HomeMy WebLinkAbout2022-03-08; City Council; ; Authorization to Execute an Agreement with Wood Rodgers Inc. for the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements ProjectCITY COUNCIL
Staff Rep ort
CA Review RMC
Meeting Date: March 8, 2022
To: Mayor and City Council
From: Scott Chadwick, City Manager
Staff Contact: Lauren Ferrell, Associate Engineer
lauren.ferrell@carlsbadca.gov, 442-339-2558
Subject:
Hossein Ajideh, Engineering Manager
hossein.ajideh@carlsbadca.gov, 442-339-2756
Authorization to Execute an Agreement with Wood Rodgers Inc. for the
Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements
Project
District: 1
Recommended Action
Adopt a resolution authorizing execution of a professional services agreement with Wood
Rodgers Inc., a California corporation, to provide engineering design and environmental
services for the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements, Capital
Improvement Program Project No. 6058, for an amount not to exceed $932,753.
Executive Summary
The project will make improvements to accommodate all modes of transportation, improve the
aesthetics of a popular community hub and improve beach access near the intersection of
Carlsbad Boulevard and Tamarack Avenue.
Carlsbad Municipal Code Section 3.28.060(D)(5) requires the City Council to approve
agreements when the value exceeds $100,000 per agreement year. The proposed agreement
with Wood Rodgers is for an amount not to exceed $932,753, which makes this agreement
subject to this requirement.
Staff recommend execution of the professional services agreement with Wood Rodgers in an
amount not to exceed $932,753.
Discussion
This project is directly related to the City Council goals to "become a leader in multimodal
transportation systems and creative approaches to moving people and goods through and
within Carlsbad" and "enhance Carlsbad's coastline to ensure an exceptional experience in all
the ways people want to enjoy it." The improvements will provide operational enhancements
for vehicles, bicycles, pedestrians and transit riders consistent with these goals and the city's
General Plan Mobility Element, as well as the Climate Action Plan. Improving this heavily
traveled segment of Carlsbad Boulevard promotes walking, biking and transit use. The project
will also enhance safety for all users and improve the area's aesthetics.
March 8, 2022 Item #4 Page 1 of 37
During the preliminary project development phase, the city implemented a public involvement
and outreach plan. The city also performed extensive public outreach in 2016 and 2018. The
input from the community and stakeholders helped inform development of three concept
designs for the intersection improvements, which will be used as a basis for formalizing an
alternatives analysis, final design of the preferred alternative, processing environmental
clearance and resource agency permitting for the project. These options include a two-lane
road with a roundabout, a three-lane road with a traffic signal and a four-lane road with a
traffic signal.
The project is expected to improve safety for all users. Based on the project goals and the
public's input, some notable improvements include:
•Reconfiguration of the intersection at Tamarack Avenue and Carlsbad Boulevard, easing
traffic flow with the reduction in southbound vehicle lanes to the south of the
intersection
•Widening the sidewalk south of Tamarack Avenue, including across the bridge
•Relocating a North County Transit District bus stop from the middle of the intersection
to provide safer access.
•Other improvements to the pedestrian and bicycle facilities throughout the project area
The project was presented to the former Traffic Safety Commission, now known as the Traffic
and Mobility Commission, twice in 2016 and again in May 2018. It was also presented twice to
California Coastal Commission staff in 2018, and to the California Department of Parks and
Recreation staff, twice each in 2019 and 2020, for early engagement and coordination. Portions
of the proposed project are located within the state Department of Parks and Recreation's
right-of-way, so city staff have coordinated various design and right-of-way matters with State
Parks staff. On May 7, 2021, city staff received a letter from State Parks staff stating the
department's concurrence with the project's conceptual designs.
On June 9, 2021, staff posted a request for qualifications on PlanetBids, an online procurement
company, to advertise for a qualified consultant to provide professional engineering and
environmental services for the project. On July 27, 2021, staff received six proposals from
consultants. A selection panel of city staff evaluated and ranked the proposals based on best-
value criteria, in keeping with Carlsbad Municipal Code sections 3.28.050 — Procurement of
goods, (D)(2) and 3.28.060 — Procurement of professional services and services.
Although the selection panel ranked another consultant as the most qualified, staff determined
the first-ranked firm had a conflict of interest based on that firm's previous grant writing and
preliminary design work on the project. As a result, the selection panel then began negotiations
with the second-ranked firm, Wood Rodgers. To complete the selection process, staff
negotiated with Wood Rodgers over the final scope of work and fees and agreed upon an
amount not to exceed $932,753.
The term of this agreement will be for a period of three years from the effective date. The City
Manager may amend the agreement to extend the term for three additional one-year periods.
March 8, 2022 Item #4 Page 2 of 37
Options
Staff provide the following options for the City Council's consideration:
1. Adopt a resolution authorizing execution of a professional services agreement with
Wood Rodgers to provide engineering and environmental services for the project in an
amount not to exceed $932,753
Pros
•Staff determined that the Wood Rodgers' proposal provides the best value to the
city
•Award of the agreement complies with applicable municipal code sections
•Award of the agreement now will ensure grant requirement deadlines are met
•The project would help ease traffic flow for motorized vehicles, bicycles and
pedestrians and enhance safety for all users
Cons
•None identified
2. Do not adopt a resolution authorizing execution of an agreement with Wood Rodgers
Pros
•None identified
Cons
•Rejection of all proposals would delay the project
•Future solicitation efforts would consume additional staff time and expenditures
•Delay in starting the project would result in missing grant requirement deadlines
•Mobility issues would continue to exist, hindering pedestrian and bike mobility in
the project area
Staff recommend Option 1 for the City Council's approval: Adopt a resolution authorizing
execution of a professional services agreement with Wood Rodgers to provide engineering and
environmental services for the project in an amount not to exceed $932,753.
Fiscal Analysis
Sufficient funding has been appropriated from the TransNet — of countywide sales tax for
transportation projects — and gas tax funds.
Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements
Capital Improvement Program Project No. 6058
Total appropriation to date $2,713,569
Total expenditures/encumbrances to date $728,227
Total available funding $1,985,342
Additional Project Costs
Professional services agreement with Wood Rodgers $932,753
Staff engineering and administrative costs (estimated) $93,275
Total estimated cost $1,026,028
Remaining balance $959,314
Additional appropriation needed $0
March 8, 2022 Item #4 Page 3 of 37
Next Steps
Once the agreement is approved by the City Council and fully executed, staff will issue a
purchase order and a notice to proceed for engineering design and environmental services for
the project. Staff anticipate the engineering design to begin in April 2022 and be completed by
early 2025.
Upon completion of the design, staff plan to return to the City Council for approval of the plans,
specifications and contract documents, and authorization to bid for the construction contract in
early 2025. Staff plan to request City Council approval of the construction contract in mid-2025.
The construction project is expected to start in late 2025 and be completed by late 2026,
contingent upon coordination with State Parks and obtaining a coastal development permit.
Environmental Evaluation
This action does not constitute a project within the meaning of the California Environmental
Quality Act under Public Resources Code section 21065 in that it has no potential to cause
either a direct physical change in the environment or a reasonably foreseeable indirect physical
change in the environment.
Public Notification
This item was noticed in accordance with the Ralph M. Brown Act and was available for public
viewing and review at least 72 hours prior to the scheduled meeting date.
