Loading...
HomeMy WebLinkAboutMichael Baker International Inc; 2023-10-05; PSA24-2310TRANPSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 1 AGREEMENT FOR TRAFFIC MONITORING PROGRAM SERVICES MICHAEL BAKER INTERNATIONAL THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2023, by and between the City of Carlsbad, California, a municipal corporation ("City") and Michael Baker International, Inc., a Pennsylvania Corporation ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in transportation planning and mobility study. B. Contractor has the necessary experience in providing professional services and advice related to transportation planning and mobility study. C. Contractor has submitted a proposal to City under Request for Proposals No. RFP24- 2233TRAN 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 one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) 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 ninety-five thousand nine hundred thirty-five dollars ($95,935). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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". DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 October 5th PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 2 6. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 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 DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 3 every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 4 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. 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 DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 5 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. For City For Contractor Name Nick Gorman Name Dawn Wilson Title Associate Engineer Title Project Manager Department Public Works Address 5050 Avenida Encinas #260 City of Carlsbad Carlsbad, CA 92008 Address 1635 Faraday Ave Phone No. 760-603-6266 Carlsbad, CA 92008 Email dwilson@mbakerintl.com Phone No. 442-339-2793 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 as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 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 DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 6 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. 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 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 DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 7 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. 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. 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. [signatures on following page] DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 PSA24-2310TRAN City Attorney Approved Version 5/25/2023 Page 8 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California MICHAEL BAKER INTERNATIONAL, INC., a Pennsylvania corporation By: By: (sign here) GEOFF PATNOE, Assistant City Manager, as authorized by the City Manager Tim Thiele, Secretary (print name/title) ATTEST: By: (sign here) for SHERRY FREISINGER, City Clerk Dawn Wilson, Vice President (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: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy City Attorney DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 r,,,,.., ~ City Attorney Approved Version 5/25/2023 Page 9 EXHIBIT “A” SCOPE OF SERVICES DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 1MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION Fiscal Year 2023-24 GMP Final Report Data Collection MMLOS Analysis Vehicular LOS Analysis TASK 1 TASK 2 TASK 3 TASK 4 APPROACHProject Our local team of experts will provide high-quality work products in an efficient manner through the application of internal project management tools, on-line collaboration tools, and a well-defined project management and QA/QC program. Our team will provide the thorough analysis necessary to accurately reflect the existing conditions and ensure the highest quality outcomes are achieved. REAL VALUE TASK 1: DATA COLLECTION Michael Baker will collect new traffic counts for the MMLOS analysis and Vehicular LOS analysis. Pneumatic tubes will be placed at 79 locations as listed in Appendix E of the RFP and 24-hour midblock traffic counts will be collected over a three-day period (Tuesday, Wednesday, and Thursday). The highest of the three-day midweek counts will be used to conduct the Vehicular LOS analysis. Traffic counts will be collected after school starts in September (excluding the week of October 9th due to Columbus Day). Speed data will also be collected at each of the 79 locations. Michael Baker will review the count data to verify the locations and confirm all of the data is provided on the excel spreadsheets. Meetings & Deliverables: