Loading...
HomeMy WebLinkAboutRick Engineering Company; 2024-03-25;Page 1 City Attorney Approved Version 12/22/2023 MASTER AGREEMENT FOR ON-CALL PLANNING AND ENVIRONMENTAL SERVICES RICK ENGINEERING COMPANY THIS AGREEMENT is made and entered into as of the ______________ day of ___________________, 20___, by and between the City of Carlsbad, California, a municipal corporation, hereinafter referred to as "City", and Rick Engineering Company, a California corporation, hereinafter referred to as "Contractor." RECITALS A.City requires the professional services of a consultant that is experienced in plan check functions for various projects, including building and grading permit applications for compliance with applicable zoning standards, regulations, policies, approved development plans, and conditions of approval . B.The professional services are required on a non-exclusive, project-by-project basis. C.Contractor has the necessary experience in providing professional services and advice related to plan check functions for various projects, including building and grading permit applications for compliance with applicable zoning standards, regulations, policies, approved development plans, and conditions of approval, as well as being experienced in preparing technical planning staff reports. D.Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. Contractor’s obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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 from the date first above written to _____________, 2025. The Community Development Department Director may amend the Agreement to extend it for one (1) additional one (1) year(s) 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 pprepare a written amendment indicating the effective date and length of the extended Agreement. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 March 25 24 25th March Page 2 City Attorney Approved Version 12/22/2023 4.PROGRESS AND COMPLETIONThe work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager (“Director”). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5.COMPENSATIONThe cumulative total for all projects allowed pursuant to this Agreement will not exceed forty thousand dollars ($40,000) per Agreement year. If the City elects to extend the Agreement, the amount shall not exceed forty thousand dollars ($40,000) per Agreement year. Fees will be paid on a project-by-project basis and will be based on Contractor’s Schedule of Rates specified in Exhibit “A”. Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Planner or Community Development Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6.STATUS OF CONTRACTORContractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees, or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts andomissions of Contractor's subcontractor and of the persons either directly or indirectly employed by thesubcontractor, 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 bindevery subcontractor and every subcontractor of a subcontractor by the terms of this Agreementapplicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 3 City Attorney Approved Version 12/22/2023 8.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9.INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims,damages, losses and expenses including attorney’s fees arising out of the performance of the workdescribed herein caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs, or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense, or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10.INSURANCEContractor 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 andauthorized to do business in the State of California. The insurance carrier is required to have a currentBest'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. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless 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. 10.1.1 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. 10.1.2 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 4 City Attorney Approved Version 12/22/2023 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete, and certified copies of any or all required insurance policies and endorsements. 11.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13.OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 5 City Attorney Approved Version 12/22/2023 14.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15.NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: For Contractor: Name Cliff Jones Name Brooke Peterson Title Principal Planner Title Principal-in-Charge Dept Community Development Address 5620 Friars Road CITY OF CARLSBAD San Diego, CA 92110 Address 1635 Faraday Ave Phone 619-291-0707 Carlsbad, CA 92008 Email bpeterson@rickengineering.com Phone (442)339-2613 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16.GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations whichin any manner affect those employed by Contractor, or in any way affect the performance of the Servicesby Contractor. Contractor will at all times observe and comply with these laws, ordinances, andregulations 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. 17.CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 18.DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibitingdiscrimination and harassment. 19.DISPUTE RESOLUTIONIf a dispute should arise regarding the performance of the Services the following procedure will be usedto 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. Acopy of such documented dispute will be forwarded to both parties involved along with recommendedmethods of resolution, which would be of benefit to both parties. The representative receiving the letterwill reply to the letter along with a recommended method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes willbe forwarded to the City Manager. The City Manager will consider the facts and solutions recommended DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 6 City Attorney Approved Version 12/22/2023 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. 20.TERMINATIONIn the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminatethis Agreement for nonperformance by notifying Contractor by certified mail of the termination. If Citydecides to abandon or indefinitely postpone the work or services contemplated by this Agreement, Citymay 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 toCity at the address contained in this Agreement. City will make a determination of fact based upon thework product delivered to City and of the percentage of work that Contractor has performed which isusable and of worth to City in having the Agreement completed. Based upon that finding City willdetermine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than abona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor hasnot 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 thisAgreement 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 contingentfee. 