Loading...
HomeMy WebLinkAbout2024-05-07; City Council; ; Acceptance of Proposals and Award of Agreement to Michael Baker International, Inc. for Engineering Design and Construction Support Services for the Faraday Avenue ImprovCA Review GH Meeting Date: May 7, 2024 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: John Kim, City Traffic Engineer john.kim@carlsbadca.gov, 442-339-2757 Subject: Acceptance of Proposals and Award of Agreement to Michael Baker International, Inc. for Engineering Design and Construction Support Services for the Faraday Avenue Improvements Project District: 2 Recommended Action Adopt a resolution accepting proposals and awarding an agreement to Michael Baker International, Inc. to provide engineering design and construction support services for the Faraday Avenue Improvements project in an amount not to exceed $140,145. Executive Summary Pedestrian and bicycle activity is expected to increase along Faraday Avenue with the anticipated completion of Veterans Memorial Park in 2026. Vehicles have been observed travelling along Faraday at a higher speed than the posted speed limit of 40 mph. The goal of this project is to reduce vehicle speeds and provide a more inviting environment for all modes of travel along front of the new park. The city has already prepared conceptual plans for proposed traffic calming and mobility improvements on Faraday Avenue as part of the Faraday Avenue Improvements Project (Capital Improvement Program, Project No. 6099). The award of this agreement would prepare complete design and construction packages for the proposed Faraday Avenue improvements. Staff have selected the engineering consultant Michael Baker International, Inc. as the most qualified of the firms that submitted proposals on the project. The proposed agreement with Michael Baker International, Inc. is $140,145. The agreement requires the City Council’s approval under Carlsbad Municipal Code Section 3.28.060, Procurement of professional services and services, subsection (D)(5) because the value of the proposed agreement exceeds $100,000 per year. May 7, 2024 Item #4 Page 1 of 28 Explanation & Analysis Faraday Avenue improvements The Veterans Memorial Park Master Plan was approved by the City Council On July 26, 2022. Veterans Memorial Park is to be located on 93.7 acres just east of the intersection of Faraday Avenue and Cannon Road. The access to the park will be along Faraday. Faraday is classified as an employment/transit connector street in Mobility Element of the city’s General Plan, the part that covers transportation. The existing speed limit is posted at 40 mph, while it is noted that vehicles have been observed travelling at a higher speed. The design contract for the park does not include off-site improvements. The traffic study for the park provided preliminary recommendations for access to the park along Faraday. With access to the future Veterans Memorial Park being provided on Faraday Avenue, staff anticipate that pedestrian and bicycle activity on this roadway will increase. The expected increase in pedestrian and bicycle activity, with the existing speeds higher than the posted 40 mph that have been observed, prompted this project to explore the addition of traffic calming along the project frontage. In a previous phase of this project, the city prepared conceptual plans for the proposed traffic calming and mobility improvements, as shown in Exhibit 2. These conceptual plans were reviewed by city staff, including the Fire Department. Staff plan to present the conceptual design plans to the Traffic Safety & Mobility Commission for its review and comments before beginning work on this agreement. This agreement is to prepare complete design and construction packages for the proposed improvements along the future Veterans Memorial Park frontage on Faraday. Bidding, proposed agreement •Staff posted a request for proposals for design of the project on Jan. 18, 2024. •The city received two proposals on Feb. 13, 2024. •A selection panel of city staff evaluated and ranked the proposals based on best-value criteria, in keeping with Carlsbad Municipal Code Section 3.28.060. •The selection panel ranked Michael Baker International, Inc. as the most qualified firm and negotiated a scope of work with an associated fee not to exceed $140,145. May 7, 2024 Item #4 Page 2 of 28 The agreement will be in effect for two years. The City Manager may amend the agreement to extend the term for up to one additional one-year period. Fiscal Analysis Sufficient funding for the project has been appropriated from the General Capital Construction fund. The available funds and estimated costs for the project are summarized below: Faraday Avenue Improvements Project Capital Improvement Program Project No. 6099 Total appropriation to date $275,000 Total expenditures and encumbrances to date -$62,990 Total available funding $212,010 Professional services agreement -$140,145 Remaining balance $71,865 Additional appropriation needed $0 Next Steps As noted above, staff plan to present the conceptual design plans to the Traffic Safety & Mobility Commission for review and comments prior to beginning work on the complete design and construction packages within coming months. Once the agreement is approved by the City Council and is fully executed, staff will issue a purchase order to Michael Baker International, Inc. and a notice to proceed with the engineering design and construction support services for the project. Staff plan to return