All of the count data will be included in an appendix to the Final Report with an index and coversheets. Michael Baker will also provide the count data in excel format summarizing the average daily traffic (ADT) for each day of data collection at each of the 79 locations. Additional Considerations: An optional subtask may include bike and pedestrian counts if the City desires to update their latest data. This is not included in our estimate as we are aware of counts having been completed in the last two years. Our approach leverages the Michael Baker team’s experience in Data Collection, Vehicular LOS Analysis, MMLOS Analysis, and Growth Management Planning to achieve this update. The following tasks will be led by our local Carlsbad Transportation Planning and Engineering Team: Michael Baker’s approach centers on marrying existing knowledge and data collection with an expedient analysis to achieve an update that captures the most accurate conditions. DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 2MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION TASK 2: VEHICULAR LOS ANALYSIS Michael Baker will conduct a vehicular LOS analysis for the roadway typologies that are required in accordance with the City of Carlsbad General Plan Mobility Element. Based on our review of the study locations listed in Appendix E, all of the 79 locations will require a vehicular LOS analysis since their roadway typology consists of Arterial Streets, Arterial Connector Streets, and Industrial Streets. Michael Baker will use the City’s Roadway Capacity Tables and any recently updated ArtPlan sheets provided by City staff to analyze the roadway segments. APPROACH TASK 3: MMLOS ANALYSIS Michael Baker will conduct an MMLOS analysis to evaluate pedestrian, bicycle, and transit LOS using the City’s developed MMLOS tool. Up to 203 segments which translates to 378 individual worksheets will be reviewed and analyzed based on the street typology outlined in the City’s General Plan Mobility Element. For example, the Arterial Streets require a Transit LOS analysis, but not a Pedestrian LOS or Bicycle LOS analysis. Michael Baker will also conduct a field visit on an as-needed basis to verify characteristics of study segments that are not visible using the latest imagery on Google Earth Streetview. Prior to conducting the MMLOS analysis, Michael Baker will review and confirm the study segments to be analyzed. The results of the MMLOS analysis will be presented in Tables and documented in the overall report. Meetings & Deliverables: Conduct MMLOS Analysis for up to 203 roadway segments based on Street Typology and present results in tabular format. Figure 1: Highway 101 Source: Google Earth Based on Michael Baker’s recent efforts on restriping bicycle lanes throughout the City, we will use the latest approved designs to evaluate the vehicular LOS on the roadway segments. Source: City of Carlsbad General Plan Mobility Element Figure 2: Carlsbad Arterial Roadway Design Requirements Roadway traffic volumes, capacities, and LOS will be tabulated and clearly documented within the report. Roadway improvements and vehicular lane reductions (i.e. road yoga) that is in the planning and design stages will also be considered in the vehicular LOS analysis. For example, Cannon Road from Carlsbad Boulevard and Avenida Encinas is planned to be reduced from four to two travel lanes in the near future. Michael Baker will review these critical segments to determine how they should be analyzed in the report. Meetings & Deliverables: Michael Baker will provide a comparison table of the current year’s roadway LOS with the previous year’s roadway LOS to assess changes in roadway conditions. The results of this comparison will be discussed in the report. Study segments that have been previously exempted from the vehicular LOS requirements by City Council will be identified on a map. DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 Arterial Streets y • These are the primary vehicle routes through the city for both local and regional vehicle trips. . Designed to safely move all modes of travel while efficiently moving vehicles and buses throughout the city. j N . Traffic signals shall be coordinated to optimize vehicle movements . Bicycle lanes shall be provided and can be further enhanced or complemented by other facilities or off-street pathways . Pedestrian facilities to be provided consistent with ADA requirements A N . Mid-block crossings shou ld not be provided . On-street parking should be prohibited along these corridors • Vertical traffic calming techniques (such as speed tables, humps, etc.) should not be considered r.iiiiiiiiiiiil y . Special considerations can be considered on arterials within proximity to schools to enhance Safe Routes to Schools for pedestrians and bicyclists. 3MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION APPROACH TASK 4: FISCAL YEAR 2023-24 GMP FINAL REPORT Michael Baker will document the results of the vehicular LOS and MMLOS analysis in a clear and concise report. Tables and exhibits will be prepared for inclusion in the report as appropriate. The LOS methodologies used to demonstrate vehicular and MMLOS will also be described in the report. Michael Baker will prepare the report to follow a similar format as previous years for the vehicle LOS section. We understand the City is currently undergoing a Citywide speed limit reduction evaluation. Michael Baker will coordinate with City staff to share vehicular LOS and MMLOS results that may be useful in the City’s speed limit reduction study. Meetings & Deliverables: Michael Baker will submit a digital copy of the draft report to City staff for the first review. This scope of work includes a total of two submittals of the report to the City based on comments provided by City staff on the first review. If more than two submittals of the report are required, an addendum to this scope of work will be prepared and the associated tasks will be billed on a time and materials basis. The anticipated submittal process for the draft and final submittal will include one digital copy to the City for review and comment. Michael Baker is familiar with the bicycle, pedestrian, and transit MMLOS worksheets. We have prepared these for various projects throughout the City. Source: City of Carlsbad Figure 3: Pedestrian MMLOS Worksheet DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 I (. Cit) of arl bad ROADWAY INFO 0 MMLOS score not required for ttiis mode based on Street Typology hom Mobil PEDESTRIAN ftl'llt' 11,,ilU>>•••A.::. ..... , ... _,u ..,_,. '""" 1•1u1""'"' -~---'---'~.,. • Minimum Sidewalk Unobstructed \lidth in Feet (Minimum ADA unobstructed width • Do sidewalks appear to meet ADA re uirement$ Ce.a .• cross-sloi,e and tri • Do ramps and landings appear to meet ADA re uiren1ents? • Do the street Ii ht locations al) ear Snoed limit (miles oer hour -moh): Number of Through Lanes: Are there 3 lane$ or less to be crossed without edestrian refu e? (Include turn \lidth llt.) of landscaped buffer betwe,m edestrian facilit and vehicle travel wa : Does on-street parking or a bike lane provide 6" or more buffer between pedestrians and vehicle travel wa11? An11 apparent sight distance issues at inttt1s@ctions and D@destrian crossinas? Are there an, p@rmanent speed control devices installed? Are there traffic calming measures that reduce crossing width (e.g .. bulbouts. chokers. right-turn median island)? Do crosswalks a eear to be high visibilit ? Ar@ there intersection enh..ncements provided for pedestrians (e.g .. pedestrian signal phasing. countdown heads)? Are there Rectangular Rapid Flashing Beacons (RRFBs) at street crossin s? Is there eedestrian scale liahtin ? Do activ• building front.ages appear to be resent on 801/. of street curb line? Does th• stre@t furniture appear to be oriented towards businesses or Do the street trees appear to provide shade over more than SOY. of the sidewalk --- I Palomar Ailpon Road S. M~rose D,i,e Eagle Drive A,1 .. ,ial 6,003 EB SCORE I LOS 100 I A -1:,. •.• EB W8 SCORE I LOS 95 I A .--,. ..... WB Yes •I Yes s.s· s· Yes Ye-s Yes Yes Yes Y .. s 35mch 35moh 2 2 Yes Yes 0·102' 0'102' Yes No Y .. s Y .. s No No No No No No Yes Ye-s No No No No No No No No No No .,.., __ 4MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION SCHEDULE Our team has outlined a detailed schedule that achieves the goals of the RFP with clear timeframes outlined for each task and subtask. While these details will be refined during the scoping process, this clarity and specificity help the Michael Baker Team to prevent unexpected delays and adapt quickly as changes arise.REAL VALUE Our proposed project schedule below, summarizes main tasks and delivery dates. During project scoping, Project Manager Jacob Swim, TE will develop a detailed schedule and Principal In-Charge Dawn Wilson, PE, TE will ensure the resources necessary to accomplish the work within the proposed schedule are provided. As the project progresses, if schedule changes are anticipated, we will promptly discuss with the City and agree to an updated schedule. Early identification of project risks and challenges allows our team, and the City to anticipate where delivery dates may need to be adjusted, and corrective actions can be put into place. Notes: ▬Our schedule includes flexibility as the final schedule would be developed with, and approved by staff during project kick-off prior to initiating Task 1.