22.CLAIMS AND LAWSUITSBy signing this Agreement, Contractor agrees that any Agreement claim submitted to City must beasserted as part of the Agreement process as set forth in this Agreement and not in anticipation oflitigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted toCity, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractoracknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to thisAgreement and, provides for civil penalties where a person knowingly submits a false claim to a publicentity. These provisions include false claims made with deliberate ignorance of the false information or inreckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to theFalse Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractoracknowledges that the filing of a false claim may subject Contractor to an administrative debarmentproceeding as the result of which Contractor may be prevented to act as a Contractor on any public workor improvement for a period of up to five (5) years. Contractor acknowledges debarment by anotherjurisdiction is grounds for City to terminate this Agreement. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 7 City Attorney Approved Version 12/22/2023 23.JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24.SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement 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. 25.ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Page 8 City Attorney Approved Version 12/22/2023 26.AUTHORITYThe 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. Executed by Contractor this___________ day of ____________, 20____. RICK ENGINEERING COMPANY., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: JEFF MURPHY Community Development Director (sign here) Brooke Peterson – Vice President (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Timothy W. Gabrielson – Corporate Secretary TAMARA R. MCMINN Senior Deputy City Clerk (print name/title) 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, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy / Assistant City Attorney 29th February 24 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 D. Organizational Chart Our organizational chart reflects the proposed key personnel and support staff who will provide the services necessary for this contract. These team members are fully committed to meeting the needs of the City. The RICK Team has resource depth to provide redundancy in all named positions on the project team, including staff for both key design components and support positions. Additional staff is available at various levels and billing rates, if the need arises. If additional staff is needed, resumes will be submitted to the City before the work begins. Our proposed Contract Manager is Brooke Peterson, AICP and our Day-To-Day Contact is Greg Mattson, AICP. She will oversee all task orders while individual Task Order Leads/PMs will serve as the day-to-day contacts for all assigned task orders. PLANNING TASK LEAD Greg Mattson AICP *SENIOR PLANNER / DAY-TO-DAY CONTACT CIVIL ENGINEERING Salvador Galvan PE PRINCIPAL PROJECT MANAGER PRINCIPAL-IN-CHARGE / CONTRACT MANAGER Brooke Peterson AICP * QA/QC MANAGER / STRATEGIC ADVISOR Brian Mooney FAICP * ENGINEERING TASK LEAD Karen Van Ert PE *ASSOCIATE PRINCIPAL – CIVIL ENGINEERING ENVIRONMENTAL TASK LEAD Teresa Wilkinson *DIRECTOR OF ENVIRONMENTAL PLANNING SERVICES PLANNING SUPPORT ENGINEERING SUPPORT ENVIRONMENTAL SUPPORT WATER RESOURCES Brendan Hastie PE, LEED APPRINCIPAL Jayne Janda-Timba PE, QSD/P, QISP, ToRPRINCIPAL Anthony Cotts PE, CFM, QSD/PPRINCIPAL PROJECT ENGINEER Lyann CastilloPRINCIPAL WATER RESOURCES DESIGNER Eric Elmore MS ASSISTANT PROJECT MANAGER Eric Hengesbaugh MS, EIT ASSISTANT PROJECT ENGINEER TRAFFIC ENGINEERING Brian Stephenson PE, TE, PTOEDIRECTOR OF TRANSPORTATION SERVICES Mark Jugar PE, TE, PTOEASSOCIATE Carlos Perez TE ASSOCIATE PROJECT ENGINEER David Mizell AICP ASSOCIATE TRANSPORTATION/ TRAFFIC ENGINEER Aida Edgington PE, TE PRINCIPAL PROJECT ENGINEER PROJECT PLANNING Shannon Baer *SENIOR LAND USE/ENVIRONMENTAL PLANNER Vicrim Chima *SENIOR PLANNER Julia Hill *ASSOCIATE PLANNER Adam Mercieca *ASSOCIATE PLANNER Sabrina Sessarego *ASSISTANT LAND USE/ ENVIRONMENTAL PLANNER ENVIRONMENTAL PLANNING Shannon Baer *SENIOR LAND USE/ENVIRONMENTAL PLANNER Sabrina Sessarego *ASSISTANT LAND USE/ ENVIRONMENTAL PLANNER LANDSCAPE ARCHITECTURE Michael Taylor PLALANDSCAPE ARCHITECT Jonathan Austin PLAASSISTANT LANDSCAPE ARCHITECT Alexander Wade ASLA ASSISTANT LANDSCAPE ARCHITECT ECONOMIC/FISCAL ANALYSIS Britt Palmberg AICPPRINCIPAL PLANNER/ECONOMIST GIS / MAPPING Mario Terrazas GIS MANAGER Joesph Turi ASSISTANT GIS ANALYST * Key Personnel (full resumes provided) NOTE: All personnel are RICK Employees unless otherwise indicated. PANGIS Alice Brewster M.A. GISPSENIOR ARCHAEOLOGIST SCHAEFER ECOLOGICAL SOLUTIONS Christina Schaefer MLASENIOR BIOLOGIST schaefer ecological solutions regenerating nature 815 Madison AvenueSan Diego, CA 92116619.991.8968schaeferecology@cox.net Schaefer Ecological SolutionsFeeScheduleEffective07/01/2023–31/12/2024 Staff Type Hourly Fee Principal $200 Regulatory/PermittingExpert $175 Regulatory Specialist $165 Senior Biologist $140 Assistant Restoration Ecologist $125 Biologist $110 ComplianceMonitor $100 GISTechnician $120 Expert Advisory $400 Expert Testimony / Deposition $650 •Mileage is billed at federal rates plus 20% administration fee •Most reproduction anddocument submittal is conducted electronically. Hard copies are billed at cost plus 20% administration fee. BLUESCAPE ENVIRONMENTAL James WestbrookSENIOR AIR QUALITY SPECIALIST Eric CarlsonAIR QUALITY SPECIALIST 16870 W. Bernardo Drive, Suite 400, San Diego, CA 92127 | 858.695.9200 | www.bluescapeinc.com HOURLY RATE SHEET Title 2023HourlyStandard Rates 2023HourlyPreferred Rates Principal $265.00 $225.00 Senior Project Manager $235.00 $200.00 Project Manager $200.00 $175.00 Senior Project Engineer / Scientist II $175.00 $160.00 Senior Project Engineer / Scientist I $165.00 $150.00 Senior Compliance Specialist $175.00 $155.00 Project Engineer / Scientist II $145.00 $135.00 Project Engineer / Scientist I $130.00 $120.00 Compliance Specialist $125.00 $115.00 Associate Engineer/Scientist $120.00 $110.00 Analyst/Technician II $115.00 $105.00 Analyst/Technician I $105.00 $95.00 Administrative Support $80.00 $80.00 Direct Expense Mark-Up 10%10% Labor Mark-Up**5%0 **Labor markup for communications, office supplies and other project overhead. 