Exhibits
1.City Council resolution
2.Location map
March 8, 2022 Item #4 Page 4 of 37
EXHIBIT 1
RESOLUTION NO. 2022-053
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES
AGREEMENT WITH WOOD RODGERS, INC., A CALIFORNIA CORPORATION,
TO PROVIDE ENGINEERING DESIGN AND ENVIRONMENTAL SERVICES FOR
THE CARLSBAD BOULEVARD AND TAMARACK AVENUE PEDESTRIAN
IMPROVEMENTS PROJECT
WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary,
desirable and in the public interest to improve the Carlsbad Boulevard and Tamarack Avenue
intersection, Capital Improvement Program, or CIP, Project No. 6058, or Project, which includes the city
undertaking engineering design and environmental services; and
WHEREAS, on June 9, 2021, staff issued a request for qualifications and solicited proposals from
consulting firms for the Project; and
WHEREAS, on July 27, 2021, staff received a total of six proposals for engineering design and
environmental services for the Project; and
WHEREAS, subsequent to a review of the proposals based on best-value criteria consistent with
Carlsbad Municipal Code Sections 3.28.050(D)(2) and 3.28.060, staff ranked another consultant as the
most qualified consultant for the Project, yet ultimately determined the first-ranked firm had a conflict
of interest based on that firm's previous grant writing and preliminary design work on the Project; and
WHEREAS, staff then began negotiations with the second-ranked firm, Wood Rodgers, Inc., a
California corporation, or Wood Rodgers, and negotiated a final scope of work for fees for the Project;
and
WHEREAS, staff and Wood Rodgers have negotiated the scope of work and associated fee in an
amount not to exceed $932,753 to provide engineering and environmental services for the Project;
and
WHEREAS, the Project is financed with Gas Tax funds and a TransNet Active Transportation
Grant Program; and
WHEREAS, sufficient funding is available to complete the engineering design and environmental
assessment of the Project; and
WHEREAS, the City Planner has determined that in accordance with Public Resources Code
Section 21065, the action to award a professional services agreement for engineering design and
environmental services does not constitute a "project" within the meaning of the California
Environmental Quality Act, or CEQA, in that it has no potential to cause either a direct physical change
in the environment or a reasonably foreseeable indirect physical change in the environment and
therefore does not require environmental review.
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 Wood Rodgers in an amount not to exceed $932,753 for engineering
design and environmental assessment services of the Carlsbad Boulevard and Tamarack
Avenue Pedestrian Improvements, CIP Project No. 6058, which is attached hereto as
Attachment A.
3.That the City Manager is authorized to amend the agreement to extend the term for up
to three subsequent one-year periods or parts thereof.
PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of
Carlsbad on the 8th day of March, 2022, by the following vote, to wit:
AYES: Hall, Blackburn, Bhat-Patel, Acosta, Norby
NAYS: None
ABSENT: None
Ac‘
MATT HALL, Mayor
FAVIOLA MEDINA, City Clerk Services Manager
(SEAL)
DocuSign Envelope ID: 89CFA7B2-3D5F-4617-AA7E-132A20E665CB
Attachment A
PSA22-1773TRAN
AGREEMENT FOR CARLSBAD BOULEVARD AND TAMARACK AVENUE
PEDESTRIAN IMPROVEMENTS SERVICES
WOOD RODGERS, INC.
4.41N-1 THIS AGREEMENT is made and entered into as of the day of
Do/ CAA , 2022, by and between the City of Carlsbad, a municipal
corporation, ("City"), and Wood Rodgers, Inc., a California corporation, ("Contractor").
RECITALS
A.City requires the professional services of a consultant that is experienced in
pedestrian intersection improvement.
B.Contractor has the necessary experience in providing professional services and
advice related to pedestrian intersection improvement.
C.Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1.SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2.STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3.TERM
The term of this Agreement will be effective for a period of three (3) years from the date first above
written. The City Manager may amend the Agreement to extend it for 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 nine hundred thirty-two thousand seven hundred fifty-two dollars and forty-three cents
($932,752.43). 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
March 8, 2022 Item #4 Page 7 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
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 attorneys'
fees arising out of the performance of the work described herein caused by any negligence,
City Attorney Approved Version 6/12/18
2
March 8, 2022 Item #4 Page 8 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
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-:VI I"; 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
March 8, 2022 Item #4 Page 9 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
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
March 8, 2022 Item #4 Page 10 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
For City For Contractor
Name Lauren Ferrell Name Glen Parker
Title Associate Engineer Title Project Manager
Department Public Works Address 2251 San Diego Ave. Suite A-130
San Diego, CA 92110
Phone No. 619-489-5160
Email gparker@woodrodgers.com
City of Carlsbad
Address 1635 Faraday Ave
Carlsbad, CA 92008
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 categories.
Yes 0 No E
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
March 8, 2022 Item #4 Page 11 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
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
March 8, 2022 Item #4 Page 12 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
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.
ffl
11/
ffl
ffl
1/1
ffl
III
ffl
ffl
III
III
HI
/11
ffl
III
Hi
III
ffl
HI
ffl
City Attorney Approved Version 6/12/18
7
March 8, 2022 Item #4 Page 13 of 37
ayor
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CITY OF CARLSBAD, a municipal
corporation of the State of California
CONTRACTOR
WOOD RODGERS, INC., a California
corporation
By: By:
kat ralfattle.
(sign here)
Mark Rayback, President
(print name/title)
ATTEST:
By:
LA Mit
(sign here)
for Faviola Medina,
City Clerk Services Manager
Andrew Durling, Secretary
(print name/title)
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
March 8, 2022 Item #4 Page 14 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
PSA22-1773TRAN
EXHIBIT "A"
SCOPE OF SERVICES
City Attorney Approved Version 6/12/18
9
March 8, 2022 Item #4 Page 15 of 37
ILLJ C:1 CI Co
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
(City of
Carlsbad
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for CiO) of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
Februag 2022
Lauren Ferrell, PE, QSD/P
Associate Engineer, Public Works — Transportation Engineering
City of Carlsbad
1635 Faraday Ave.
Carlsbad, CA 92008
Wood Rodgers is excited for the opportunity to submit the following Scope of Work for the Carlsbad
Boulevard & Tamarack Avenue Improvements Project. The City has clearly identified their goals for this
project as:
•Easing traffic for cars, bikes, and pedestrians
•Widening the sidewalk south of Tamarack including across the bridge
•Moving the bus stop out of the middle of the intersection so it is easier and safer to use, especially
for people with disabilities
•Create additional free on-street parking
•Enhance the natural beauty of the area, including drought tolerant plants
This proposal includes two separate fees, which are dependent on the alternative selected from the
Alternatives Analysis phase. Once an alternative is selected, our team will complete the environmental
permitting and processing and final design Plans, Specifications, and Estimate package for the chosen
alternative.
The Alternative 3 (Roundabout) fees associated with this scope are as follows:
TASK
FEE
TASK 1 — PROJECT MANAGEMENT
1.1 Project Administration, Meeting Agendas, & Minutes
$39,420.00
1.2 Project Schedule & Monthly Updates
$7,290.00
1.3 Monthly Progress Reports
$14,730.00
1.4 PDT Meetings (36)
$34,470.00
1.5 Informal Biweekly Meetings with City PM (24)
$23,760.00
1.6 QA/QC
$37,680.00
1.7 Site Visits (3)
$5,287.50
Subtotal Task 1 $162,637.50
TASK 2 — FIELD SURVEYING & SURVEY BASE MAPPING
2.1 Site Control and Right of Way Mapping
$5,880.00
2.2 Topographic Survey
$15,240.00
2.3 Legal Descriptions and Exhibits for Street Dedications (2 assumed) $7,000.00
2.4 Record of Survey
$27,000.00
2.5 Miscellaneous Supplemental Survey
$9,600.00
2.6 Coordination of Right of Way with State Parks
$4,050.00
Subtotal Task 2 $68,770.00
TASK 3 — UTILITY BASE MAPPING
3.1 Utility Base Mapping
$20,280.00
Subtotal Task 3 $20,280.00
TASK 4 — GEOTECHNICAL ANALYSIS
4.1 Geotechnical Field Investigation
$3,118.10
4.2 Laboratory Testing
$2,500.00
4.3 Geotechnical Engineering Analyses
$2,116.10
4.4 Geotechnical Report Preparation
$4,070.72
4.5 Geotechnical Analysis for Retaining Walls
$19,190.00
Subtotal Task 4 _ $30,994.92
March 8, 2022 Item #4 Page 16 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
I=1
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
TASK 5 — ALTERNATIVES ANALYSIS
5.1 Preliminary Engineering of 3 Alternatives $39,480.00
5.2 Value Engineering - Alternatives Analysis Memo $13,680.00
5.3 Mobility Analysis $38,840.00
5.4 Barrier Alternatives $15,520.00
