HomeMy WebLinkAboutMICHAEL BAKER INTERNATIONAL INC; 2024-11-14; PSA25-3526CADocusign Envelope ID: 37671826-EBA9-492F-818C-014C1602EBOD
MASTER AGREEMENT FOR
CIVIL ENGINEERING (GENERAL) SERVICES
MICHAEL BAKER INTERNATIONAL, INC.
ATTACHMENT F
PSA25-3526CA
THIS AGREEMENT is made and entered into as of the \4 day of
N,QJ , 2024, by and between the City of Carlsbad, California, a municipal corporation,
hereinafter referred to as "City", and Michael Baker International, Inc., a Pennsylvania corporation,
hereinafter referred to as "Contractor."
RECITALS
A. City requires the professional services of a consulting firm with expertise in general civil
engineering services.
B. The professional services are required on a non-exclusive, project-by-project basis.
C. Contractor possesses the necessary experience in providing professional services and
expertise in general civil engineering.
D. Contractor has submitted a proposal to City under Request for Qualifications (RFQ) No.
24-3430CA and has affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration ofthese recitals an d 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 accorda nce with this
Agreement's terms and conditions.
Contractor's obligations with respect to any project granted to Contractor under this Agreement will be
as specified in the Task Description for the project (see paragraph 5 below).
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in t he Metropolitan
Southern California area and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of three (3) years from December 1, 2024,
through November 30, 2027. The City Manager may amend the Agreement to extend it for two (l)
additional one(!) year(s) periods or parts thereof. Extensions will be based upon a satisfactory review of
Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will
prepare a written amendment indicating the effective date and length of the extended Agreement.
4. PROGRESS AND COMPLETION
The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days
after receipt of notification to proceed by City and be completed within the time specified in the Task
Page 1 City Attorney Approved Version 5/22/2024
Nov. 12,2024 Item #2 Page 93 of 680
ATTACHMENT F
PSA25-3526CA
Page 2 City Attorney Approved Version 5/22/2024
Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may
be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director
as authorized by the City Manager (“Director”). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no
event shall a specific Task Description exceed the term of this Agreement.
5. COMPENSATIONThe cumulative total for all projects allowed pursuant to this Agreement will not exceed five hundred
thousand dollars ($500,000). Fees will be paid on a project-by-project basis and will be based on
Contractor’s Schedule of Rates specified in Exhibit “A”. Prior to initiation of any project work byContractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which,upon signature by Contractor and for City, the City Manager or Director, will be considered a part of thisAgreement. The Task Description will include a detailed scope of services for the particular project being
considered and a statement of Contractor's fee to complete the project in accordance with the specified
scope of services. The Task Description will also include a description of the method of payment and willbe based upon an hourly rate, percentage of project complete, completion of specific project tasks or acombination thereof.
If the City or CMWD elect to extend the term of the Master Services Agreement, adjustments to the rate schedule may be permitted. Upon receipt of a written request from the Contractor, the City or CMWD may consider approving a rate schedule increase. Rate schedule increases will be considered for each
anniversary of the Agreement effective date after the initial three-year term. An increase to the rate
schedule will be calculated based on the proceeding 12-month percentage change in the Consumer Price Index, San Diego Area, for All Urban Customers (CPI-U) , as reported by the Bureau of Labor Statistics or 5.0%, whichever is lower. If the CPI-U is a negative number, then the rate schedule will not be adjusted
for that year. The Contractor must submit a request and justification to increase the rate schedule at least
sixty days prior to the anniversary of the effective date, assuming the City or CMWD opt to extend the Master Services Agreement. The justification accompanying the written request should detail the rationale for the requested adjustment, and the requested adjustment amount, supported by relevant
documentation (e.g., CPI-U or 5.0%, whichever is less). Approval of rate schedule increase by the City or
CMWD must be documented in an amendment to the Agreement.
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 $1,000and performed under this Agreement are subject to state prevailing wage laws. The general prevailingrate 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 specifiedprevailing 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 makingthem available for inspection. Contractor shall require any subcontractors to comply with Section 1776.
7.CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 94 of 680
ATTACHMENT F
PSA25-3526CA
Page 3 City Attorney Approved Version 5/22/2024
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The Contractor is required to create a free web-based Procore user
account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system.
Unless the Engineer approves otherwise, the Contractor shall process all project documents through
Procore because this platform will be used to submit, track, distribute and collaborate on project. If
unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall
complete a free training certification course located at http://learn.procore.com/procore-certification-
subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either
through the online training or reaching out to the Procore support team. It will be the responsibility of the
Contractor to regularly check Procore and review updated documents as they are added. There will be no
cost to the Contractor for use of Procore.