to the City Council for approval of the plans, specifications and contract documents; authorization to bid for the construction project and authorization of additional appropriations in early 2025. Staff anticipate construction of the project will begin in spring 2025 and be completed in spring 2026. Environmental Evaluation This action does not require environmental review because it does not constitute a project within the meaning of the California Environmental Quality Act under California Public Resources Code Section 21065 in that it has no potential to cause either a direct physical change or a reasonably foreseeable indirect physical change in the environment. As the design for the Faraday Avenue Improvements Project is finalized, the project will be subject to environmental review in keeping with the CEQA Guidelines. Exhibits 1.City Council resolution 2.Faraday Avenue improvements conceptual plans May 7, 2024 Item #4 Page 3 of 28 RESOLUTION NO. 2024-090 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING PROPOSALS AND AWARDING AN AGREEMENT TO MICHAEL BAKER INTERNATIONAL, INC. TO PROVIDE ENGINEERING DESIGN AND CONSTRUCTION SUPPORT SERVICES FOR THE FARADAY AVENUE IMPROVEMENTS PROJECT IN AN AMOUNT NOT TO EXCEED $140,145 WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable and in the public interest to develop traffic calming plan s on Faraday Avenue along the frontage of the future Veterans Memorial Park as part of Capital Improvement Program, or CIP, Project No. 6099, Faraday Avenue Improvements Project, or Project; and WHEREAS, on Jan. 18, 2024, staff posted a Request for Proposals, or RFP, to complete the engineering design and provide construction support services for the Project; and WHEREAS, on Feb. 13, 2024, staff received two proposals in response to the RFP; and WHEREAS, during a subsequent review of the proposals based on best-value criteria consistent with Carlsbad Municipal Code, or CMC, Sections 3.28.050{D){2) and 3.28.060, staff ranked Michael Baker International, Inc. as the most qualified consultant for engineering design and construction support services for the Project; and WHEREAS, staff and Michael Baker International, Inc. negotiated the scope of work and associated fee in an amount not to exceed $140,145 to provide engineering design and construction support services for the Project over an initial two-year term with one additional one-year extension as authorized by the City Manager; and WHEREAS, the Project is financed by the General Capital Construction Fund, and sufficient funding is available in the Faraday Avenue Improvements Project, CIP Project No. 6099; and WHEREAS, CMC Section 3.28.060(D)(S) requires the City Council to award procurement of services and professional services for which the value exceeds $100,000; therefore, the Agreement with Michael Baker International, Inc. is subject to this requirement; and WHEREAS, the action to award an agreement with Michael Baker International, Inc. is not a project within the within the meaning of the California Environmental Quality Act under California Public Resources Code Section 21065 in that it has no potential to cause either a direct physical chan ge or a reasonably foreseeable indirect physical change in the environment. This contract will be used to May 7, 2024 Item #4 Page 4 of 28 Exhibit 1 prepare a design for the road project, and it the proposed project will be reviewed for the appropriate review consistent with the California Environmental Quality Act Guidelines. 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 best-value proposal of $140,145 submitted by Michael Baker International, Inc. for engineering design and construction support services for the Project is accepted, and the Mayor is authorized and directed to execute the agreement (Attachment A). 3. That the City Manager is authorized to amend the Agreement to extend the term for one (1) additional one (1) year period or parts thereof. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 7th day of May, 2024, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, LUNA. NONE. NONE. NONE. KEITH BLACKBURN, Mayor SHERRY FREISINGER, City Clerk (SEAL) May 7, 2024 Item #4 Page 5 of 28 DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 PSA24-2398TRAN AGREEMENT FOR FARADAY AVENUE TRAFFIC CALMING & MOBILITY IMPROVEMENTS SERVICES MICHAEL BAKER INTERNATIONAL, INC. THIS AGREEMENT is made and entered into as of the ]th day of tvt� 2024, 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 traffic calming and mobility improvements. B.Contractor has the necessary experience in providing professional services and advice related to Faraday Avenue traffic calming and mobility improvements project. C.Contractor has submitted a proposal to City under Request for Proposals No. RFP24- 2367TRAN 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 two (2) year(s) from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year(s)or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed one hundred forty thousand one hundred forty-five dollars ($140,145). 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". Page 1 City Attorney Approved Version 12/22/2023 Attachment A May 7, 2024 Item #4 Page 6 of 28 PSA24-2398TRAN Page 2 City Attorney Approved Version 12/22/2023 6.PUBLIC WORKS 6.1 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 constitute “public works” under California Labor Code section 1720 et seq. and 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. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7.CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team 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 DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 7 of 28 PSA24-2398TRAN Page 3 City Attorney Approved Version 12/22/2023 productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 8. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control 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. 9. 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. 10. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the 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. DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 8 of 28 PSA24-2398TRAN Page 4 City Attorney Approved Version 12/22/2023 12. 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. 12.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 12.1.1 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. 12.1.2 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. 12.1.3 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. 12.1.4 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. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 9 of 28 PSA24-2398TRAN Page 5 City Attorney Approved Version 12/22/2023 12.2.3 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. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.4 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. 12.5 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. 13. 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. 14. 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. 15. 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. 16. 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. 17. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 10 of 28 PSA24-2398TRAN Page 6 City Attorney Approved Version 12/22/2023 For City For Contractor Name Nick Gorman Name Ryan Zellers 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. 858-810-1432 Carlsbad, CA 92008 Email ryan.zellers@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. 18. 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 19. 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. 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 11 of 28 PSA24-2398TRAN City Attorney Approved Version 12/22/2023 Page 7 emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 22. 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. 23. 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. 24. 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. DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 12 of 28 PSA24-2398TRAN City Attorney Approved Version 12/22/2023 Page 8 25. 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. 26. 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. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 28. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. 29. 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: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 13 of 28 PSA24-2398TRAN City Attorney Approved Version 12/22/2023 Page 9 Executed by Contractor this___________ day of _______________________, 2024. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California MICHAEL BAKER INTERNATIONAL, INC, a Pennsylvania corporation By: By: (sign here) KEITH BLACKBURN, Mayor Dawn Wilson, Vice President (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Timothy Thiele, Assistant Secretary Deputy City Clerk (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: _____________________________ Assistant City Attorney DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 22nd March May 7, 2024 Item #4 Page 14 of 28 PSA24-2398TRAN City Attorney Approved Version 12/22/2023 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 15 of 28 1MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FARADAY AVENUE TRAFFIC CALMING AND MOBILITY IMPROVEMENTS WORK Scope of A PLAN TO SUCCEED! The Michael Baker project team will utilize the experience and City feedback on the Veteran’s Park traffic calming conceptual alternatives in order to deliver a successful project that meets the City’s safety goals for multi-modal users. Additionally, design guidance and lessons learned from previous City of Carlsbad projects, including the City-wide Emergency Bike Striping Project, Annual Street Resurfacing projects, and the Tamarack Avenue Traffic Calming project will be vital for a seamless project delivery. REAL VALUE PROJECT UNDERSTANDING The City of Carlsbad is prioritizing safety for all users of City roadways and the future construction of Veteran’s Memorial Park provides an exciting opportunity to implement traffic calming safety improvements on Faraday Avenue with the expected increase of pedestrians and bicycles on the corridor. Michael Baker has been at the forefront of assisting the City with the design of city-wide traffic calming and safety improvements and are committed to continuing the partnership with the City creating safer streets for citizens to embrace alternative modes of transportation. Michael Baker has worked with the City to develop conceptual design alternatives for the ultimate Veteran’s Park driveway entrances as well at the intersection of Faraday Ave and Whitman Way. In the conceptual design phase, we worked with the City’s Traffic and Mobility Division to identify project goals while highlighting potential concerns and impacts from other City stakeholders, including stormwater, emergency services, and parks & recreation. Additionally, we