Subtotal Task 5 $107,520.00
TASK 6 — ROUNDABOUT EVALUATION
6.1 Roundabout Evaluation $5,270.00
Subtotal Task 6 $5,270.00
TASK 7 — PRELIMINARY DRAINAGE AND STORMWATER QUALITY
7.1 Preliminary Drainage Memorandum $12,550.00
7.2 Stormwater Quality Management Plan (SWQMP) $17,460.00
Subtotal Task 7 $30,010.00
TASK 8 — PUBLIC OUTREACH SUPPORT
8.1 Public Outreach Support and Visual Simulations $36,740.00
Subtotal Task 8 $36,740.00
TASK 9 — ENVIRONMENTAL DOCUMENTS AND PERMITTING
9.1 Environmental Technical Studies
9.1.1 Biological Resources Report $22,440.00
9.1.2 Cultural Resources Report $4,300.00
9.1.3 Vehicle Miles Traveled Assessment $9,920.00
9.2 Environmental Document
9.2.1 Prepare Draft CEQA Initial Study with Proposed Mitigated Negative
Declaration
821,280.00
9.2.2 Public Circulation of the Draft IS/MND $6,180.00
9.2.3 Prepare Responses to Public Comments and Final Initial Study $6,900.00
9.2.4 Prepare Notice of Determination $2,300.00
9.3 Carlsbad Local Coastal Permit $12,720.00
Subtotal Task 9 $86,040.00
TASK 10 — FINAL DESIGN
10.1 60%, 90%, and 100% PS&E Submittals S218,690.00
10.2 Bridge Barrier and Railing, PS&E Submittals $59,980.00
10.3 Bridge Preventative Maintenance, PS&E Submittals $35,360.00
10.4 Structural Retaining Wall Design, Calculations, and PS&E $8,780.00
Subtotal Task 10 $322,810.00
TASK 11 — RIGHT OF WAY
11.1 Easement Acquisition Exhibit $4,040.00
Subtotal Task 11 S4,040.00
TASK 12— UTI LITY COORDINATION
12.1 Utility Coordination $27,600.00
Subtotal Task 12 $27,600.00
TASK 13— CONSTRUCTION ASSISTANCE
13.1 Bid Support $4,040.00
13.2 Construction Support $23,980.00
Subtotal Task 13 $28,020.00
TASK 14 — UTILITY PomoLING EXHIBIT
Utility Potholina Exhibit _14.1 $2,020.00
Subtotal Task 14 $2,020.00
SUBTOTAL 928,252.42
ODC's 84,500.00
TOTAL $932,752.42
March 8, 2022 Item #4 Page 17 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City clf Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
14.1 CD CI C) -FR 0 C>cEFR 5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
TASK 1 — PROJECT MANAGEMENT
Wood Rodgers' Project Manager will schedule a kick-off meeting for the key consultant project staff and
the City of Carlsbad staff within a week of receiving the Notice to Proceed from the City. The kick-off
meeting invitation will also be extended to other stakeholders whom the City deems necessary to the success
of the Project. The objective of this meeting will be to review the Project Scope, establish Project
communication protocol, finalize the Project schedule, identify key Project issues and goals, and compile
existing data and as-builts pertaining to the Project.
Project management is a continuous activity that commences with the receipt of the Notice to Proceed and
continues through submittal of the fmal Project deliverables and through construction. Key elements of
Wood Rodgers' project management program include regular progress reports, work progress monitoring
and cost control, coordination, and communication. This scope of work includes 3 years of project
management upon notice to proceed. One Project Development Team (PDT) meeting is expected per
month, so 36 PDT meetings are scoped.
Wood Rodgers will prepare and update the Project schedule on a monthly basis with input from key team
members. The schedule will show each activity, when that activity will begin, how long it will continue,
and will identify activities that are independent. The schedule will clearly differentiate between which
functions will be carried out by Wood Rodgers, which by the City, and which by other involved parties.
Caltrans, State Parks, and the Fire Department are stakeholders in this Project, and the City desires to
include them as part of the Project Development Team. Wood Rodgers shall include these agencies in the
design review and the plan review process for the Project. A coordination and status meeting (Project
Development Team Meeting) will be held on a monthly basis to review Project status and budget, to obtain
City input, to make informed decisions, and to discuss issues that have the potential to affect the Project
budget or schedule.
Wood Rodgers will prepare the meeting agendas in consultation with the City, distribute the agendas prior
to the meetings, arrange for appropriate participants to attend, and distribute meeting minutes to the
participants within 1 week after the meeting.
In addition to the PDT meeting, Wood Rodgers' project manager and senior engineer will hold informal bi-
weekly meetings with the City PM to coordinate and track action items. No meeting minutes or agendas
will be required for these meetings. It is assumed that these meetings will be held biweekly for 24 months.
Wood Rodgers will prepare and submit monthly progress reports to City staff. The monthly progress reports
will include progress of work; an updated Project schedule; the information/ decisions that are required to
maintain the schedule and complete deliverables; problems encountered that may affect schedule, budget,
or work products; and anticipated work for the following month.
Wood Rodgers' Project Manager is responsible for the cost controls necessary to ensure that assignments
are completed within budget for production of all deliverables. Once project protocol is defined,
communication will be maintained between the Project Manager, City staff, and the Project Team. The
Project Manager and Lead Project Engineer will act as the main liaisons between City staff and the Wood
Rodgers Project Team. Key team members will be involved in development of the Project schedule in order
to assure proper coordination of all the required Tasks. The Project Team members will be available to
meet with the City and/or other agency personnel to discuss technical or administrative issues in order to
keep the Project on track.
Quality Control/Quality Assurance
The Wood Rodgers Project Team will employ quality control/quality assurance procedures that will ensure
that the work products will be complete and correct for the purposes of this Project. These procedures
March 8, 2022 Item 444 Page 18 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
LLI CI C3 C> -FR C3 C> E FR
SOUPING RELATIONSHIPS ONE PROJECT AT A TIME
include informal peer review as well as formal review by a senior engineer in order to ensure that the plans
and documents comply with accepted standards, are grammatically correct, and will result in a constructible
project.
Wood Rodgers will endeavor to identify potential savings, risks and uncertainties related to development
of this Project. If at any time during this agreement, Wood Rodgers identifies any alternative design that
could result in significant savings to the City or any circumstances that could pose potential risk related to
construction of this Project, the City will be notified immediately. Any alternative design recommended
will be documented in writing to the City's project manager.
Deliverables:
a Monthly Project Development Team Meeting Agendas and Minutes for 36 months
O Biweekly Informal Meetings with City PM for 24 months
•Project Schedule with Monthly Updates
•Status Reports
•Quality Control
TASK 2 — FIELD SURVEY & SURVEY BASE MAPPING
Several files related to survey conducted previously for this project were sent from the City to Wood
Rodgers. Amongst these files was an aerial topographic file. We plan to use this file for these phases of the
project. However, topographic base survey will be needed to append the existing survey and fill in the gaps,
while providing a high quality 3-D surface of the existing ground.
Task 2.1 - Site Control and Right of Way Mapping
CL Surveying and Mapping (CL Survey) will establish a site-wide network of horizontal/vertical control
to serve as the basis for any subsequent boundary, topographic, or construction staking surveys that may be
required throughout the course of the project CL Survey will reference the identical horizontal and vertical
datum for all work performed by Psomas in previous survey efforts. CL Survey will conduct the field
measurements and locate survey monuments necessary to re-trace the existing centerline and rights-of-ways
covering the length of the project. Centerlines and right of way lines will be provided in a CAD file to the
City. In addition, the Wood Rodgers team will research historical right of way
relinquishment/quitclaim/easement/right of way dedication in the area and help the city to coordinate with
State Parks to clean up right of way line discrepancies.
Task 2.2 — Topographic Survey
CL Survey will perform a field topographic survey using conventional survey method to document existing
site topography and planimetrics. Substantial visible improvements will be located within the street right
of way, including utilities, manholes, valve covers, utility vaults and covers, signposts, signs, trees, utility
poles, traffic signal poles, cross gutters, local depressions, catch basins, driveway openings, sidewalks,
corner access ramps, fire hydrants, parkway drains, etc. Visible indications of surface utilities lying within
the project limits will be located, as will accurate lid/rim elevations for drainage structures present. Street
cross sections will be taken at 25-foot intervals. The standard cross-sectional data will consist of right-of-
way, back of sidewalk, topo of curb, flow line, lip of gutter and crown for both sides of the street. All survey
data will be provided in a CAD file to the City.