2023 Preferred Litigation Hourly Rates for Select PersonnelTitleRates Principal $340.00 Project Manager, Senior Engineer /Scientist $260.00 The litigation rates are for deposition and court time only EXHIBIT "A" SCOPE OF SERVICES AND FEES DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 G. Project Understanding, Overview and Approach RICK understands the City is seeking on-call/as-needed planning and environmental services for private development projects, advance planning projects, and other special projects. From our experience as the contract holder for similar services in neighboring municipalities, we know that projects can arise at any time and our expertise may be required due to City staff availability or experience. We understand that small and large projects can be issued through this contract. Regardless of the task order size, the RICK Team pledges to engage qualified personnel and use proven project management processes to meet the contract requirements and City’s high expectations. In this section, we provide our understanding and approach to the Scope of Work (SOW) presented in the RFQ. Per the RFQ, we also highlight our on-call project management approach, present a list of expected City resources, itemize additional services we recommend and can optionally provide, and describe our project controls protocols and QA/QC processes. Our Understanding of the City’s Needs RICK understands the City of Carlsbad’s Planning Division is requesting support for planning and environmental review including, but not limited to, plan check functions, coordination of a wide range of policy, regulatory, or discretionary permit applications, preparation of technical reports, preparation and attendance at public hearings and outreach, and research and field compliance evaluations. RICK knows and understands the purpose and objectives of an on-call service contract is to serve as a collaborative extension of your staff, augmenting staff capacity and expertise to support efficient delivery of planning and development review services. Throughout our company’s history, we have successfully performed a variety of Task Order services for as- needed contracts for a large number of academic institutions, municipalities, and government agencies throughout California. We understand the importance of on-call contracts to supporting agency services, supplementing an agency’s staffing capacity, and helping ensure the agency meets its project processing goals and standards. This requires the on-call consultant to execute and deliver Task Orders efficiently to meet the agency’s goals, objectives, schedule deadlines, and effective coordination of multiple disciplines, as well as simultaneously managing multiple Task Orders. To this effect, the RICK Team brings a strong suite of skills in plan checking, discretionary project coordination, report preparation and processing, stakeholder/applicant communications, staff reports and presentation materials. Our planning staff are adept at quickly understanding the project priorities and issues, identifying key concerns, and meeting critical schedules. The City has also demonstrated the need for an environmental planning team to provide support for planning and environmental review. We have assembled a team of experts with extensive experience in California Environmental Quality Act (CEQA) resource areas, including but not limited to, CEQA documentation, technical report preparation and review, stakeholder outreach and discretionary permit application review. Our team has an extensive understanding of the federal and state regulations essential in addressing the challenges posed by the CEQA. Our team’s knowledge and experience with complex federal state and local regulations are especially important for supporting the preparation of a range of required environmental impact documentation, evaluation of exemptions (such as 15183), preparation and /or peer review of technical environmental reports and analysis (greenhouse gas studies, traffic studies, biological resources, cultural resources and noise) participation and testimony in public meetings and consultation on CEQA processes and requirements. The City has identified a need for a team of experienced senior to mid-level planners to assist in a variety of discretionary project such as scoping and iteration letters to applicants, guide and provide input to the discretionary permit application processes and environmental review. Our team will work with applicants to establish realistic project schedules, clearly define the required studies and plans, prepare communication emails, and provide interface with various City internal departments and outside agencies as required. Greg Mattson, AICP as Planning Task Order Lead has over 30 years of experience as a Project Manager assisting local Southern Californian municipal jurisdictions through complex projects. He is well versed and experienced in project coordination for discretionary projects, plan checking and presentations to Planning Commission and City Councils. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Teresa Wilkinson, Environmental Task Order Lead brings more than 30 years of environmental planning and program management experience in the San Diego region. She has served as the On-Call Contract Manager for the Carlsbad On-Call Contract for Environmental Planning Services and the SANDAG On-Call for Engineering, Design and Environmental Services. Ms. Wilkinson has led multi- disciplinary teams in the preparation of complex and controversial projects such as the LA-SD High Speed Rail EIR/EIS and the Merced to Fresno HSR EIR/EIS. Karen Van Ert, PE as Engineering Task Order Lead has over 30 years of experience in engineering and project management including serving as Project Manager and Contract Point of Contact for City of Santee As-Needed Plan Review Services. Ms. Van Ert is highly experienced in the design of streets, grading, drainage systems, and underground improvements associated with single and multi-family residential and commercial projects. We have structured our Team to provide project review and management geared to assigning our most experienced current planners to the most complex planning and land development applications, while less complex projects are assigned to associate and junior planners. In this way, costs to both permit/development applicants and the City are controlled and minimized and value added as much as possible. Our Approach to On-Call Contracts Our experienced team has amassed a wealth of public agency knowledge and is extremely sensitive to the concerns agencies have regarding funding, critical project deadlines, and community response. In our work as consulting planners and engineers for public agencies, we view ourselves as an extension of the municipality’s staff. We have gained the knowledge to successfully act on a moment’s notice to address citizen concerns, provide guidance and expertise, and facilitate design services to meet critical funding allocation deadlines. We are experienced in, and understand, the process of preparing staff reports required for Governing board reviews and approval processing. Select on-call contracts with similar services to those requested by the City of Carlsbad include: ♦City of Escondido On-Call Services ♦County of San Diego Land Development On-Call Services ♦County of San Diego Advanced Planning On-Call Services ♦City of San Marcos Development Services On-Call Services ♦City of El Cajon On Call Professional Services ♦City of Murrieta On-Call Services ♦City of Menifee Planning On-Call Services ♦City of Encinitas Plan Check and Traffic Study Reviews ♦City of Santa Clarita As-Needed Staff Augmentation Services ♦San Diego Unified Port District As-Needed Civil Engineering ♦City of Lemon Grove On-Call Services The RICK Team’s overall approach