▬Additional Considerations include possible bike and pedestrian count updates as desired by the City- not included in this estimate. Schedule Control Michael Baker software tools assist our project managers in preparing and maintaining project schedules, including Microsoft Project, Microsoft Excel, and Primavera. Microsoft Team meetings with shared screen technology through web and video conferencing, allow our team to be in touch with and ultra-responsive to City needs,anytime and anywhere, thereby reducing task order delays. Other schedule controls used by Michael Baker project managers include the following: ▬Ensure City review timelines are accurate, and commitments are made by all parties.▬Map the critical path ▬Monitor/review progress and direction with task leads and subconsultants. Critical Path Milestone TASKS START FINISH DURATION 2023 2024 SEPT OCT NOV DEC JAN FEB Overall Schedule 10/02/2023 2/29/2024 5 months Kick-off Meeting 10/02/2023 -1 day Task 1: Data Collection Data Collection 10/02/2023 11/10/2023 6 weeks Field Work 10/16/2023 10/27/2023 2 weeks Task 2: Vehicular LOS Determine Roadway Segment Typology 10/23/2023 10/10/2023 2 weeks Vehicular LOS Analysis 10/13/2023 10/24/2023 2 weeks Task 3: MMLOS Analysis MMLOS Analysis 10/30/2023 11/30/2023 1 month Task 4: Fiscal Year 2023-24 GMP Final Report Develop Draft Report 12/4/2023 12/29/2023 1 month City Review 1/02/2024 1/12/2024 2 weeks Revise Draft Report 1/15/2024 2/2/2024 2 weeks City Review 2/5/2024 2/16/2024 2 weeks Finalize Report 2/19/2024 2/29/2024 2 weeks NTP 1st Submittal 2nd Submittal Final Report DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 5MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION SCHEDULE TASKS PERCENT AVAILABLE Dawn Wilson, PE, TE 10% Jacob Swim, TE 15% Jordan Gray, PE, TE 15% Rachel Grant 20% Samantha Lathrop, EIT 20% AVAILABILITY OF KEY PERSONNEL CURRENT PROJECTS PERCENT TEAM COMMITMENT City of Carlsbad- Citywide Emergency Bike Striping 10% City of Carlsbad- South Carlsbad Boulevard Coastal Project TA <5% City of Carlsbad- As-Needed LMA Reviews <5% San Diego County- Valley Center Road Corridor Project 10% San Diego County- Community-Based Transportation Project <5% SANDAG- Transportation On-Call <5% CONSULTANT’S CURRENT WORKLOAD DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910 ESTIMATECost Our recent work in Carlsbad has provided us with heightened efficiency allowing us to achieve an economy of scale. Michael Baker is familiar with the current governing reports and recent data sources resulting in time and money saved during the data collection process.REAL VALUE ▬Weekly review and monitoring of individual costs for each task and subtaskcompared to percentage completion of the work.▬Computation of earned value on a monthly basis for each task and subtaskcompared to budgeted cost of work scheduled, budgeted cost of workperformed, actual cost of work performed, and estimates to complete. ▬ Monthly detailed invoicing, in the City’s preferred format. 6MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FISCAL YEAR 2023-24 GMP/GP ANNUAL MONITORING REPORT CIRCULATION SECTION Principal in  Charge Project  Manager Civil  Engineer Planning  Associate Assistant  Engineer $250 $175 $150 $125 $120  24‐Hour Roadway Segment Counts  (include speed survey)2 2 2 0 0 26,795$              6 27,945$        Preliminary Mapping & Segmentation 090120 ‐$ 21 3,075$          Sub‐Total Labor Hours 2 11 2 12 0 26,795$             27 31,020$       Create a Map for LOS Exempt Roadway  Segments 004160 ‐$ 20 2,600$          Calculate and Tabulate Vehicular LOS for  Study Segments 222450 ‐$ 60 7,650$          Sub‐Total Labor Hours 2 2 6 20 50 ‐$ 80 10,250$       Evaluate MMLOS for Roadway Segments  based on Street Typology 2 8 20 160 63 ‐$ 253 32,460$        Field Work & Data Confirmation 2 2 4 0 32 600$ 40 5,890$          Sub‐Total Labor Hours 4 10 24 160 95 600$ 293 38,350$       Develop Draft Report 2 10 32 8 6 ‐$ 58 8,770$          Revise Report Per City Comments 2 5 16 6 4 ‐$ 33 5,005$          Finalize Report 12842 ‐$ 17 2,540$          Sub‐Total Labor Hours 5 17 56 18 12 ‐$ 108 16,315$       TOTAL 13 40 88 210 157 27,395$             508 95,935$       CARLSBAD GMP 2023‐24 ANNUAL MONIRORING REPORT Task 2: Vehicular Level of Service Analysis Task 4: Fiscal Year 2023‐24 Growth Management Plan Final Report Task 3: Multi‐Modal Level of Service Analysis Indirect Costs/  Reimbursables  Expenses Total  Hours Total  Budget Tasks and Subtasks Direct Costs Task 1: Data Collection Budget Control Michael Baker’s accounting platform provides real-time customized reports to assist project managers in accurately planning expenditures including labor and other direct costs. Benefits include: DocuSign Envelope ID: F29EA744-616F-44C5-B4DF-0097E7690910