March 8, 2022 Item #4 Page 19 of 37
DocuSign Envelope ID: 89CFA7B2-305F-46-17-AA7E-132A20E665CB
Scope of Workfor city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
1..0 CD CI Co -FR I= FR M
BUILDIND RELATIONSHIPS ONE PROJECT AT A TIME
Task 2.3 — Legal Descriptions and Exhibits for Street Dedications
CL Survey will prepare legal descriptions and exhibit sketches for proposed street dedications, or easement
agreements. The documents will be prepared and stamped by a Professional Land Surveyor licensed in
California and provided to the City for attachment to recording documentation provided by project Right
of Way Consultant. For this effort, CL Survey is estimating a total of two (2) Legal Descriptions and
Exhibits.
Task 2.4— Record of Survey
CL Survey will prepare a Record of Survey in conjunction with the Right of Way mapping and
Monumentation effort. The Record of Survey will be filed with the County of San Diego in accordance
with the State of California Land Surveyor's Act. CL Surveying and Mapping shall prepare, file and
process said survey through the County to recordation. The purpose of the Record of survey is to monument
the existing centerline within the project limits, to establish city Right of Way and to document the existing
right of way between the City of Carlsbad and the adjoining State of California owned property.
Task 2.5 — Miscellaneous Supplemental Survey
This task is set aside for miscellaneous supplemental surveys. These supplemental surveys could include
some of the following: Field or Office Project meetings, Right of Way Layout or additional monumentation,
Design staking for field viewing purposes, adjacent private property surveys, video of bridge exterior and
underside, etc.
Task 2.6— Coordination of Right of Way with State Parks
After the right of way has been surveyed, the Wood Rodgers Team will coordinate with State Parks to
normalize the correct right of way. Wood Rodgers will also assist the City with preparing appropriate
documents/applications to obtain an Operating and Maintenance Agreement with State Parks that allows
the City to install the improvements.
TASK 3 — UTILITY BASE MAPPING
Task 3.1 — As-Built Request Submittals to Utility Companies
Wood Rodgers will prepare draft transmittal letters to affected utility owners for City review and approval
prior to transmitting "Letter A" packages to utility owners. Letters with attached plans/exhibits will be
provided to each utility owner to request as-builts. A copy of the utility data obtained from utility owners
will be provided to the City and the original will be filed in the project files. Information collected of
existing utilities will be transferred to utility base maps in CAD.
TASK 4 — GEOTECHNICAL ANALYSIS
The City of Carlsbad has supplied Wood Rodgers with a previous Geotechnical Report completed by
A ECOM in November of 2018. In lieu of redoing work that has already been completed, Earth Mechanics,
Inc. (EMI) will perform a limited Geotechnical investigation, to ensure the needed design variables are
supplied and/or confirmed.
March 8, 2022 Item #4 Page 20 of 37
DocuSign Enve!ope ID: 89CFA782-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
L-L1 C:I CD CD -FR CI E FR S
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Task 4.1 — Geotechnical Field Investigation
EMI will complete an encroachment permit application for the City of Carlsbad including a borehole
location map and a description of the geotechnical work to be conducted. The geotechnical exploration plan
will be provided to the City prior to the field investigation for review and concurrence. For this project,
only hand auger borings will be performed within the shoulders of Carlsbad Boulevard and Tamarack
Avenue, which will collect soil samples for pavement design. By performing these on the shoulders of the
roadway, impacts to the public will be minimized during the investigation. Hollow-stem auger borings will
be performed only in the event retaining walls are determined to be necessary based on the project
development (see optional tasks).
EMI assumes that since the borings will be performed using hand tools within the roadway, no
environmental clearance will be required for this work. A field investigation schedule will be prepared by
EMI to assist in the coordination of any necessary monitoring during the geotechnical investigation.
Traffic control will be performed by a certified traffic control contractor following San Diego Area
Regional Standard Drawings. A traffic control plan will be included with the encroachment permit
application to the City.
The borings will be conducted for the purpose of collecting soil samples and logging subsurface conditions.
As stated above, hand tools will be used to collect soil samples from the upper 5 ft below ground surface
for pavement borings. Spoils generated from the boring excavations will be contained in 55-gallon drums
and temporarily stored off-site until the contents can be tested and transported to a licensed disposal facility.
Boreholes will be backfilled with cement-bentonite grout or as required by the permitting agencies. AC
pavement will be repaired with cold patch asphalt to a depth of 1.5 times the depth measured while
performing the borings.
EMI will collect bulk samples of near-surface subgrade soils to determine R-value and maximum density
in the hand auger borings. Soil samples will be logged during the field investigation, secured in their
containers or collected in plastic bags, and transported to the EMI laboratory. Hand auger borings will have
a target depth of 5 feet.
Task 4.2 — Laboratory Testing
Representative soil samples from each boring will be chosen for laboratory testing. Various laboratory tests
will be performed on soil samples to determine or derive their engineering characteristics. The following
laboratory tests are anticipated: moisture, density, grain size distribution, expansion index, sand equivalent,
Atterberg Limits, R-value, maximum density and optimum moisture content, and soil corrosivity.
Task 4.3 — Geotechnical Engineering Analyses
Results obtained from the field investigation and laboratory testing will be used to characterize subsurface
soils and create idealized soil profiles for design purposes. A site corrosion study will be performed
following current Caltrans Corrosion Guidelines (2018). Pavement structural sections will be provided in
accordance with the Caltrans Highway Design Manual (2021). Foundation design and construction
recommendations for any potential retaining walls will be performed following the procedures in the
Caltrans Earth Retaining System Guidelines (2021).
March 8, 2022 Item U4 Page 21 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
„„w
ee
„„
Carlsbad Boulevard and Tamarack Avenue Improvements LLI C> C)
Februar-y 2022 BUILDING RELATIONSHIPS ONE PROJECT Al A TIME
Task 44— Geotechnical Report Preparation
EMI will prepare a Geotechnical Report that will have recommendations for structural pavement sections
and corrosion recommendations. 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 for review. EMI will
address review comments and incorporate responses to comments into a final Report.
Task 4.5— Geotechnical Analysis for Retaining Walls
EMI will perform hollow-stem auger borings for retaining wall design. Hollow-stem auger borings will
need to be performed on the paved roadway due to the need to use truck-mounted drill rigs.
EMI assumes that since the borings will be performed within city roadway, no environmental clearance
will be required, besides encroachment permits and traffic control.
Traffic control for retaining wall borings will be performed by a certified traffic control contractor following
San Diego Area Regional Standard Drawings. A traffic control plan will be included with the encroachment
permit application to the City.
The borings will be conducted for the purpose of collecting soil samples and logging subsurface conditions.
A rubber-tire, truck-mounted drill rig equipped with hollow-stem augers will be used to advance the
exploratory borings for retaining walls. Spoils generated from the boring excavations will be contained in
55-gallon drums and temporarily stored off-site until the contents can be tested and transported to a licensed
disposal facility. Boreholes will be backfilled with cement-bentonite grout or as required by the permitting
agencies. AC pavement will be repaired with cold patch asphalt to a depth of 1.5 times the depth measured
while performing the borings.
Small disturbed and relatively undisturbed soil samples will be collected using split-spoon samplers for the
retaining wall borings at a vertical interval of 5 feet, alternating between the Standard Penetration Test
(SPT) sampler and the Modified California Drive (MCD) sampler through alluvial soils. Soil samples will
be logged during the field investigation, secured in their containers or collected in plastic bags, and
transported to the EMI laboratory. Retaining wall borings will have a target depth of 25 ft.
TASK 5 — ALTERNATIVES ANALYSIS
Task 5.1 — Preliminary Engineering of 3 Alternatives
Utilizing the survey mapping completed under the Field Survey and Survey Base Mapping task, a
preliminary design of the three (3) proposed alternatives will be completed, and the necessary
environmental activities initiated. Wood Rodgers will prepare each alternative design on a large strip plot.
These are:
1.Four-Lane Road with Traffic Signal
2.Three-Lane Road with Traffic Signal
3.Two-Lane Road with Roundabout
Each alternative will include a horizontal layout with preliminary vertical profiles as needed to support
the design. If any issues are found with meeting grade requirements for any of the alternatives, this will be
determined during this phase. Designs will include typical sections displaying options for placement of a
guardrail or other barrier between bicyclists and pedestrians or using raised sidewalk in lieu of a
guardrail. Each strip plot will display a dimensioned view of the project features. Significant issues such
March 8, 2022 Item #4 Page 22 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Workfor City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
ILLI CD CI C) -ROC> FR 5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
as potential utility conflicts, grade conflicts, drainage issues, impervious surface overages, etc. will be
identified at this stage. These plans will include an aerial background attached so that the stakeholders
can easily identify specific areas of interest. These will be submitted to the City in draft, and any
comments from the City's review will be incorporated into a final submittal.