will work alongside the City’s Traffic and Mobility Division and the Communication and Engagement Department to implement the preferred alternative most beneficial to the community. Michael Baker will review the potential stakeholder concerns which include: •Providing adequate lines of sight while minimizing parking loss on Faraday Avenue•Ensuring access to the proposed project driveways•Reducing speeds while minimizing impacts to emergency response vehicles•Minimizing drainage impacts resulting from the traffic calming improvements•Providing cost-effective solutions to project constraints For drainage impacts resulting from new curb popouts and raised crosswalks, Michael Baker will analyze hydrology at each location to determine if underground storm-drain system improvements are required, or if a more cost-effective approach such as steel drainage tubes or a grated sidewalk culvert in the existing flowline can be utilized. These cost-saving solutions will be reviewed with the existing/proposed flooded width of the roadway to ensure compliance with the City’s drainage engineering standards as well as review with the proposed improvements to minimize any impacts to pedestrians and cyclists. In the early project stages, Michael Baker will work with the City to clearly define the preferred alternative for each driveway and intersection as shown in the RFP and select the design elements to be included on the improvement plans. Following the hydrology analysis and findings, the design elements will be further refined to adhere to the City’s guidelines while meeting project objectives. SCOPE OF WORK AND APPROACH The scope of work and approach outlined on the following pages describes Michael Baker’s approach to completing the tasks outlined in the Scope of Work provided by the City and outlined in the RFP. Geoffrey Retemeyer, PE, TE, Michael Baker’s Project Manager, will act as the primary point of contact to the City. His role will be to ensure fluid communication between the City and the Michael Baker team as well as handle day to day logistics and coordination of the project including monitoring the schedule, plan development and analysis oversight, and budget monitoring. He will be supported by staff experienced and proficient in civil, traffic and drainage design. Mr. Retemeyer will be responsible for providing monthly project invoices which include progress reports on the project to the City’s Project Manager. TASK 1: PROJECT MANAGEMENT DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 16 of 28 2MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FARADAY AVENUE TRAFFIC CALMING AND MOBILITY IMPROVEMENTS To keep the City informed of our progress, outstanding items and data or review needs, Michael Baker will maintain an ongoing action item list. We will review this list during check-in meetings along with a summary of the tasks underway from the scope of work and any budget issues. We will send monthly project invoices which include progress reports to the City’s Project Manager. Project Kickoff Meeting. The project kick-off meeting between the Michael Baker team and City stakeholders will be used to discuss project objectives, design considerations, project schedule milestones, and any other special requirements the City may request. At the kick-off meeting, the design elements for the traffic calming alternatives for each driveway and intersection will be reviewed to establish a seamless and defined work-flow plan to final design. Michael Baker will prepare the kick-off meeting agenda as well as any exhibits or required meeting materials. Following the meeting, Michael Baker will provide meeting minutes with a list of action items. We also recommend that a field visit be conducted following the project kick off with the Michael Baker and City teams. Bi-Weekly Project Meetings. Bi-weekly project meetings will be key to ensuring the project stays on schedule. These meetings will be used for various purposes throughout the project’s duration. Michael Baker will be responsible for meeting agendas, materials and meeting notes. To keep the City informed of our progress, outstanding items and data or review needs, Michael Baker will maintain an ongoing action item list. We will review this list during check-in meetings along with a summary of the tasks underway from the scope of work and any budget issues. Task 1 Deliverables: 2.1 Existing Conditions Review Michael Baker will coordinate with the City and utility agencies to obtain as-built plans and asset maps for all existing street and utility improvements within the project limits. The existing underground utilities and appurtenances will be implemented into a base file to be used and reference with the ultimate design improvements. Additionally, Michael Baker will perform a site visit to verify existing improvements, site topography, potential utility conflicts and project constraints that may impact design. Following existing condition review, Michael Baker will present any findings to the City that may impact the design objectives. Task 1 Deliverables: •Documentation of all field data collected and field notes/observations from site visit. 