for project and task management, scheduling, staffing, integration with City staff and processes, and quality control for on-call contracts are key components for us to have flexibility in responding to Task Order requests and to ensure quality delivery of staff support services. Our work plans will be grounded in our experience to understand the complexity of efforts necessary to work collaboratively with City staff to understand the goals and objectives of the task order assignment, gather and assess data relating to the assignment, apply our knowledge and expertise to prepare a draft plan, text, or ordinance, and revise as necessary to gain approval and implementation of the plan, text, or ordinance in as simple terms as necessary. We will utilize our considerable experience with today’s best practices and contemporary planning and engineering techniques. The first element in our approach to the tasks identified in the scope is to establish a formal chain of responsibility for the overall Contract (both with the City staff and subconsultants) to provide timely responses. Our Principal-In-Charge/Contract Manager/Point of Contact, Brooke Peterson, AICP, will be responsible for responding to all Task Order requests promptly. We will then create a proactive plan for each project/task order and best identify problems before they start. Our team has found that a system of close client contact and responsiveness allows us to work better and to make each project process run as smoothly as possible. Our Task Leads will be available to the City to identify staffing requirements, explore team availability and assign staff work quickly. They will be the primary point- of-contact for City staff and will be immediately available upon contract award, as if this contract was related to a specific project with a prescribed timeline. As projects or tasks orders arise, our team will respond promptly to discuss the scope, timeline, and resources for the project. Specifically, our process is outlined below in two phases: “Planning & Staffing” and “Performance.” DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 In the Planning & Staffing Phase, the RICK Team will: ♦Meet with the City to understand the goals and objectives and perform background research to clearly identify the constraints, conditions, and fullscope of the task order. ♦Build the Work Breakdown Structure. ♦Develop detailed work plan to be reviewed and approved by City project manager. ♦Prepare a Project Schedule with milestones, prerequisites. ♦Maintain communication within the team, staff, and stakeholders. ♦Assign appropriate Task Managers and a project task team with relevant experience on similar tasks, who are available to respond, based upon scope and schedule. The highest level of talent and experience to provide exemplary service will be assigned to the task. This staffing level will bring the right resources depending upon the size and complexity of the assignment and schedule. ♦Assemble our key staff members and hold a scoping meeting where key staff members participate in a brainstorming session to achieve a complete picture of requirements, the most efficient way to approachthe assignment, and the critical components to achieve the project schedule and minimize change orders. ♦From this evaluation, review and understand City concerns and incorporate them into the approach. A scope and fee will be presented to the City, which will include a schedule with submittal milestone stages and dates. In the Performance Phase, the RICK Team will: ♦After negotiating the scope of work and fee and receipt of the notice to proceed, collect the necessary project data as appropriate to perform the task. ♦Create a Project Development Team (PDT), if necessary. This team is comprised of representatives of the RICK Team, the City, and other stakeholders. Determine frequency of meetings and keep regular lines of communication with the PDT. ♦During the process of performing the task, prepare documents (e.g. check lists, action item matrices, process charts, ordinances etc.) that can be used by the client to make key decisions, identify issues, or to support alternatives. Monitor the project schedule,including key scope items and adjust the schedule after completion of each task. ♦Meet regularly with City and other consultants to discuss project status, potential issues, and review prepared deliverables as the project progresses to completion. ♦Control and manage and discuss early on potential scope changes. We will maintain a “Log of unresolved issues” document to be discussed at PDTs or with the client at any time during the project. ♦Perform quality assurance and quality control reviews at each milestone of the task order. ♦Hold plan review meetings at key milestones/ submittals to obtain concurrence on the resolution of reviewer comments (as applicable). RECEIVE TASK ORDER Project Manager initiates coordination with the City on Task Order scope of work. ASSIGN RESOURCES Task Order Manager identifies team staffing needs based on task requirements. KICK OFF TASK ORDER Task Order Team is assembled and workflow assignments are allocated. TRACK PROGRESS Task Order meeting schedule is established to evaluate issues and monitor progress. QUALITY ASSURANCE Continuously monitor task activities to ensure adherence to established standards. As the On-Call Planning and Environmental Team, we also understand that needs may not always be strictly confined to formal projects. Our team clearly understands and expects that the City may often seek consultation on planning issues or assistance in addressing environmental matters with proposed development projects or peer reviews for specific technical areas. Our team will be equally available to provide fast turnaround estimates, staff assignments, duration, deadlines and consultation, when needed, and will assist City staff in resolving any issues they encounter. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 CEQA Approach Our environmental task lead will provide regular management level participation and coordination services to ensure that assignments and environmental reviews are efficiently processed in a cost-effective manner. She will be responsible for assignments to our environmental team, evaluation, and interface with applicant teams. This includes tracking staff hours, assignments, and invoicing procedures. Our assigned planners will coordinate with appropriate City staff on: ♦Communication with internal and external stakeholders and/or staff and project applicant regularly to facilitate project completion and close- out. ♦Deliver final project documents required to complywith City standards and policies, CEQA compliance, and project hearings, as required. ♦Maintenance of project files, tracking of assigned hours, and correspondence for record keeping. Preparation of CEQA documents Projects may be located in areas which contain jurisdictional waters of the U.S. and may trigger involvement with the U.S. Army Corps of Engineers (USACE) and the need to adhere to NEPA and Clean Water Section 404 permitting requirements. Our