Strip plots will not include traffic handling, signs, electrical, or construction details. The drawings can be
provided to the City in PDF and DWG format, and can also be printed on strip plots for use as exhibits if
the team meets in person.
Deliverables:
-Three (3) strip plot drawings of the proposed alternatives
Task 5.2 — Value Engineering — Alternatives Analysis Memo
Wood Rodgers will conduct a Value Engineering meeting in which the alternatives presented in the 3
strip plots are assessed and compared. It is the goal of this meeting to attain a preferred alternative with
City endorsement, which the team can then move forward into final design.
Wood Rodgers will prepare a technical memorandum of the Value Engineering, which will document and
compare the 3 alternatives based on constructability, cost, traffic impacts, stakeholder acceptance, and
more. The technical memorandum will include the following:
•Preliminary layout of the 3 proposed alternatives, including layout of the
bike lane, walkway and ADA compliant facilities.
•Areas allocated to be landscaped.
•Potential Environmental constraints.
•Preliminary Drainage evaluation.
•Existing Right of Way.
•New Right of Way requirements.
•Potential utility conflicts, if any are known at this time.
•Coordination with City of Carlsbad and other stakeholder agencies.
•Preliminary construction cost opinion.
•Summary of traffic analysis with Traffic Memo attached.
•Summary of bridge barrier alternatives design options and selected
alternative with Bridge Barrier Alternatives Memo attached.
Deliverables:
-One (1) meeting with the City and other stakeholders to discuss findings of the Value Engineering
Analysis and establish the Preferred Alternative.
-Technical Memorandum of Alternatives Analysis and the Value Engineering comparison of the 3
alternatives. This memo will document the Preferred Alternative and tie the preliminary engineering
designs, Value Engineering Analysis, Mobility Analysis, and Roundabout Evaluation together, leading to
stating the preferred alternative. Feedback from public outreach to be incorporated into a final version.
All applicable analyses will be attached to this memo.
March 8, 2022 Item #4 Page 23 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
LLJdn=ic) -FR CD Co G FR 5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Task 5.3 — Aloha); Analysis
To compare the 3 alternatives and support the design of each, Wood Rodgers will prepare a mobility
analysis. This analysis will evaluate vehicle, bicycle, and pedestrian modes of travel through the project.
The mobility analysis will include evaluation of level of service (LOS), queuing, safety, and other relevant
topics. The three currently proposed project alternatives will be evaluated and compared under baseline and
future conditions.
1) General
a)Review project documents, including past traffic studies.
b)Traffic Engineer to attend up to three (3) meetings with the City.
2) Project Alternatives
a) The following Project alternatives will be evaluated in the Mobility Analysis:
i)Traffic Signal 4 Lanes
ii)Traffic Signal 3 Lanes
iii)Roundabout (Single Lane)
3) Project Scenarios
a) The following Project scenarios will be evaluated in the Mobility Analysis:
i)Existing Baseline Conditions
ii)Cumulation Conditions
iii)Horizon Year 2035 with General Plan Conditions
b) Final future years for evaluation to be determined based on discussion with the City.
4) Existing Transportation Setting
a)Description of existing roadway, transit, bicycle, and pedestrian facilities.
b)New data collection, if necessary, for existing conditions weekday daily, weekday AM peak hour,
weekday PM peak hour, Saturday daily, and Saturday midday peak hour, vehicular, bicycle, and
pedestrian counts at the Carlsbad Boulevard and Tamarack Avenue intersection.
c)Existing conditions delay, LOS, and queuing (95th percentile) for vehicular traffic using Synchro
software and Highway Capacity Manual methodologies.
d)Existing conditions multimodal level of service MMLOS for pedestrian and bicycle modes of travel
using the City of Carlsbad MMLOS methodology.
e)Summary of existing safety and collision data in the study area. Collison data provided by the City
will be used and supplemented with SWITRS data as necessary.
5) Future Volume Forecasts
a)Develop future year forecasts at the study intersection for Cumulative Conditions (near term) and
Horizon Year 2035 with General Plan Conditions.
b)Forecasts will be developed using the cumulative project data provided by the City of Carlsbad and
the latest version of the SANDAG travel demand model and/or forecasts form the latest City of
Carlsbad General Plan Update.
6) Alternative Vehicular LOS and Queuing
a)Estimate vehicular delay, LOS, and queuing (95111 percentile) for vehicular traffic for the three
project alternatives using Synchro or Sidra software and Highway Capacity Manual methodologies.
b)Provide a discussion of the vehicular operations results.
c)Potentially provide a high-level estimate of each alternative's effects on emissions, if desired.
7) Alternative MMLOS
March 8, 2022 Item #4 Page 24 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue improvements
February 2022
WDDC) C:1 C> F2
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
a)Evaluate MMLOS for pedestrian and bicycle modes of travel for the three project alternatives using
the City of Carlsbad MMLOS methodology.
b)Each alternative will be scored and discussion of the results will be provided.
8)Alternative Safety Evaluation
a) Evaluate alternative effects on study area safety and collision rates using either qualitative or
quantitative methodologies, which could include standard Caltrans or FHWA practices.
9)Mobility Analysis Memorandum and Summary of Results
a)Rank each alternative's performance for each category analyzed and compare the alternatives to
help determine which would operate best when considering all modes of traffic. Benefit cost ratios
could be developed using standard Caltrans methodology if desired.
b)Summarize the results of all Mobility Analysis Tasks in a technical memorandum using appropriate
figures, tables, and appendices.
Deliverables:
-Draft and Final Mobility Analysis Memo.
-One (1) round of city comments.
Task 5.4 — Bridge Barrier Alternatives
Wood Rodgers will prepare a brief memo discussing feasible alternatives for the interior vehicular barrier,
the west edge of deck pedestrian railing, and potential aesthetic enhancements for both systems. Variations
in alternatives could include materials (concrete, steel, stainless steel), face (parapet, open-face or see-
through, post and rail, side mount), and finish (form liners, painting/staining, bolt-on shapes). The vehicular
barrier will be MASH TL-2 compliant. Summary "pros & cons" will be listed. The draft Bridge Barrier
Alternatives Memo will be submitted to the City. Opinion of relative costs between variations will be
provided. Upon finalizing the response and resolution of compiled comments from the City on the draft
memo, recommended alternatives for the vehicular barrier, pedestrian railing, and aesthetics will be
identified and carried forward into Final Design. The final Bridge Barrier Alternatives Memo with the
preferred alternative will be submitted to the City.
Deliverables:
-Draft and Final Bridge Barrier Alternatives Memo (PDF)
TASK 6 — ROUNDABOUT EVALUATION
Task 6.1 Roundabout Evaluation
The scope items under this task builds off of the previous effort performed for this project by Michael
Wallwork, which included a preliminary conceptual roundabout design. Services to be provided, again by
Michael Wallwork, will be to provide assistance to the Wood Rodgers team in the update of the
roundabout design. Scope items for Michael Wallwork include:
1.Revise size of roundabout based on the Mobility Analysis, if needed.
2.Refine the roundabout design as needed and match to survey file using AutoTURN to checkdc-
sign vehicle paths, and speed check using fastest paths.
3.Prepare a preliminary layout with recommended signing and markings.
March 8, 2022 Item #4 Page 25 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for CiOi of Carlsbad
Carlsbad Boulevard and Tamarack Avenue improvements
February 2022
I=1 C. -FR 17:3 FR 5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
4.Undertake construction plan reviews to assist with the preparation of construction plans, if
roundabout alternative is selected.
5.Provide assistance in the redesign of the intersection of Carlsbad Boulevard and Tamarack Boulevard
is required for placement of a roundabout.
6.Participate in virtual meetings.
Deliverables:
-A Memorandum that includes a summary of the analysis and comments on the roundaboutlayout
-AutoCAD files with final technical memo regarding roundabout design
-Construction plan reviews
TASK 7— PRELIMINARY DRAINAGE AND STORIVIWATER QUALITY
Task 7.1 Preliminary Drainage Memorandum
Wood Rodgers will prepare a Preliminary Drainage Memorandum (PDM) for the preferred alternative
once it is selected. The PDM will be consistent with the drainage standards as outlined in Chapter 5 of
Volume 1 — General Design Standards of the City of Carlsbad Engineering Standards. The PDM will
demonstrate capacity of proposed drainage features and will demonstrate that existing drainage patterns
will be maintained.