2.2 Topographic Survey As outlined in the RFP, CADD files of the existing topography and mapping boundary are to be provided. It is anticipated the supplemental field survey will be required for the intersection of Faraday Avenue and Whitman Way for the proposed traffic calming improvements. It is also anticipated the existing underground storm drain infrastructure in the vicinity of the traffic calming improvement will require survey. Michael Baker shall prepare a topographic map of the supplementary areas at the project site at a scale of 1”=20’ with one foot contour intervals. The work shall include: •Preparation of a work plan •Field surveying services at 25-ft intervals including all existing surface (and underground as specified) improvements •Office analysis and processing of all collected GPS and ground survey data. •Coordination and review of the topographic and boundary survey files received from the City for the onsite Veterans Memorial Park improvements to ensure conformance with the same basis of bearings and benchmark control. Horizontal and vertical control will be established at the site sufficient to support future design, construction staking, or mapping. Unless otherwise directed by the Client, the basis of horizontal control will be NAD83 (Epoch 1991.35) California Coordinate System, Zone VI (CCS 83). Coordinates will be expressed as ground values in terms of the U.S. survey foot. Coordinates will be based on published values from the City of Carlsbad Survey Control Network per Record of Survey 17271. •Meeting agendas, materials, and meeting notes•Concept development and analysis oversight •Budget and schedule monitoring TASK 2: DATA COLLECTION SCOPE DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 17 of 28 3MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FARADAY AVENUE TRAFFIC CALMING AND MOBILITY IMPROVEMENTS SCOPE Vertical control will be provided in terms of the National Geodetic Vertical Datum of 1929 (NGVD 29), based locally upon published benchmark values from the City of Carlsbad Survey Control Network per Record of Survey 17271. Establishment of control shall be performed using current GPS and conventional methods and shall be post- processed in a least-squares network adjustment for evaluation and to provide a unified local control net. Semi- permanent control points shall be set at the site for future construction of the facility and clearly identified in the deliverable. Task 2.2 Deliverables: •Topographic survey CADD file for final deliverables including planimetrics, surface building and contours. 2.3 Right-of-way Verification and Control Michael Baker will review the recorded maps and surveys in the vicinity of the project and verify the right-of-way boundary file received from the City. Following preliminary review, it is anticipated adjustments will be required at the intersection of Faraday Avenue and Whitman Way. Additionally, Michael Baker will survey centerline monuments in the vicinity of the proposed improvements to verify the position of the right-of-way lines received from the City. Task 2.3 Deliverables: •Boundary CADD file for final deliverables with updated right-of-way and center lines 3.1 Hydrology and Hydraulics Analysis Michael Baker will prepare a hydrology and hydraulics analysis report for the existing and proposed conditions. Michael Baker will create hydrology maps based on existing tributary areas and perform drainage calculations document the potential drainage impacts from the proposed curb bulb outs, median refuge islands, and raised crosswalks. The report will also support the design of any additional drainage infrastructure required to meet the City’s drainage and engineering standards. The existing and future flooded width will be analyzed to determine if the proposed traffic calming improvements will cause flooding impacts to the travel lanes and areas outside the public right-of-way. Task 3.1 Deliverables: •Hydrology and Hydraulics Report at the 60%, 90%, 100% and Final milestone submittals 3.2 Stormwater Quality Management Plan Michael Baker will prepare a Stormwater Quality Management Plan (SWQMP) to analyze and document compliance with the current version of the City of Carlsbad BMP design manual for the proposed improvements on Faraday Avenue. It is anticipated the traffic calming project will qualify for a Priority Development Project Green Street exemption and will not be subject to hydromodification requirements. It is assumed that infiltration BMPs will be infeasible due to either poor infiltration or geotechnical hazards and that infiltration feasibility forms can be completed based on soil information provided by the City from the Veteran’s Memorial Park onsite geotechnical investigations. Proposed BMPs may include tree wells, biofiltration, and/or proprietary biofiltration. Task 3.2 Deliverables: •Green Street SWQMP Report at the 60%, 90%, 100% and Final milestone submittals 3.3 Improvement Plans Michael Baker will prepare civil and traffic improvement plans for the proposed traffic calming infrastructure on Faraday Avenue within the public right-of-way. The limits of improvements will be on Faraday Avenue from Cannon Road to the eastern limits of the ultimate Veterans Memorial Park (approximately 3,000 linear feet). The improvements are anticipated to include pavement rehabilitation, curb pop-outs, median improvements, raised cross-walks, curb ramps, driveways, signing/striping, enhanced crosswalks with rectangular rapid flashing beacons (RRFBs), and drainage infrastructure. If it is determined storm drain improvements are required following the hydrology analysis, it is assumed improvements will be limited to the drainage infrastructure on Faraday Avenue and no downstream improvements will be included. TASK 3: ENGINEERING SERVICES DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 