It is recommended that the Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient
observations or punch list items. Providing mobile access will improve communication, efficiency, and
productivity for all parties. The use of Procore for project management does not relieve the contractor of
any other requirements as may be specified in the contract documents.
8.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 ofCity only as to the result to be accomplished, but will consult with City as necessary. The persons used byContractor 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.
9.CONTRACTOR EVALUATIONS
Work performed under this Master Services Agreement may be subject to the City’s contractor evaluation
program. Prior to the release of any task orders, the Contractor will be notified of the program
requirements and will receive a copy of the evaluation criteria and process. The Contractor’s performance
may be evaluated and the results will be considered for future task orders or agreements.
10.SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. IfContractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts andomissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 95 of 680
ATTACHMENT F
PSA25-3526CA
Page 4 City Attorney Approved Version 5/22/2024
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.
11.OTHER CONTRACTORSThe City reserves the right to employ other Contractors in connection with the Services.
12.INDEMNIFICATIONContractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the Cityand its officers, elected and appointed officials, employees and volunteers from and against all claims,
damages, losses and expenses including attorneys fees arising out of the performance of the work
described herein caused by any willful misconduct or negligent act or omission of the Contractor, anysubcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any ofthem may be liable.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then,
and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein,
Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to
the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a
final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the
cost to defend, shall not exceed the Contractor’s proportionate percentage of fault.
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.
13.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 inconnection 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 currentBest's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List ofApproved 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.
13.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured.
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 96 of 680
ATTACHMENT F
PSA25-3526CA
Page 5 City Attorney Approved Version 5/22/2024
13.1.1 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.
13.1.2 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.
13.1.3 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.
13.1.4 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.
13.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
13.2.1 The City will be named as an additional insured on Commercial General Liability which
shall provide primary coverage to the City.
13.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
13.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires
and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City.”
13.2.4 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.
13.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
13.4 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.
13.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and
certified copies of any or all required insurance policies and endorsements.
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 97 of 680
ATTACHMENT F
PSA25-3526CA
Page 6 City Attorney Approved Version 5/22/2024
14.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.
15.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 four (4) years from the
date of final payment under this Agreement.
16.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.
17.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.
18.NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City: For Contractor:
Name Eleida Felix Yackel Name
Title Senior Contract Administrator Title
Dept Public Works Address
CITY OF CARLSBAD
Address 1635 Faraday Avenue Phone
Carlsbad, CA 92008 Email
Phone 442-339-2767
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.
19.GENERAL COMPLIANCE WITH LAWSContractor will keep fully informed of federal, state and local laws and ordinances and regulations whichin any manner affect those employed by Contractor, or in any way affect the performance of the Servicesby Contractor. Contractor will at all times observe and comply with these laws, ordinances, andregulations and will be responsible for the compliance of Contractor's services with all applicable laws,ordinances and regulations.
Josh Stone PE
josh.stone@mbakerintl.com
(760) 603-6268 M: (858) 353-9228
Project Manager
5050 Avenida Encinas, Suite 260
Carlsbad, CA 92008
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 98 of 680
ATTACHMENT F
PSA25-3526CA
Page 7 City Attorney Approved Version 5/22/2024
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.
20.CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
21.DISCRIMINATION AND HARASSMENT PROHIBITEDContractor will comply with all applicable local, state and federal laws and regulations prohibitingdiscrimination and harassment.
22.DISPUTE RESOLUTIONIf a dispute should arise regarding the performance of the Services the following procedure will be usedto resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.Representatives of Contractor or City will reduce such questions, and their respective views, to writing. Acopy of such documented dispute will be forwarded to both parties involved along with recommendedmethods of resolution, which would be of benefit to both parties. The representative receiving the letterwill reply to the letter along with a recommended method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes willbe forwarded to the City Manager. The City Manager will consider the facts and solutions recommendedby each party and may then opt to direct a solution to the problem. In such cases, the action of the CityManager will be binding upon the parties involved, although nothing in this procedure will prohibit theparties from seeking remedies available to them at law.
23.TERMINATIONIn the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminatethis Agreement for nonperformance by notifying Contractor by certified mail of the termination. If Citydecides to abandon or indefinitely postpone the work or services contemplated by this Agreement, Citymay terminate this Agreement upon written notice to Contractor. Upon notification of termination,Contractor has five (5) business days to deliver any documents owned by City and all work in progress to
City at the 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.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering ______________ (___) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made.
24.COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than abona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
30thirty
Nov. 12, 2024 Item #2 Page 99 of 680
ATTACHMENT F
PSA25-3526CA
Page 8 City Attorney Approved Version 5/22/2024
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.