Task 7.2 — Storinwater Quality Management Plan
Wood Rodgers will prepare a Stormwater Quality Management Plan (SWQMP) for the selected preferred
alternative. It is assumed this project will replace impervious roadway in excess of 5,000 sf, and therefore
will be considered a Priority Development Project (PDP). The project will be required to meet both
pollutant control and hydromodification management requirements. Wood Rodgers plans to utilize the
USEPA Green Street guidance utilizing the landscaped areas to fulfill the Green Street exemption criteria.
The SWQMP will be prepared to be consistent with Volume 5 — Carlsbad BM P Design Manual (Post
Construction Treatment BMPs) of the City of Carlsbad Engineering Standards and will include
hydrologic and hydraulic calculations, Forms E-34, E-35, and E-36.
TASK 8— PUBLIC OUTREACH SUPPORT
Task 8.1 — Public Outreach Support and Visual Simulations
Wood Rodgers will provide visual simulation exhibits needed for public outreach, assuming 2 exhibits
per design alternative, so 6 altogether. In addition, Wood Rodgers will provide up to 3 typical sections of
the bridge barrier alternatives, which can be easily understood by the public. Assumes one round of
comments from the City to be incorporated. Wood Rodgers will also participate in up to two (2) Traffic
and Mobility meetings and one (1) City Council meeting, in person or virtually. The Wood Rodgers team
will be prepared to attend, present materials, and address questions from the City Council, various
committees and commissions, and the public.
Deliverables:
-Attendance and assistance at 2 Traffic and Mobility meetings
March 8, 2022 Item #4 Page 26 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
Februaty 2022
-Attendance and assistance at I City Council meeting
-Up to six (6) Visual Simulation Exhibits
-Up to three (3) Typical Sections of the bridge
Lt..1 C:1
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
TASK 9 — ENVIRONMENTAL DOCUMENTS AND PERMITTING
Task 9.1 — Environmental Technical Studies
The Wood Rodgers team will prepare detailed environmental technical studies to analyze project impacts
associated with one design alternative. Technical studies will be prepared following the Caltrans'
Standard Environmental Reference (SER) format and content requirements so they can be used to support
both CEQA and NEPA approvals for the project. This scope of work assumes that up to three iterations
will be prepared for each technical document inclusive of City and Caltrans review and comments.
Task 9.1.1 Biological Resource Report
Wood Rodgers has reviewed the 2018 Biological Resources Report previously prepared for the
project and will use the report as a baseline for preparing an updated Biological Resources Report
(BRR) for the project using the recently updated Carlsbad Guidelines for Biological Studies.
Biological surveys conducted for that report were done in 2016 and are typically considered
"stale" after 2 years. Wood Rodgers will truth the conditions/habitat discussed in that report
which will lead to some cost savings compared to starting a new report from scratch.
Prior to conducting surveys, Wood Rodgers biologists will query California Department of Fish
and Wildlife (CDFW), United States Fish and Wildlife Service (USFWS), and California Native
Plant Society (CNPS) Online Databases and any other literature and database resources pertaining
to biological resources in the project area. In accordance with Caltrans guidelines, an official list
of threatened and endangered species known in the project vicinity will be obtained from the
USFWS Information for Planning and Consultation website.
Wood Rodgers biologists will conduct fieldwork to assess the presence/absence of sensitive
biological resources (e.g., species or habitats), and to determine the potential for occurrence of
such resources that may not be detectable when the fieldwork is conducted. For the purpose of
this scope of work, sensitive biological resources would include state or federally listed species,
species of concern pursuant to CDFW and CNPS listings, all HMP covered species, and narrow
endemics. Field work will include focused survey efforts for each listed species with potential to
occur within the project area using the most current USFWS survey protocol. For optimal results,
Wood Rodgers will conduct fieldwork appropriate to the season, doing vegetation mapping
(Oberbauer 2008; Holland 1986) during the growing season, plant surveys during the blooming
season and protocol surveys according to USFWS/CDFW protocol during the bird breeding
season to maximize our ability to detect and positively identify protected species.
Preliminary literature research determined that federally and state listed wildlife or plant species
have the potential to occur within the vicinity of the project area. Therefore, Wood Rodgers will
prepare a BRR that will include a description of the field methods used and the results of the
project assessment. The report will list plant and animal species present, along with a general
description of the plant communities occurring within the project area. If any sensitive resources
are found on the site, Wood Rodgers will prepare, and include a graphic displaying the location of
the any onsite sensitive biological resources observed. The report also will contain tables
describing sensitive species and their habitats that are present or potentially present, and it will
identify and assess project impacts on the existing biological resources, including any sensitive
March 8, 2022 Item #4 Page 27 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
LLI 0 0 C) C)G E F25
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
species. The BRR will also include avoidance and minimization measures designed to minimize
potential impacts to sensitive biological resources. This scope of work assumes that all work
associated with the bridge over the Agua Hedionda Lagoon outlet will be completed without the
need for access below the bridge. The habitat around the lagoon is part of a habitat preserve and
impacts to it should be avoided where feasible.
Based on the information available, the Wood Rodgers team expects that focused surveys to
determine the presence/absence of rare plants within the project area would be required. Thus,
one rare plant survey will be conducted in the spring (April or May) and one survey during the
summer (June or July) to coincide with blooming periods of potentially occurring rare plant
species. The results of the survey will be documented in the BRR and HMP Consistency Report.
The project is expected to fully avoid impacts to Waters of the U.S. and State occurring outside
the ordinary high water mark and mean high tide limits. As part of the BRR, Wood Rodgers will
map the location of these jurisdictional water features with a preliminary jurisdictional
determination and will show graphically the location of project improvements as they relate to
these jurisdictional boundaries.
Wood Rodgers qualified biologist will coordinate with the City's Habitat Management Program
Coordinator to determine necessary mitigation measures and compensatory requirements for
impacts to vegetation communities, wildlife and plant species within the coastal zone pursuant the
City's IIMP. The section of the BRR that addresses the project's consistency with the City's
HMP will include appropriate mitigation ratios, potential project effects to wildlife movement,
and any other relevant HMP requirements.
Task 9.1.2 Cultural Resources Report
The Wood Rodgers team has reviewed the 2018 Cultural Resources Report and incorporate the
information therein where appropriate into a Caltrans format cultural technical study. Much of
the work in that report dates back to 2016 so updated surveys and consultation will be prudent for
the current version of the project. Wood Rodgers and subconsuftant PanGIS will prepare an Area
of Potential Effects (APE) Map and a Cultural Resources Report (CRR) to document any known
cultural resources in the project area and assess the potential for sub-surface archaeological
sensitivity. The APE Map will incorporate the limit's of physical disturbance, appropriate buffers
from the limits of disturbance, and construction staging areas, and will be reviewed and approved
by the City prior to completion of the CRR.
The scope assumes preparation of up to two updated site records for previously recorded sites. If
additional sites are identified, they must be documented on the appropriate California Department
of Parks and Recreation 523 form. In addition, cultural resources within the APE may need to be
tested to assess significance. The scope and cost of such documentation, an Extended Phase I
investigation would require a contract modification. In addition, it is expected that the survey will
not result in the identification of any historic buildings, structures, historical landscapes, or any
non-exempt or significant architectural or historical properties are within the APE. As such, it is
assumed that the evaluation of built-environment historic resources will not be required.
The Wood Rodgers Team will work collaboratively with the City to consult with local Native
American Tribes identified by the City and the Native American Heritage Commission. Tribal
consultation will be conducted pursuant to Assembly Bill 52 and the CEQA guidelines. In the
event that a tribe requests consultation, Wood Rodgers and/or PanGIS will attend consultation
meeting(s) with the City as required.
March 8, 2022 Item #4 Page 28 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665C8
Scope of Workfor City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
LUCID ED -FR EM C) FR
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Task 9.1.3 Vehicle Miles Traveled Assessment
Wood Rodgers will evaluate project alternative effects on the study area vehicle miles traveled
(VMT). VMT analysis will be performed in accordance with the City of Carlsbad Vehicle Miles
Traveled (VMT) Analysis Guidelines.