project team will coordinate with key City staff during the Project Kick-off meeting to develop the project description, and project objectives; coordinate data collection; and identify project alternatives, additional thresholds/significance criteria, prepare an Initial Study or Environmental Assessment and determine the number of internal review cycles for draft CEQA/NEPA documents as well as identify and confirm peer review with the City. For EIR documents, key issue areas would be addressed as identified during the scoping process and from responses to the Notice of Preparation (NOP). A general site reconnaissance visit would be conducted in addition to site visits performed by resource specialists in preparation of the technical studies anticipated in support of the environmental document. A detailed work plan and Task Order is then developed, reviewed, and approved by the City project manager. The work plan establishes work parameters and fully defines the scope of work, schedule, budget, and deliverables. This approach allows productive work to begin quickly and strengthens and maintains communication between City staff and project team members. In instances where projects are defined in previously approved Programmatic EIRs or MNDs, RICK will conduct a consistency review tiering from these approved CEQA documents. This approach when applicable helps to expedite CEQA review and results in an overall project savings of time and costs. Peer Review of CEQA & Technical Document: The RICK environmental team is experienced in reviewing technical documents and summarizing findings at a level that provides reader-friendly environmental documents. This is recommended and in some cases required by statute because the analysis should provide adequate agency participation, a description of unique methodology and should demonstrate a thorough review of resources present – even though they may or may not be affected, but are documented none-the-less. This allows the client to have a defensible document without extraneous details that can unnecessarily lengthen the document. Our technical experts are well versed in changing regulatory requirements and legislation (i.e, greenhouse gas [GHG] emissions and climate change analysis) and local requirements. The RICK team routinely conducts technical analyses and evaluations for the following specialty areas identified below. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 1.Water Resources. RICK’s in-house staff have the capability to evaluate water resource issues, water quality and stormwater management; develop standards and policies to improve green infrastructure implementation. 2.Air Quality and Greenhouse Gas Analyses. Our teaming partner, BlueScape Environmental provides air quality, air toxics, and greenhouse gas analyses for a variety of projects, including transportation projects, port development projects, infrastructure, and land use projects. The team has extensive experience in the preparation of air toxics health risk assessments for stationary and mobile sources in accordance with APCD, ARB and OEHHA requirements. The team works with USEPA and APCD-approved models such as CALINE4, AERMOD, and HARP. 3.Transportation and Circulation. The RICK Transportation and Traffic Division have prepared a wide range of technical studies including trafficimpact studies to complete streets and road design and VMT analysis and are highly qualified to provide peer review of technical traffic studies. 4.Cultural and Paleontological Resources. Our team has the ability to perform cultural resource evaluation and management studies from small project-specific surveys to regional level overviews (Class I, II, and III). 5.Biological Resources/Habitat Restoration. The RICK team includes a full range of permitted biologist and regulatory specialists from Schaefer Ecological Services. SAE has completed biological assessments, rare plant and sensitive speciessurveys, vegetation communities classification (including pursuant to the new VCS for Western San Diego), mitigation planning, agency consultation, regulatory permitting, habitat restoration and long- term management consultation for City of Carlsbadprojects. The biology team is familiar with City regulations, ordinances and content guidelines, and CEQA guidelines. The team possesses USFWS 10(a) recovery permits to survey for special status species and is experienced in biological surveys for CEQA,construction monitoring, and habitat restoration. 6.Regulatory Permitting. Our team of biologist assist public agencies with regulatory permitting, including performing jurisdictional delineations and determinations, obtaining project specific and programmatic permits, including Section 404 permits (Nationwide and Individual Permits), Streambed Alteration Agreements and Section 401 certifications. In addition, our team can support formal or informal consultations with the USFWS, including support for federal agency-to-agency consultations pursuant to Section 7 and Section 10(a) of the federal Endangered Species Act. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Our Approach to Project Management A key to the implementation of successful planning programs and projects is a strong management approach. The complexity of issues associated with each component and the magnitude of staff and resources required to effectively execute tasks and deliverables requires proven and experienced project management. Strong project management is a cornerstone of RICK’s approach and crucial to successful, timely completion of assigned tasks and their key components. Our project management approach relies on close and effective communications with the City for successful completion of the project tasks. This approach has proven effective when executing Task Orders on our many previous and current on-call/ as-needed planning and design service contracts. Our project team management will be led by Brooke Peterson, AICP as Principal-in-Charge/ Contract Manager, Greg Mattson, as Planning Task Lead, Teresa Wilkinson as Environmental Task Lead and Brian Mooney, FAICP as QA/QC Manager. Brooke Peterson has successfully led large and diverse teams on projects that were high-profile in nature and under tight political time pressure constraints, such as the City of Vista General Plan Update, City of Irvine General Plan Update, City of Encinitas El Camino Real Corridor Specific Plan, and the Southwest Village Specific Plan and Program/Project EIR. Greg has led many complex projects for various municipal authorities in San Diego County over the last 10 years including zoning ordinances, discretionary projects and plan checking. Teresa brings more than 30 years of environmental planning and program management experience in the San Diego region including serving as the On-Call Contract Manager for the Carlsbad On-Call Contract for Environmental Planning Services. She managed the environmental studies for the Agua Hedionda and Calaveras Creek Dredging and Improvement project and the PEIR for the Carlsbad Drainage Master Plan Update. Brian has worked on projects in San