18 of 28 4MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FARADAY AVENUE TRAFFIC CALMING AND MOBILITY IMPROVEMENTS SCOPE The improvement plans are anticipated to include the following sheets: •Title Sheet and General Notes (2 Sheets) •Typical Sections (1 Sheet) •Demolition Plans (2 Sheets – 20 Scale) •Improvement Plan and Profiles (4 Sheets – 20 Scale) •Construction Details (2 Sheets) •Signing and Striping Plans and RRFB Details (3 Sheets – 40 Scale) •Drainage Plans and Details (2 Sheets – 20 Scale) If it is determined storm drain improvements are required following the hydrology analysis, it is assumed improvements will be limited to the drainage infrastructure on Faraday Avenue and no downstream improvements will be included. At the east driveway location, road widening is anticipated to accommodate the eastbound left turn pocket, thru lane, and buffered bike lane. The proposed pavement section for the widening is assumed to match existing pavement section of the roadway per Faraday Avenue as-builts or through pavement coring investigation (see optional task 5.2). Per the exhibit provided in the RFP, the storage length of the left turn pocket is assumed to be 200 feet. Task 3.3 Deliverables: •Improvement Plans at the 60%, 90%, 100% and Final milestone submittals •Response to comments matrix for previous plan-check comments 3.4 Specifications The specifications will detail technical information and construction methods, in a standard Green Book format or using a city-supplied specification template. The bid schedule and specifications shall include all bid items from the cost estimate. This assumes that the city will prepare front-end documents and Michael Baker will add the specification and provisions for the improvements on the plans. Task 3.4 Deliverables: •Bid schedule (PDF and MS Word) at the 60%, 90%, 100% and Final milestone submittals •Project Technical Specifications (PDF and MS Word) at the 90%, 100% and Final milestone submittals 3.5 Engineer’s Estimates The engineer’s estimate will include all quantities and estimate of probable cost for construction. The estimate will include bid item description, bid unit, unit price and total price for each bid item along with a project contingency. The unit costs for each bid item will be based on the most current cost information from recent, similar project bids. Task 3.5 Deliverables: •Engineer’s Estimate at the 60%, 90%, 100% and Final milestone submittals 4.1 Bid Support During the bid phase of the project, Michael Baker International will respond to bidder questions related to the project plans and prepare bid addendums as required. Michael Baker will attend pre-bid meetings and provide additional bid support as requested by the City. Task 4.1 Deliverables: •Written responses to questions from bidders and improvement plan and specification addendums as required. 4.2 Construction Support During the construction phase of the project Michael Baker will support the project Construction Manager as requested by the City. Support tasks are anticipated to include attending the pre-construction meetings, respond to requests for information, submittal reviews, and attend contractor progress meetings as requested by the City. TASK 4: BID AND CONSTRUCTION SUPPORT SERVICES DocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 19 of 28 5MICHAEL BAKER INTERNATIONAL ▬ CITY OF CARLSBAD ▬ FARADAY AVENUE TRAFFIC CALMING AND MOBILITY IMPROVEMENTS As the level of construction support efforts are unknown at this time, the assumed budgeted hours are four (4) hours per weeks for a three (3) month construction period. Additional support can be provided on an hourly basis depending on project needs. Task 4.2 Deliverables: •Written responses to RFIs, submittals and other construction support documentation as needed. 4.3 Project Closeout Michael Baker will assist the City with closing out the project. All red-line plan changes will be incorporated into as-built plans for review and approval by the City Inspector and City Engineer. All appropriate supporting documents and files will be provided to the City per their request. Task 4.3 Deliverables: •Final signal as-built plans and electronic copies of all project files. The following services may be required to support the design and are listed as optional tasks in the fee schedule. Budget for these tasks were developed based on assumptions following the review of the RFP and traffic calming improvement exhibits. Inclusion and budget for these tasks are subject to change following design milestones and coordination with the City’s project manager. 5.1 – Potholing Should underground drainage improvements be required and crossing are anticipated with existing utilities, this optional task is recommended to be used. Additionally, this task can be used to investigate the existing pavement section if required. Potholes will be proposed at potential conflicts with storm drain crossings with subsurface utilities and/or locations where potential road widening is anticipated. Michael Baker will work with AirX Utility Surveyors to prepare traffic control plans, obtain City permit, back-fill the potholes as required and submit a pothole report. For estimating purposes, a total of four (4) potholes are budgeted for this task. Michael Baker will coordinate with the City’s project manager and obtain approval prior to beginning this task. Assumptions and Exclusions ▬Environmental support, permitting, or documentation is not included in this