Since the project primarily consists of intersection control improvements and lane reductions, it is
anticipated that this project would likely be "screened out" from a detailed VMT analysis based on
the Screening Criteria for Transportation Projects included in section 4.1 of the City of Carlsbad
Vehicle Miles Traveled (VMT) Analysis Guidelines.
If desired, Wood Rodgers can manually estimate effects of the Project on study area VMT due to
any potential rerouting of vehicles, multimodal network improvements, etc. Manual analysis would
be utilized as the changes in traffic patterns would likely be limited to the local area, and the
SANDAG travel demand model likely cannot completely model the effects of a roundabout or
similar intersection control improvement. Potential reductions in VMT due to the project's
multimodal improvements would be estimated consistent with methodologies contained in
Appendix C: Mitigation of the City of Carlsbad Vehicle Miles Traveled (VMT) Analysis
Guidelines.
The results of the VMT assessment will be summarized in a technical memorandum.
Deliverables:
-VMT Technical Memorandum
Task 9.2 — Environmental Document
Task 9.2.1 Prepare Draft CEQA Initial Study with Proposed Mitigated Negative Declaration
Once detailed plans are prepared, staff will evaluate the project for compliance and prepare the
appropriate environmental documentation and findings. This SOW assumes a Mitigated Negative
Declaration (MND) will be sufficient for the project. Wood Rodgers will prepare a detailed
Initial Study with appropriate exhibits, including a narrative of the background of the project and
a description of supporting studies. The initial study will be prepared based on the format and
contents provided by the City or in accordance with Appendix G of the 2019 CEQA Guidelines.
The initial study will be as comprehensive as necessary to address the environmental issues,
support the findings, and be in conformance with the normal standard of care for such documents.
Based on the project description, Wood Rodgers is confident that a Mitigated Negative
Declaration will be the appropriate document for this project. Wood Rodgers will utilize the
Initial Study to prepare the Proposed Mitigated Negative Declaration. The Proposed Mitigated
Negative Declaration will consist of the Appropriate City form, the project description, the initial
study checklist, supplementary environmental studies, and the project's proposed Mitigation,
Monitoring, and Reporting Program which includes all environmental avoidance, minimization,
and mitigation measures that the City has committed to implement prior to, during, and after
construction.
March 8, 2022 Item #4 Page 29 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665C8
Scope of Workfor City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
WC3C3C) 4=41:=1C0GEFR5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Wood Rodgers will prepare and provide an administrative draft of the Initial Study with Proposed
Mitigated Negative Declaration, and draft Notice of Availability for City review and comment.
The draft documents will be submitted in electronic form either on a USB flash drive or via
email. Upon receipt of City comments, Wood Rodgers will incorporate necessary revisions and
submit a revised draft document. This scope of work assumes two rounds of screen check
reviews with the City Planning Department.
Task 9.2.2 Public Circulation of the Draft IS/MND
After the Draft IS/MND and NOA have been approved by the City, the Wood Rodgers team will
prepare the document for circulation and public review. The IS/MND has a critical objective of
providing a means by which the general public and responsible agencies can participate in the
environmental process by providing written comments on environmental and project issues
addressed in the IS/MND. Wood Rodgers will also prepare a Notice of Completion and
coordinate with the City to deliver the document to the California State Clearinghouse for
distribution to other state agencies. Wood Rodgers will develop a mailing distribution list of
local property owners, stakeholders, and other public agencies to receive the public notice and
Wood Rodgers will produce the requisite public notices and hard copies of the document
distribution to those parties. It is anticipated that the public review period will last for 30 days
pursuant to CEQA guidelines.
Task 9.2.3 Prepare Responses to Public Comments and Final IS/MND
At the close of the public review period for the IS/MND, Wood Rodgers will compile all written
public comments received during the 30-day review period and prepare a new appendix in the
IS/MND to document the comments. Wood Rodgers will prepare responses to each of the
comments, and if warranted update the environmental analysis in the IS/MND to be consistent
with the responses provided. At the following Project Development Team (PDT) meeting, Wood
Rodgers will present the public comments to the City and highlight the direction responses have
been prepared. Feedback from the PDT will be incorporated into the responses and the final
Comments and Responses will be provided in the Final IS/MND document in an appendix.
Wood Rodgers will update the Draft IS/WIND to a final version. The Final IS/MND will include
the Mitigated Negative Declaration, any changes required as a result of public or agency
comments received, and a new appendix with the public comments and written responses
provided. Wood Rodgers will provide the Final IS/MND for a final City review and comment.
Wood Rodgers will incorporate any final comments/revision and return to the City, ultimately
resulting in approval of the Mitigated Negative Declaration by the City.
Task 9.2.4 Prepare Notice of Determination
Subsequent to the City's approval of the Final IS/MND, Wood Rodgers will prepare a Notice of
Determination (NOD) for City review and comment. Wood Rodgers will revise as appropriate
and return draft of NOD to City. Once the NOD is approved by the City, Wood Rodgers will
coordinate with the City to file the NOD with the County Clerk and the State Clearinghouse. This
scope of work assumes that the City will pay for all CEQA filing fees.
March 8, 2022 Item #4 Page 30 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
LiJ 1= ED -ROC)E I=R
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Task 9.3 — Carlsbad Local Coastal Permit
The studies identified above will serve as the CEQA factual basis for submission of application for
compliance with Responsible Agencies. Wood Rodgers has determined that the project would have no
effects to Clean Water Act (CWA) jurisdictional waters of the U.S., Regional Water Quality Control
Board waters of the state, or jurisdictional habitats of CDFW. Therefore, no CWA Section 404, CWA
Section 401, or CDFW Section 1602 permits would be required as part of the project. The project does
occur within the coastal zone designated by the State of California Coastal Commission (CCC), and the
City. Wood Rodgers will prepare and secure the appropriate level of California Coastal Commission and
City of Carlsbad coastal development approvals.
According to the Carlsbad Draft Local Coastal Program Land Use Plan Update (2019), the proposed
project would occur within the City's Local Coastal Permit jurisdiction. Wood Rodgers will prepare a
local coastal permit in coordination with the City's Planning Department. While permits are typically
scheduled to be procured during the PS&E phase of the project (so that final design calculations are
adequately advanced), Wood Rodgers will facilitate early coordination with the City's Planning
Department to ensure a timely permit approvals process. Wood Rodgers will conduct any necessary
follow up coordination and permit reviews/revisions to ensure the City receives final permits with a
reasonable timeframe. The City will be responsible for all required permit application fees and mitigation
costs associated with permit conditions.
TASK 10 — FINAL DESIGN
Task 10.1 — 60%, 90%, and 100% PS&E Submittals
Using the preferred alternative determined during the Alternatives Analysis as well as feedback received
from the City and other stakeholders, Wood Rodgers will prepare the final construction documents for the
proposed project.
With approval of the preliminary design, a full set of plans and construction documents will be produced
and submitted to the City for review. These will be the 60%, 90%, and 100% Plans, Specifications, and
Estimate. The submittal package will include the following disciplines:
•Title Sheet and Location Map
•General Notes & Key Map
•Typical Sections
•Layout and Profile
•Construction Details
•Removals
•Signing and Striping
•Drainage
•Utilities
•Permanent Erosion Control
March 8, 2022 Item #4 Page 31 of 37
DocuSign Envelope ID 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
W 1 CD CD -FR C:::3 C:::>
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
•Structural (see Tasks 10.2, 10.3, and 10.4)
•Signal Modification Plan
•Lighting Plan
•Traffic Control
•Landscape and Irrigation
•Engineer's Cost Estimate
•Technical Specifications
•Structural Calculations
It is anticipated that the City will provide the appropriate boilerplate specifications for inclusion into the
construction contract documents. The cost estimate will include bid items, quantities, and unit costs for
each item of construction. Costs will be estimated based upon recent bid openings from the City and
Caltrans cost data information. Specifications will be provided in MS Word.
Assumes Temporary Erosion/Water Pollution Control sheets will be included as part of the SWPPP and
are therefore not included in this scope.
Task 10.2 — Bridge Barrier and Railing, PS&E Submittals
Using the preferred alternative determined during the Alternatives Analysis as well as feedback received
from the City and other stakeholders, Wood Rodgers will prepare the final construction documents for the
bridge barrier and pedestrian railing for the south-bound lanes.
