Loading...
HomeMy WebLinkAbout2020-12-15; City Council; Resolution 2020-236RESOLUTION 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