scope of work. ▬It is assumed all work will be occurring in the City of Carlsbad Public Right-of-way and no property easements or acquisitions will be required. ▬If required, coordination with NCTD is assumed to be performed by the City. ▬The boundary survey provided by the City for the onsite Veteran’s Memorial Park is assumed to be used for this design. ▬Traffic Control Plans are assumed to be prepared by the contractor and are excluded from this scope of work. ▬Monument preservation (pre/post corner records) is assumed to be completed by the contractor and is excluded from this scope of work. ▬If required, dry utility relocations and design is assumed to be performed by the asset owner and is not included in this scope of work. ▬Any median improvements are assumed to implement hardscape (matching existing color and patterns) and landscape and irrigation plans will not be required. ▬If required, it is assumed street light relocations can be included on the civil improvement plans and will not require photometric analysis or SDG&E coordination. ▬All other items not explicitly outlined in the above scope of work. Should the project improvement require any of the exclusions listed above, Michael Baker can coordinate with the City project manager to provide additional consulting services. TASK 5: OPTIONAL SERVICES SCOPEDocuSign Envelope ID: E7ECAED2-59CC-4A12-9075-6987CFC78F15 May 7, 2024 Item #4 Page 20 of 28 6 CI T Y O F C A R L S B A D ▬ F A R A D A Y A V E N U E T R A F F I C C A L M I N G A N D M O B I L I T Y I M P R O V E M E N T S SC H E D U L E Ou r p r o p o s e d p r o j e c t s c h e d u l e b e l o w , s u m m a r i z e s m a i n t a s k s a n d d e l i v e r y d a t e s . D u r i n g p r o j e c t s c o p i n g , P r o j e c t M a n a g e r , G e o f f R e t e m e y e r , P E , T E , w i l l de v e l o p a d e t a i l e d s c h e d u l e a n d T e c h n i c a l A d v i s o r , R y a n Z e l l e r s , P E , T E , w i l l e n s u r e t h e r e s o u r c e s n e c e s s a r y t o a c c o m p l i s h t h e w o r k w i t h i n t h e p r o p o s e d sc h e d u l e a r e p r o v i d e d . Sc h e d u l e C o n t r o l Mi c h a e l B a k e r s o f t w a r e t o o l s a s s i s t o u r p r o j e c t m a n a g e r s i n p r e p a r i n g a n d m a i n t a i n i n g p r o j e c t s c h e d u l e s , i n c l u d i n g M i c r o s o f t P r o j e c t , M i c r o s o f t E x c e l , a n d Pr i m a v e r a . M i c r o s o f t T e a m m e e t i n g s w i t h s h a r e d s c r e e n t e c h n o l o g y t h r o u g h w e b a n d v i d e o c o n f e r e n c i n g , a l l o w o u r t e a m t o b e i n t o u c h w i t h a n d u l t r a - re s p o n s i v e t o C i t y n e e d s , a n y t i m e a n d a n y w h e r e , t h e r e b y r e d u c i n g t a s k o r d e r d e l a y s . O t h e r s c h e d u l e c o n t r o l s u s e d b y M i c h a e l B a k e r p r o j e c t m a n a g e r s in c l u d e t h e f o l l o wi n g : ▬ En s u r e C i t y r e v i e w t i m e l i n e s a r e a c c u r a t e , a n d c o m m i t m e n t s a r e m a d e b y a l l p a r t i e s . ▬ Ma p t h e c r i t i c a l p a t h ▬ Mo ni t o r / r e v i e w p r o g r e s s a n d d i r e c t i o n w i t h t a s k l e a d s a n d s u b co n s u l t a n t s . KE Y P E R S O N N E L % A V A I L A B L E Ry a n Z e l l e r s , P E , T E 20 % Ge o f f R e t e m e y e r , P E , T E 50 % AV A I L A B I L I T Y WI T H T E A M ’ S CU R R E N T WO R K L O A D KE Y P E R S O N N E L % A V A I L A B L E Sa m a n t h a L a t h r o p , E I T 30 % Jo h n D o m p o r , E I T 30 % Je c e l y n M a r t i n e z , P E 20 % Do c u S i g n E n v e l o p e I D : E 7 E C A E D 2 - 5 9 C C - 4 A 1 2 - 9 0 7 5 - 6 9 8 7 C F C 7 8 F 1 5 May 7, 2024 Item #4 Page 21 of 28 15 CI T Y O F C A R L S B A D ▬ F A R A D A Y A V E N U E T R A F F I C C A L M I N G A N D M O B I L I T Y I M P R O V E M E N T S AP P E N D I X Fa r a d a y a n d W h i t m a n W a y Fa r a d a y a n d W e s t D r i v e w a y Do c u S i g n E n v e l o p e I D : E 7 E C A E D 2 - 5 9 C C - 4 A 1 2 - 9 0 7 5 - 6 9 8 7 C F C 7 8 F 1 5 May 7, 2024 Item #4 Page 22 of 28 16 CI T Y O F C A R L S B A D ▬ F A R A D A Y A V E N U E T R A F F I C C A L M I N G A N D M O B I L I T Y I M P R O V E M E N T S Fa r a d a y a n d E a s t D r i v e w a y AP P E N D I X Do c u S i g n E n v e l o p e I D : E 7 E C A E D 2 - 5 9 C C - 4 A 1 2 - 9 0 7 5 - 6 9 8 7 C F C 7 8 F 1 5 May 7, 2024 Item #4 Page 23 of 28 FE E S Pr o p o s e d Ou r r e c e n t w o r k i n C a r l s b a d h a s p r o v i d e d u s w i t h h e i g h t e n e d e f f i c i e n c y a l l o w i n g u s t o a c h i e v e a n e c o n o m y o f s c a l e . Mi c h a e l B a k e r i s fa m i l i a r w i t h t h e c u r r e n t g o v e r n i n g r e p o r t s a n d r e c e n t d a t a s o u r c e s r e s u l t i n g i n t i m e a n d m o n e y s a v e d . RE A L VA L U E Be n e fi t s i n c l u d e : ▬ We e k l y r e v i e w a n d m o n i t o r i n g o f i n d i v i d u a l c o s t s f o r e a c h t a s k a n d s u b t a s k co m p a r e d t o p e r c e n t a g e c o m p l e t i o n o f t h e w o r k . ▬ Co m p u t a t i o n o f e a r n e d v a l u e o n a m o n t h l y b a s i s f o r e a c h t a s k a n d s u b t a s k co m p a r e d t o b u d g e t e d c o s t o f w o r k s c h e d u l e d , b u d g e t e d c o s t o f w o r k pe r f o r m e d , a c t u a l c o s t o f w o r k p e r f o r m e d , a n d e s t i m a t e s t o c o m p l e t e . ▬ Mo n t h l y d e t a i l e d i n v o i c i