This scope assumes the vehicular barrier relocation and pedestrian railing replacement will result in a less
than 20% increase in superstructure mass from the original superstructure mass. Per Caltran.s Memos to
Designer 20-12, the project improvements will be classified as a Minor Modification Project, and the
design does not require a seismic evaluation or retrofit.
This scope assumes the vehicular barrier relocation will not require any structural modification of the
existing box girder deck slab, e.g., slab bolsters constructed along the interior of the box girder sections.
This scope assumes the pedestrian railing will be a commercially available engineered system signed and
stamped by a Professional Engineer representing the manufacturer. Details and plans provided by the
manufacturer will be incorporated by reference into the plans and specifications. Design of the members
and connections for the railing system are not included in this scope of work. This scope assumes the
pedestrian railing will not require any structural modification of the existing box girder overhang to
accommodate the railing base installation.
A full set of plans and construction documents will be produced and submitted to the City for review.
These will be the 60%, 90%, and 100% Plans, Specifications, and Estimate. The anticipated sheets will
include:
•General Plan
•Index and General Notes
•Bridge Barrier Removal
•Barrier Details
March 8, 2022 Item #4 Page 32 of 37
DocuSign Envelope ID: 89CFA7B2-305F-4617-AA7E-132A20E665C13
Scope of Work for city of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
ootAriNG
i;1„7,5>
"-rir?
L.L.10MCD •FREMC>FRS
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
•Pedestrian Railing Removal
•Railing Details
Where practical, plan sheets will be condensed with details from other bridge sheets. These plan sheets
will be included with submittals related to Task 10.1.
Task 10.3 — Bridge Preventative Maintenance, PS&E Submittals
Using the work recommendations cited in the most current Caltrans Bridge Inspection Report, Wood
Rodgers will prepare the final construction documents for the "Year 1" preventative maintenance
measures. The maintenance measures will be indicated schematically on the General Plan, and the
anticipated sheets will include:
•Box Girder Repairs & Details
•Waterproofing Limits and Details
These plan sheets will be included with submittals related to Task 10.1.
Task 10.4 — Structural Retaining Wall Design, Calculations, and PS&E
It is assumed that a standard retaining wall will be needed for this project. This scope assumes the earth
retaining system will be designed in accordance with the San Diego Regional Standard Drawings for 1
retaining wall of approximate 100-ft length on 1 plan sheet.
This plan sheet will be included with submittals related to Task 10.1.
TASK 11 — RIGHT OF WAY
Per discussion with the City, right of way acquisition and support is excluded from this scope except for
the preparation of one (1) right of way exhibit.
Task 11.1 — Easement Acquisition Exhibit
Wood Rodgers will prepare one (1) right of way exhibit for the State Parks land to be acquired, to be used
for appraisal preparation and negotiations with the owner.
TASK 12 — UTILITY COORDINATION
Task 12.1 — Utility Coordination
As part of our continued Utility Coordination, Wood Rodgers will send "B" Plans to companies or agencies
operating utility facilities that may be impacted by the Project.
"B" Plans — "B" Plans are defined as plans that are 60- to 90-percent complete. Wood Rodgers will send
out the "B" Plans when the final horizontal and vertical features of the roadway are designed, when the
depth of the final structural section is determined, and when the proposed and existing utilities are mapped.
Wood Rodgers will prepare the draft transmittal letters to affected utility owners (Utility Verification and
Notice to Owners) for the City's review and approval prior to transmitting "B" Plans to the utility owners.
It is anticipated that "B" plans will be provided to each utility owner electronically. The letter will request
March 8, 2022 Item #4 Page 33 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Work for City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue Improvements
February 2022
1.0 1=1 0 Co
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
that utility owners verify any utility conflicts with proposed improvements, verify franchise rights, and also
indicate whether they have any future utilities proposed in the area that may require accommodation through
the Project area. Copies of the utility data obtained from utility owners will be provided to the City, and the
originals will be kept in the project files. Wood Rodgers will identify potential conflicts with utility facilities
on the "B" Plans and will perform the necessary coordination to resolve any conflicts. This may include
revising the plans to avoid the conflict or requesting that the utility owner relocate their facilities.
Any existing utility to be relocated shall be directed to accommodate the proposed project. Some relocations
may need to be relocated during construction of the project. However, any relocations that can be done
prior to construction will be directed to do so.
Scope assumes utility conflicts are minor, designed by others, and no water/sewer relocations are required.
TASK 13 — CONSTRUCTION ASSISTANCE
Task 13.1 — Bid Support
During the bid period, Wood Rodgers shall provide support to the City by answering questions and issuing
clarifications as required. Bid support will also include preparation and issuance of any addendums to the
Contract Documents.
Task 13.2— Construction Support
Wood Rodgers will provide assistance, as required, to the City of Carlsbad during construction of the
Project. The work may include material submittal reviews, responses to requests for information, attending
meetings, responses to Requests for Information (RFI's) with updated plans or specifications, as needed,
and providing ongoing consultation as well as interpretation of construction documents. The Wood Rodgers
engineers responsible for each design area (e.g., roadway design, drainage design) will be available for
consultation as required.
Wood Rodgers will provide the City with the following engineering support services during construction:
•RFI's: Wood Rodgers will review and respond to Contractor Requests for Information (RFI).
This taslc assumes up to eight (8) RFI's will be required.
•Shop Drawings and Material Submittals: Per discussion with the City, shop drawings and
material submittals will generally be reviewed by City staff. Wood Rodgers will provide
support when City staff have questions for the designers.
•Construction Meetings: Wood Rodgers will participate in construction meetings, as needed.
This task assumes up to two (2) construction meetings will be required.
•As-Builts: Wood Rodgers will prepare as-built documentation utilizing AutoCAD. It is
assumed that the Contractor will provide Wood Rodgers with one (1) full-sized plan set with
red-lined mark-ups of the as-built conditions. Wood Rodgers will update the design plans to
reflect the as-built condition.
TASK 14 — UTILITY POTHOLING EXHIBIT
Task 14.1 — Utility Potholing Exhibit
March 8, 2022 Item #4 Page 34 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
Scope of Worklim City of Carlsbad
Carlsbad Boulevard and Tamarack Avenue improvements
February 2022
L.L.I CJ C) -PR C>GE FR 5
BUILDING RELATIONSHIPS ONE PROJECT AT A TIME
Wood Rodgers will prepare a utility pothole exhibit, to be provided to City staff based on potential utility
conflicts. City staff will utilize their potholing subconsultant to perform potholing work.
March 8, 2022 Item #4 Page 35 of 37
DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB
EXHIBIT "B"
LOCICIDC) 1=ROC)EF:RS
SAN DIEGO FEE SCHEDULE
Effective January 1, 2022
CLASSIFICATION STANDARD RATE
Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* II $270
Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* I $240
Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* ll $225
Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* I $215
Project Engineer/Geologist/Surveyor/Planner/GIS/LA* II $205
Project Engineer/Geologist/Surveyor/Planner/GIS/LA* I $190
Engineer/Geologist/Surveyor/Planner/GIS/LA* II $180
Engineer/Geologist/Surveyor/Planner/GIS/LA* I $170
Assistant Engineer/Geologist/Surveyor/Planner/GIS/LA* $140
Designer $90
Senior CAD Technician/Graphics Designer II $170
Senior CAD Technician/Graphics Designer I $155
CAD Technician/Graphics Designer $140
Project Coordinator $150
Administrative Assistant $130
Consultants, Outside Services, Materials & Direct Charges Cost Plus 10%
Overtime Work, Expert Witness Testimony and Preparation Rate Plus 50%
*LA = Landscape Architect
Blueprints, reproductions, and outside graphic services will be charged at vendor invoice. Auto
mileage will be charged at the IRS standard rate, currently 58.5 cents per mile.
March 8, 2022 Item #4 Page 36 of 37
AQUA
HEDIONDA
LAGOON
PROJECT
SITE t
M
VICINITY
AP
wir TO
SOME
NOT TO SCALE
PROJECT
SITE
CIP No. 6058
Exhibit 2
LOCATION MAP
PROJECT NAME CARLSBAD BLVD. AT TAMARACK AVE.
PEDESTRIAN IMPROVEMENTS
EXHIBIT
2
PLOTTED BB scOnavels 811201212/2247 PA TID 0:\TRADISPDRTADON DEPARTAIDITVRAFFICWALEVATTARACK-CLSB BL MIPPTDMEWITSB* Page 37 o 37