Diego County for over 40 years and brings a deep awareness of the physical characteristics and political environment in the County. We are local and headquartered in Mission Valley, San Diego and are readily available to serve as the team lead, responsible for administration, coordination, and completion of all work projects, and expanding your staff capacity. We will be accessible and responsive - committed to ensuring City needs are addressed promptly and effectively. We will employ a variety of tools, including a detailed MS Project schedule, proactive workload management tools, regular Project Team coordination meetings, and weekly check-in phone meetings with the Task Order Project Manager, to keep the completion of tasks and deliverables on schedule and ensure that City staff are always well informed. We have a strong track record in meeting project schedules, managing tight budgets, and coordinating closely with our clients and other team members. We will work closely with City staff to define the goals and scope of the assigned project and identify the most efficient and effective ways to reach those goals. RICK will rely on thorough project management as the key to implementing and completing successful Task Orders. Core to our process is communication: with you, the client, with the internal team, with oversight agencies, and with the local community. We believe a project will succeed only when all of these communication avenues and resources are actively engaged and aligned. RICK regularly uses a series of project control procedures and methods as a basis for planning, schedule monitoring, and accommodating project variables or changes. Project controls are accomplished through a combination of an effective system of both tracking budgets, spreadsheets, and effective management invoicing and activities. The following are some of the project management highlights of our approach and some of the keys to our success: Management Activities ♦Meet with the City to understand the goals and objectives and properly scope the task order, which might include budget, schedule, or technical issues. ♦Effective staff supervision and communication ♦Assign Task Managers and a project task team with relevant experience on similar tasks, who are available to respond, based upon scope and schedule. ♦Continuity of staff assignments ♦Regular client and team meetings and resolution of issues including project review meetings at key milestones/ submittals ♦Controlling and managing scope changes. We will maintain a “Log of Unresolved Issues” document to bediscussed at Project Team meetings or with Planning and Development Services Department staff at any time during the project. ♦Prompt meeting minutes identifying action items and assignments ♦Efficient cross-checking among disciplines DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Management Tools ♦Setup of a detailed project schedule at the initiation of work identifying key scope items and duration of each sub task to complete. Agency review times willbe considered with concurrence from the appropriate agency creating a level of accountability for each member of the Project Team. ♦Schedule tracking of critical path items and forecast dates for deliverables. ♦Progress tracking of actual versus scheduled work. ♦Resource tracking to forecast needs to meet project manpower/staffing requirements. ♦Budget controls for early tracking of actual costs versus budgeted costs. ♦Project cost estimate maintained to have up to date project data available. The management tools used will enable the RICK Team to effectively coordinate with the City to have a readily available project database from which to monitor and adjust project milestones, if necessary. A combination of data from our accounting system of tracking time sheets and task order billings is integrated into a project planning system (Microsoft Project). The resulting reports can be issued both graphically and in spreadsheet formats to demonstrate the status of the requested tracking categories. Oversight, project budget status and control are the responsibilities of RICK Project Managers. RICK will monitor the executed Task Orders to keep current on the status of project budgets, reports of costs incurred and track time frames. RICK will prepare a monthly invoice that reflects our team’s involvement, showing invoiced amounts versus budget amounts by project milestone, along with a progress report of the amount of work completed versus that planned. In-house budget control is accomplished through a combination of effective staff supervision, continuity of staff assignments, continuous communication, and timely resolution of project issues. Resources RICK anticipates that the City of Carlsbad shall provide all IT access, technical assistance, and support, including but not limited to, Tyler Technologies’ Energov software, as stated in the RFQ. Additionally, RICK anticipates the City shall provide a workspace located in City premises for undertaking work while under contract, and a City-issued laptop should remote work be required. RICK also anticipates that contracted staff will be enabled, in good faith, to leverage institutional knowledge and the intimate understanding of City code that City staff possess, to assist in managing and undertaking work within the confines of the contract. RICK strongly believes that this assistance and approach will provide a seamless service to both the City and public and result in tangible cost savings. Additional Services RICK is a full service multi-disciplinary firm providing planning, environmental and engineering services to a wide range of public and private clients throughout Southern California and beyond. While offering all services sought in the RFQ, RICK can provide the optional service of historical preservation and assessment. RICK’s in-house specialist, Vicrim Chima, meets the Secretary of the Interior’s Professional Standards for History and Architectural History. With over ten years of experience in Preservation Planning, Vicrim can perform visual assessments and documentary research to determine the status of potential historic structures, complete Direct Primary Records (DPR 523), or develop historic contexts and reports. Vicrim can provide project specific recommendations for rehabilitation, preservation and restoration, or provide large scale policy analysis and recommendations including drafting and revising Historic Preservation Ordinances, Cultural Resources Elements, and Historic Preservation District Design Guidelines. Over and above the aforementioned service, RICK welcomes the City of Carlsbad to discuss any additional services with the Project Team who will be happy to facilitate the applicable resources, with City approval. Project Controls Cost Controls Project budget status and control are the responsibility of RICK Project Managers. Specifically, they will track project schedules in line with budget allowances and will be responsible for monitoring and managing Task Order(s) of each assigned project. Administratively, RICK will provide management services for each Task Order including preparation of work summaries monthly. Invoices will be tracked against estimated hours provided to the City and will be submitted monthly to the City’s designated staff for authorization. Invoices will reflect our team’s involvement and show invoiced amounts versus budget amounts by project milestone, along with a progress report of the amount of work completed versus work planned. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 In-house budget control is accomplished through a combination of effective staff supervision, continuity of staff assignments, continuous communication, and timely resolution of project issues. A combination of data from our accounting system of tracking time sheets and task order billings is integrated into a project planning system (Microsoft Project or Primavera P6). The resulting reports can be issued both graphically and in spreadsheet formats to demonstrate the status of the requested tracking categories. Schedule Monitoring and Control RICK has a number of scheduling tools available, including Microsoft Project and Primavera P6. We can tailor the schedule to be task detailed or simply milestone oriented based on the specific project and desires of the City’s Project Manager. The schedule will be used at team meetings to monitor progress and will be updated monthly by the Task Lead. The Rick Team will be the point-of-contact for project management and coordination of specific projects with the City and will be solely responsible for the management and deliverables. Any on-call assignment responsibilities will be borne by the assigned staff to coordinate directly with their Task Leads on schedule monitoring and control processes. Regular meetings with the City and key project staff will be scheduled to ensure coordination and information is accessible and available. Frequent meetings are needed to stay connected with one another and to keep the project on track with action items and deliverables. Our philosophy is to identify problems before they start. We have found that this system of close client contact and responsiveness allows us to work better and to make the process run as smoothly as possible. Quality Assurance/ Quality Control Our team approach to quality control is to at the outset of a project specific Task Order assignment, describe the methods and practices the team members will use to deliver a quality product to the City, and outline the internal protocol for ensuring clear communication between City staff our project managers. If our consultants are part of the project, both participants will address the timely completion of required deliverables, by regularly checking in on RICK Team timing, draft reviews (by City staff), inter-immediate deadlines and final edits prior submittals. RICK places a continuous emphasis and commitment to quality control through all phases of the project. This is facilitated by attention to the Company’s manual on quality control standards, periodic quality control seminars, and staff performance reviews throughout the company. These measures are applied to all levels of work including project scheduling, internal review, and record keeping, documentation, and plan preparation. The assigned project planner and engineer for each project task, from project inception to completion, maintain a quality control plan and checklists. The Quality Assurance and Quality Control Manager, Brian Mooney, FAICP, Principal, will be responsible for implementing and conducting Quality Control reviews throughout the progress of the Task Order. In addition to the independent checks that are a part of the quality control plan, practiced at various milestones in the form of reviews by qualified personnel not involved in the project on a day-to-day basis. Further, all deliverables are reviewed thoroughly by the QA/QC Manager or Principal-in-Charge prior to submittal to City staff, ensuring the document is complete, accurate, and fulfills the needs of the City. The end result of this effort is a consistent high-quality work product from RICK and its project team. It is this project team that is committed and available to provide the required services. RICK QA/QC Program Manual RICK Engineer i n g C o m p a n y | 25 QA/QC Program M a n u a l 2 0 2 3 FIGURE 1 - QUALITY C O N T R O L C O L O R C O D E ( 6 . 3 ) Originator: Typed Text Blue Line Prints Not in RED, YELLOW, or GREEN Black/White C o p y Checker: YELLOW for Correct RED for Correcti o n s , A d d i t i o n s , a n d D e l e t i o n s Corrections A d d i t i o n s Deletions r additi o n s corections c o r r e c t i o n s , corrections, del e t i o n s - - Backchecker: GREEN Check Marks f o r A g r e e m e n t , S t e t a n d C r o s s o u t w h e n i t i s a g r e e d n o c h a n g e s should be ma d e r corections c o r r e c t i o n s , d e l e t i o n s - Updater: GREEN Encirclemen t o r H i g h l i g h t w h e n U p d a t e d r r corections c o r e c t i o n s - - Verifier: YELLOW over RED and GREEN to Indicate U p d a t e d C o r r e c t l y r corections - Reviewers: Commen t s o f N o t e s w i l l b e M a d e U s i n g BLUE or GRAPHITE PE N C I L . Response to C o m m e n t s / N o t e s w i l l b e M a d e i n GREEN. STET     Project Control Tools IDTask Name Duration Start Finish Predecessors Resource Names1Clairemont Mesa Blvd./SR-163 Improvements - West Ramps 1579 days Mon 7/6/09 Fri 7/24/152Aerial Mapping/Surveying 54 daysMon 7/13/09 Fri 9/25/093Aerial Topography (Flight)6 days Mon 7/13/09Mon 7/20/094Electronic Topography Data Compilation 11 days Mon 8/3/09Mon 8/17/095Obtain CT Encroachment Permit for Field Surveying 44 days Thu 7/16/09Wed 9/16/096Prepare Field Survey Data 7 days Thu 9/17/09 Fri 9/25/0957Research10 days Mon 7/6/09 Fri 7/17/098Obtain City and Caltrans As-Builts 5 days Mon 7/6/09 Fri 7/10/099Obtain Utility Company Schematics/.As-Builts 10 days Mon 7/6/09 Fri 7/17/0910Obtain Record Maps/Caltrans Right of Way Maps 5 days Mon 7/6/09 Fri 7/10/0911Obtain Centerline and R/W Electronic Data from Caltrans Surveys 5 days Mon 7/6/09 Fri 7/10/0912Kickoff PDT Meeting 1 day Thu 9/17/09Thu 9/17/091330% Design (Geometric Approval Drawings (GADs))84 daysMon 9/28/09Thu 1/21/1014Geometric Design 20 days Mon 9/28/09Fri 10/23/092,615Determine Existing Utility Facilities 3 days Mon 9/28/09Wed 9/30/092,616Identify Design Exceptions 1 dayMon 10/26/09Mon 10/26/091417Determine Grading Impacts 2 daysMon 10/26/09Tue 10/27/091418Determine Preliminary R/W Impacts 2 daysMon 10/26/09Tue 10/27/091419Caltrans/City Reviews GADs 30 daysWed 10/28/09Tue 12/8/0916,17,1820Compile/Address GADs Comments 5 days Tue 1/5/10Mon 1/11/101921Caltrans/City Approve GADs 8 days Tue 1/12/10Thu 1/21/10202265% Design Milestone 90 daysWed 1/20/10Tue 5/25/1023Prepare Roadway & Drainage Plans 45 days Fri 1/22/10Thu 3/25/102124Prepare Drainage Report 22 days Fri 1/22/10Mon 2/22/1025Prepare Design Exception Fact Sheets 22 days Mon 2/15/10Tue 3/16/1026Prepare Geotechnical Design Report (GDR) (Ninyo & Moore)83 daysWed 1/20/10 Fri 5/14/1027Obtain Encroachment Permit 55 daysWed 1/20/10 Tue 4/6/1028Prepare GDR 