n g , i n t h e C i t y ’ s p r e f e r r e d f o r m a t . MI C H A E L B A K E R I N T E R N A T I O N A L ▬ C I T Y O F C A R L S B A D ▬ FA R A D A Y A V E N U E T R A F F I C C A L M I N G A N D M O B I L I T Y I M P R O V E M E N T S Bu d g e t C o n t r o l Mi c h a e l B a k e r ’ s a c c o u n t i n g p l a t f o r m p r o v i d e s r e a l - t i m e cu s t o m i z e d r e p o r t s t o a s s i s t p r o j e c t m a n a g e r s i n a c c u r a t e l y pl a n n i n g e x p e n d i t u r e s i n c l u d i n g l a b o r a n d o t h e r d i r e c t c o s t s . Pa g e 1 Fa r a d a y T r a f f i c C a l m i n g P r o p o s e d F e e s Se n i o r Te c h n i c a l Ad v i s o r Pr o j e c t Ma n a g e r Pr o j e c t En g i n e e r As s i s t a n t En g i n e e r De s i g n Te c h n i c i a n Li c e n s e d Su r v e y o r 2- P e r s o n Su r v e y C r e w Po t h o l e Pr o j e c t Ma n a g e r Po t h o l e S t a f f $2 8 5 $ 1 7 5 $ 1 5 0 $ 1 3 0 $ 1 1 5 $ 2 1 0 $ 2 8 5 $ 1 3 0 $ 1 1 0 Re i m b u r s a b l e Ex p e n s e s To t a l Ho u r s To t a l B u d g e t Ta s k 1 : P r o j e c t M a n a g e m e n t 1. 1 P r o j e c t M a n a g e m e n t 8 40 48 9 , 2 8 0 . 0 0 $ Su b - t o t a l L a b o r H o u r s 8 40 0 0 0 0 0 0 0 - $ 4 8 9 , 2 8 0 . 0 0 $ Ta s k 2 : E x i s t i n g C o n d i t i o n s R e v i e w a n d S u r v e y i n g 2. 1 E x i s t i n g C o n d i t i o n s R e v i e w 2 4 12 10 0 $ 1 8 2 , 4 3 0 . 0 0 $ 2. 2 T o p o g r a p h i c S u r v e y 2 2 6 16 6 12 20 0 $ 4 4 8 , 7 8 0 . 0 0 $ 2. 3 R i g h t - o f - w a y V e r i f i c a t i o n a n d C o n t r o l 2 10 4 4 20 0 $ 2 0 4 , 2 5 0 . 0 0 $ Su b - t o t a l L a b o r H o u r s 2 4 20 16 12 6 12 0 0 30 0 $ 6 2 1 5 , 4 6 0 . 0 0 $ Ta s k 3 : E n g i n e e r i n g S e r v i c e s 3. 1 H y d r o l o g y / H y d r a u l i c s R e p o r t 2 2 8 44 10 50 $ 6 6 9 , 0 4 0 . 0 0 $ 3. 2 S t o r m w a t e r Q u a l i t y M a n a g e m e n t P l a n 2 2 6 32 8 50 $ 5 0 6 , 9 5 0 . 0 0 $ 3. 3 I m p r o v e m e n t P l a n s 8 32 48 80 26 0 10 0 $ 4 2 8 5 5 , 4 8 0 . 0 0 $ 3. 4 S p e c i f i c a t i o n s 4 32 16 10 0 $ 5 2 9 , 2 4 0 . 0 0 $ 3. 5 C o s t E s t i m a t e 2 2 8 12 24 3 , 6 8 0 . 0 0 $ Su b - t o t a l L a b o r H o u r s 1 8 70 86 16 8 2 7 8 0 0 0 0 30 0 $ 6 2 0 8 4 , 3 9 0 . 0 0 $ Ta s k 4 : B i d a n d C o n s t r u c t i o n S u p p o r t S e r v i c e s 4. 1 B i d S u p p o r t S e r v i c e s 2 2 12 4 10 0 $ 2 0 3 , 2 8 0 . 0 0 $ 4. 2 C o n s t r u c t i o n S u p p o r t S e r v i c e s 6 50 20 0 $ 5 6 8 , 7 5 0 . 0 0 $ 4. 3 P r o j e c t C l o s e - o u t ( A s - B u i l t s ) 1 2 8 16 27 3 , 6 7 5 . 0 0 $ Su b - t o t a l L a b o r H o u r s 3 10 70 0 20 0 0 0 0 30 0 $ 1 0 3 1 5 , 7 0 5 . 0 0 $ TO T A L 29 12 0 15 6 16 8 2 9 8 0 0 0 0 2, 0 0 0 $ 7 7 1 1 2 4 , 8 3 5.0 0 $ Ta s k 5 : O p t i o n a l S e r v i c e s 5. 1 P o t h o l i n g 2 6 30 48 5, 0 0 0 $ 8 6 1 5 , 3 1 0 . 0 0 $ Su b - t o t a l L a b o r H o u r s 0 2 0 6 0 0 0 30 48 5, 0 0 0 $ 8 6 1 5 , 3 1 0 . 0 0 $ TO T A L W I T H O P T I O N A L T A S K S 0 2 0 6 0 0 0 30 48 7, 0 0 0 . 0 0 $ 85 7 1 4 0 , 1 4 5 . 0 0 $ Mi c h a e l B a k e r I n t e r n a t i o n a l Ai r X Do c u S i g n E n v e l o p e I D : E 7 E C A E D 2 - 5 9 C C - 4 A 1 2 - 9 0 7 5 - 6 9 8 7 C F C 7 8 F 1 5 May 7, 2024 Item #4 Page 24 of 28 RA T E S Ho u r l y R a t e S h e e t Mi c h a e l B a k e r ’ s h o u r l y r a t e s h e e t f o r t h e t e a m i s p r o v i d e d b e l o w . P r i c i n g w i l l r e m a i n f i r m f o r t h e l e n g t h o f t h e ag r e e m e n t a s p r o p o s e d i n t h e a t t a c h e d s c h e d u l e . C h a n g e s t o t h e a g r e e m e n t a n d e x t e n s i o n o f s c h e d u l e m a y in c l u d e n e w r a t e s . NA M E TI T L E RO L E HO U R L Y R A T E Ry a n Z e l l e r s , P E , T E Se n i o r T e c h n i c a l A d v i s o r Te c h n i c a l M a n a g e r / Q A / Q C $2 8 5 Ge o f f r e y R e t e m e y e r , P E , T E Te c h n i c a l M a n a g e r Pr o j e c t M a n a g e r $1 7 5 Sa m a n t h a L a t h r o p , E I T Pr o j e c t E n g i n e e r De p u t y P r o j e c t M a n a g e r $1 5 0 Je c e l y n M a r t i n e z , P E Pr o j e c t E n g i n e e r Hy d r o l o g y L e a d $1 5 0 Jo h n D o m p o r , E I T Ci v i l A s s o c i a t e I I Pl a n D e v e l o p m e n t $1 3 0 Ka t F r a n k o w s k i , E I T Ci v i l A s s o c i a t e I I Pl a n D e v e l o p m e n t $1 3 0 An g e l M e l e n d e z , E I T Ci v i l A s s o c i a t e I Pl a n D e v e l o p m e n t $1 1 5 Jo h n B i s t o w s k i Te c h n i c a l M a n a g e r Su r v e y M a n a g e r $2 1 0 Br i a n D e d m a n / D a n i e l B e r g Su r v e y C h a i r m a n Tw o - P e r s o n S u r v e y C r e w $2 8 5 Do c u S i g n E n v e l o p e I D : E 7 E C A E D 2 - 5 9 C C - 4 A 1 2 - 9 0 7 5 - 6 9 8 7 C F C 7 8 F 1 5 May 7, 2024 Item #4 Page 25 of 28 PBMW MW PB 50 5 0 A v e n i d a E n c i n a s Su i t e 2 6 0 Ca r l s b a d , C A 9 2 0 0 8 Ph o n e : ( 7 6 0 ) 4 7 6 - 9 1 9 3 MB A K E R I N T L . C O M LE G E N D May 7, 2024 Item #4 Page 26 of 28 Exhibit 2 PB MW MW PB PB PB PB 50 5 0 A v e n i d a E n c i n a s Su i t e 2 6 0 Ca r l s b a d , C A 9 2 0 0 8 Ph o n e : ( 7 6 0 ) 4 7 6 - 9 1 9 3 MB A K E R I N T L . C O M LE G E N D May 7, 2024 Item #4 Page 27 of 28 PB MW IR R MW PB PB PB PB PB PB PB PB PB EM EM PB EM PB PB MW MW 50 5 0 A v e n i d a E n c i n a s Su i t e 2 6 0 Ca r l s b a d , C A 9 2 0 0 8 Ph o n e : ( 7 6 0 ) 4 7 6 - 9 1 9 3 MB A K E R I N T L . C O M LE G E N D May 7, 2024 Item #4 Page 28 of 28