Creek
•Environmental review and permitting process
•Utilities coordination and relocation
•Right of way acquisition
4
Selection Process
•Request for Qualifications for design services
advertised on May 6, 2020
•8 consultants submitted qualifications on June 8, 2020
in response to the advertisement
•3 highest ranked consultants invited to 2nd round
interview and presentation evaluation
•Dokken Engineering was determined as the most
qualified consultant by the selection committee
comprised of city staff
5
Fiscal Analysis
•Sufficient funds from the Traffic Impact Fee
account have been appropriated to execute the
Agreement and move forward with engineering
design, environmental analysis and permitting.
•Fee of services negotiated to not exceed
$1,399,339
6
Next Steps
•Staff will issue a Notice to Proceed to Dokken Engineering to complete the environmental review process, obtain the necessary permits and prepare plans, specifications and cost estimates
•Staff will return to City Council with a request to
approve the plans and specifications and authorize
advertisement for construction bids
•Construction anticipated to start in Fall 2022
7
Recommendation
•Adopt a resolution authorizing execution of a
professional services agreement with Dokken
Engineering for engineering services of the El Camino
Real Widening between Arenal Road and La Costa
Avenue, Capital Improvement Program (CIP) Project No.
6051, in an amount not to exceed $1,399,339.
8
Thank you