28 days Wed 4/7/10 Fri 5/14/102729Prepare Quantities 7 days Fri 3/26/10 Mon 4/5/102330Prepare Landscape Concept Exhibit 10 days Mon 3/22/10 Fri 4/2/1031Prepare Right of Way Requirements Map 5 days Fri 3/26/10 Thu 4/1/102332Prepare Modified Access Report & Resolution of Change 5 days Fri 3/26/10 Thu 4/1/1033Caltrans/City Reviews 65% Submittal Package 30 days Wed 4/7/10Tue 5/18/1024,25,23,31,3234Compile/Address 65% Submittal Comments 5 daysWed 5/19/10Tue 5/25/10333590% Design Milestone 249 daysMon 4/19/10Thu 3/31/1136Prepare/Revise Roadway & Drainage Plans 30 daysWed 5/26/10 Tue 7/6/103437Prepare Stage Construction Concepts 20 days Mon 4/19/10 Fri 5/14/1038Prepare Traffic Plans 65 days Wed 7/7/10Tue 10/5/103639Prepare Landscape & Irrigation Plans 30 days Wed 7/7/10Tue 8/17/103640Utility Conflict List & Coordination 10 daysWed 5/26/10 Tue 6/8/103441Update Transportation Management Plan (TMP)14 daysWed 5/26/10Mon 6/14/103442Prepare SWPPP 30 days Wed 7/7/10Tue 8/17/103643Update Storm Water Data Report (SWDR)20 days Wed 7/7/10 Tue 8/3/103644Update Drainage Report 50 days Wed 7/7/10Tue 9/14/103645Finalize Geotechnical Design Report (GDR) (Ninyo & Moore)25 daysWed 5/26/10Tue 6/29/103446Prepare Draft Special Provisions List of Items 2 daysWed 10/6/10Thu 10/7/1036,38,3947Update Quantities 2 daysWed 10/6/10Thu 10/7/1036,38,3948Caltrans Approval: Design Exception Fact Sheets 1 day Fri 2/18/11 Fri 2/18/1136,38,39,46,4749Caltrans/City Reviews 90% Submittal Package 30 days Fri 2/18/11Thu 3/31/1136,38,39,37,46,4750City: Provide Notice to Proceed to Rick Engineering Company for Phase 2 1 day Fri 4/1/11 Fri 4/1/1149 51 100% Design Milestone (Log-in Submittal)75 days Mon 4/4/11 Fri 7/15/1152Address Plans, Specifications, and Estimates Comments 45 days Mon 4/4/11 Fri 6/3/115053Finalize Reports (e.g. SWPPP, TMP, SWDR)45 days Mon 4/4/11 Fri 6/3/115054Prepare Slope Stake Notes and Cross Sections 45 days Mon 4/4/11 Fri 6/3/115055Caltrans/City Review and Approval 30 days Mon 6/6/11 Fri 7/15/1152,5456Final PS&E 60 daysMon 7/18/11 Fri 10/7/1157Submit Final PS&E Package to Caltrans/City 20 days Mon 7/18/11 Fri 8/12/115558Final District Circulation Submittal 30 days Mon 8/15/11 Fri 9/23/115759Final Office of the Engineer Submittal 30 days Mon 8/15/11 Fri 9/23/115760Caltrans approves Encroachment Permit 2 wks Mon 9/26/11 Fri 10/7/1159,5861Advertise & Award (Funding Becomes Available)3 mons Mon 7/1/13 Fri 9/20/1362Construction18 monsMon 9/23/13 Fri 2/6/156163Project Closeout/As-Builts 6 mons Mon 2/9/15 Fri 7/24/1562 9/17 JunJulueOctoeJaneMarApraJunJulueOctoeJaneMarApraJunJulueOctoeJaneMarApraJunJulAueOctoeJaneMarApraJunJulueOctoeJaneMarApraJunJulueOctoeJaneMarApraJunJulu2nd Half 1st Half 2nd Half 1st Half 2nd Half 1st Half 2nd Half 1st Half 2nd Half 1st Half 2nd Half 1st Half 2nd H Task Split Progress Milestone Summary Project Summary External Tasks External Milestone Deadline Clairemont Mesa Blvd./State Route 163 Improvements - West Ramps J-15822Rick Engineering CompanyPrepared by: E. Camerino Page 1 of 1 T:\15822\_docs\Schedule\Project Schedule_020811.mpp Date: February 10, 2011 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 H. Schedule of Compensation/Fees Per the RFQ, hourly rates for RICK Team individuals are presented in the rate table below. Name Title Hourly Rate Firm Brooke Peterson Associate Principal 270.00 RICK Brian Mooney Managing Principal 290.00 RICK Greg Mattson Senior Planner II 185.00 RICK Shannon Baer Senior Planner I 170.00 RICK Vicrim Chima Senior Planner I 170.00 RICK Julia Hill Associate Planner 150.00 RICK Adam Mercieca Associate Planner 150.00 RICK Sabrina Sessarego Assistant Planner 130.00 RICK Michael Taylor Assistant Project Landscape Manager 165.00 RICK Jonathan Austin Assistant Project Landscape Architect 165.00 RICK Alexander Wade Principal Landscape Designer 140.00 RICK Britt Palmberg Principal Project Planner I 200.00 RICK Mario Terrazas Associate GIS Project Manager 175.00 RICK Joesph Turi Assistant GIS Analyst 125.00 RICK Karen Van Ert Associate Principal 270.00 RICK Salvador Galvan Principal Project Manager 230.00 RICK Brendan Hastie Principal 290.00 RICK Jayne Janda-Timba Principal 290.00 RICK Anthony Cotts Principal Project Engineer 230.00 RICK Lyann Castillo Principal Water Resources Designer 170.00 RICK Eric Elmore Assistant Project Manager 190.00 RICK Eric Hengesbaugh Assistant Project Engineer 190.00 RICK Brian Stephenson Associate Principal 270.00 RICK Mark Jugar Associate 250.00 RICK Carlos Perez Associate Project Engineer 205.00 RICK David Mizell Associate Transportation/Traffic Engineer 205.00 RICK Aida Edgington Principal Project Engineer 230.00 RICK Teresa Wilkinson Director of Environmental Planning Services 245.00 RICK Alice Brewster Senior Archaeologist 110.00 PanGIS Christina Schaefer Senior Biologist 175.00 SES James Westbrook Senior Air Quality Specialist 235.00 BlueScape Eric Carlson Air Quality Specialist 175.00 BlueScape DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 12/26/2023 Cavignac451AStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com XL Specialty Company 37885 RICKENG-01 Valley Forge Insurance Company 20508GlennARickEngineeringandDevelopmentCompanydbaRickEngineeringCompany5620FriarsRoadSanDiegoCA92110 Continental Casualty Co.20443 Continental Insurance Company 35289 Amer Cas.Co of Reading,PA 20427 1047593805 B X 2,000,000 X 1,000,000 15,000 X Separation of In 2,000,000 4,000,000 X X X Y 6076046485 1/1/2024 1/1/2025 4,000,000 Deductible 0 C 1,000,000 X X X 6076046499 1/1/2024 1/1/2025 D X X 9,000,00060760465041/1/2024 1/1/2025 9,000,000 X 0 E XYWC6760465211/1/2024 1/1/2025 1,000,000 1,000,000 1,000,000 A ProfessionalLiability DPR5016700 8/15/2023 8/15/2024 Each ClaimAggregate $5,000,000$10,000,000 Re:All Projects.Additional Insured coverage applies to General Liability for City of Carlsbad/CMWD and The City of Carlsbad per policy form.Waiver ofsubrogationappliestoWorkersCompensationperpolicyform.Excess/Umbrella policy follows form over underlying policies:General Liability,Auto Liability &Employers Liability (additional insured and waiver of subrogation apply).Professional Liability -Claims made form,defense costs included within limit.If theinsurancecompanyelectstocancelornon-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice of suchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 947MurrietaCA92564 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 01/01/2024 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 01/01/2024 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 01/01/2024 DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7  :&:& DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7 Workers Compensation And Employers Liability Insurance Policy Endorsement BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Endorsement No: 2; Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St, Chicago, IL 60606 Form No: G-19160-B (11-1997) Endorsement Effective Date: Policy No: WC 6 76046521 Policy Effective Date: 4 Endorsement Expiration Date: © Copyright CNA All Rights Reserved. DocuSign Envelope ID: 38A70543-DAAC-4EA5-939B-519CF2A204D7