25.CLAIMS AND LAWSUITSBy 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 oflitigation 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. Contractoracknowledges 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 publicentity. 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 theFalse 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 debarmentproceeding 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 anotherjurisdiction is grounds for City to terminate this Agreement.
26.JURISDICTIONS AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California. 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.
27.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.
28.THIRD-PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
City and Contractor.
29.ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may
be executed in counterparts.
30.PUBLIC AGENCY CLAUSE
Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its
governing body, shall have the option to participate in this contract at the same prices, terms, and
conditions. If another public agency chooses to participate, the term shall be for the term of this contract,
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 100 of 680
ATTACHMENT F
PSA25-3526CA
Page 9 City Attorney Approved Version 5/22/2024
and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely
responsible for the placing of orders, arranging for delivery and/or services, and making payments to the
Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible,
for any obligations, including but not limited to financial responsibility, in connection with participation
by another public agency.
31.AUTHORITYThe individuals executing this Agreement and the instruments referenced in it on behalf of Contractoreach represent and warrant that they have the legal power, right and actual authority to bind Contractorto the terms and conditions of this Agreement.
Executed by Contractor this___________ day of _______________________, 2024.
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
October22
Nov. 12, 2024 Item #2 Page 101 of 680
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C1602EBOD
CONTRACTOR
Michael Baker International, Inc., a
Pennsylvania corporation
By:
{sign here)
Joanne Tyler, Associate Vice President
(print name/title)
{sign here)
Timothy Thiele, Vice President,
Office Executive and Assistant Secretary
{print name/title)
ATTACHMENT F
PSA25-3526CA
CITY OF CARLSBAD, a municipal corporation of
the State of California
By:
Keith Blackburn, Mayor
ATTEST:
SHERRY FREISINGER, City Clerk
By:
Deputybty Clerk
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
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
BY: &i~ fu.m.¥'.:l.
Assistant City Attorney
Page 10
Nov. 12, 2024
City Attorney Approved Version 5/22/2024
Item #2 Page 102 of 680
ATTACHMENT F
PSA25-3526CA
Page 11 City Attorney Approved Version 5/22/2024
EXHIBIT A
SCOPE OF SERVICES AND FEES
Perform a variety of general civil engineering tasks as outlined in individual Project Task Descriptions and
Fee Allotments (PTD&FA), related to the following:
A. Roadway Design.
B. Parkway Design.
C. Site Design.
D. Roundabout Design.
E. Visual Simulations.
F. Intelligent Transportation Systems.
G. ADA Design / Inspection.
H. Stormwater Engineering (Civil Design).
Requests for work not listed above must be contracted under separate agreement.
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 103 of 680
58MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ RFQ24-3430CA
CITY OF CARLSBAD ▬ MASTER SERVICES AGREEMENT FOR CONSULTANTS ▬ CATEGORY 2: CIVIL ENGINEERING (GENERAL)
HOURLY RATES
Pricing shall remain firm for the three (3) year term of the Agreement.
Name Title Role Hourly
Rate
Josh Stone, PE Project Manager QA/QC $310
Ryan Zellers, PE, TE Traffic and Civil Engineer Roadway, Roundabout, and ADA Design $290
Jennifer Chan, PE RoadwayEngineer QA/QC $240
Geoff Retemeyer, PE Civil Engineer Roadway and ADA Design Task Order Lead $185
Jecelyn Martinez, PE Civil Associate Drainage & Water Quality Lead $160
Rachel Fabian Transportation Planner Site & Parkway Design $140
Daniel Carns, PE Civil Engineer - Transportation Roadway Design $160
Kyle LaViscount, PE Civil Engineer - Land Development Site & Parkway Design $170
Tyler Wood, EIT Technical Specialist - Land
Development
Drainage & Water Quality $150
Leo Liu, PE Civil Engineer Roadway Design $170
Jordan Gray, PE, TE Technical Manager - Transportation ITS & Traffic Support $170
Jacob Swim, PE, TE Senior Transportation Planner ITS & Traffic Support $160
Samantha Lathrop, EIT Civil Associate - Traffic Traffic Design $150
Jeremy Franzini, PLA Landscape Architecture Department
Manager
Landscape/Irrigation $230
Bob Stark, AICP Environmental Department Manager Environmental Support $240
Andy Taylor Project Controls $90
Survey Personnel
Staff 2-Person Survey Crew $310
Staff 1-Person Survey Crew $200
Paul Goebel, PLS Licensed Surveyor $250
John Bistowski, LSIT Field Supervisor $215
EXPENSES
Description Cost % Markup
Mileage At the IRS approved rate N/A
Copy Services At cost 10%
Docusign Envelope ID: 37671B26-EBA9-492F-818C-014C16D2EB0D
Nov. 12, 2024 Item #2 Page 104 of 680