Loading...
HomeMy WebLinkAboutRBF / Michael Baker International Inc; 2011-09-28; TRAN829PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 14 PROJECT NO. 6054 TRAN829 This fourteenth Project Task Description and Fee Allotment, is entered into on .J\,)\~:2. "20\~ , pursuant to an Agreement between MICHAEL B ER fNTERN TIONAL, a Pennslyvania corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated September 28, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Traffic Engineering in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated May 31, 2018, ("proposal"), attached as Appendix "A" for the Terramar -Travel Time Analysis, (the "Project"). The Project services shall include Travel Time Analysis & Traffic Simulation. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within two (2) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within fourteen (14) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $18,200. City Attorney Approved Version 7/19/17 TRAN829 4. PREVAILING WAGE RATES Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. City Attorney Approved Version 7/19/17 2 TRAN829 TABLE 1 FEE ALLOTMENT TRAVEL TIME ANALYSIS & TRAFFIC SIMULATION TASK GROUP Travel Time Analysis Reporting and Documentation Traffic Simulation Meetings, Coordination and Management Direct Reimbursable Costs TOTAL (Not-to-Exceed) CONTRACTOR MICHAEL BAKER INTERNATIONAL, a Pennslyvania corporation (name of Contractor) By:~~ (sign here) :J:1 M -r:H 1 ~L~ ~ VI¢ Pre$. (print na~e/title) TIME & MATERIALS $4,800 1,700 2,500 9,000 200 $18,200 MICHAEL BAKER INTERNATIONAL, a Pennslyvania corporation ~?Zracior) By: /4 (sign here) 5-levc l/4fr 4s:s.~/5:uc£y (print name/title) 7 If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California ~ta By: Elaine Lukey, P~ Date: ? ·~ •) D ----------- APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:C!k~ Deputy CifyAttorney City Attorney Approved Version 7/19/17 3 Michael Baker INTERNATIONAL Appendix A May 31,2018 Carlsbad Boulevard Realignment-Task 14 Terramar Area Coastal Improvement Project Travel Time Analysis & Traffic Simulation SOSO Avenida Encinas Suite 260 Carlsbad. CA 92008-4386 760.476.9193 760.476.9198 Fax www.mbakercorp.com Michael Baker International will perform the following tasks in support of the Terramar Area Coastal Improvement Project: Task 1: Travel Time Analysis Michael Baker will conduct a travel time analysis along Carlsbad Boulevard from the South Beach Jetty (at the bridge) to the road split at Palomar Airport Road based on the following intersection control conditions during both the AM and PM peak hours: • Traffic signals at both Carlsbad Blvd / Cannon Rd and Carlsbad Blvd / Cerezo Dr intersections. • Roundabouts at both Carlsbad Blvd / Cannon Rd and Carlsbad Blvd / Cerezo Dr • A roundabout at Carlsbad Blvd / Cannon Rd and traffic signal at Carlsbad Blvd / Cerezo Dr • A traffic signal at Carlsbad Blvd / Cannon Rd and roundabout at Carlsbad Blvd / Cerezo Dr Task 2: Reporting & Documentation The results of the travel time analysis will be summarized in a technical traffic memorandum. The traffic memorandum will include the appropriate tables and exhibits required for documentation. Michael Baker will submit an electronic copy of the traffic memorandum for City review. Task 3: Traffic Simulation Michael Baker will build a traffic model using Synchro software to produce a visual simulation of operational characteristics for each of the alternatives listed in Task #1. The Synchro simulation model will be run for the weekday a.m. and p.m. peak hour for each of the three alternatives listed above. The traffic signals option will use existing data. Task 4: On-going Meetings, Coordination and Management Michael Baker will attend meetings, either in person or on the phone, as necessary throughout the project. A total of thirty-two (32) hours of project meetings and coordination time has been budgeted. If additional meeting time or coordination is required, MBI will work with the City to amend this scope of work. 4 Mr. Jonathan Schauble May 31, 2018 Page 2 of 2 FEE PROPOSAL Task 1. Task 2: Task 3: Task 4: Subtotal Travel Time Analysis Reporting and Documentation Traffic Simulation Meetings, Coordination and Management Other Direct Costs (Travel/Mileage, Reproduction Costs) TOTAL TASK ORDER NO. 14 FEE: 5 $ 4,800 $ 1,700 $ 2,500 $ 9,000 $18,000 $ 200 $18,200 _____, I DATE(MM/00/YYYY) AC:C,Rc:,• CERTIFICATE OF LIABILITY INSURANCE ~ 08/29/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aon Risk Services Central, Inc. NAME: PHONE (866) 283-7122 J r'ffc. No.l: (800) 363-0105 Pittsburgh PA office (A/C. No. Ext): Dominion Tower, 10th Floor E-MAIL 625 Liberty Avenue ADDRESS: Pittsburgh PA 15222-3110 USA INSURER(S) AFFORDING COVERAGE NAJC # INSURED INSURER A: XL Insurance America Inc 24554 Michael Baker International, Inc INSURER B: Liberty Mutual Fire Ins Co 23035 5 Hutton centre Drive Liberty Insurance corporation 42404 suite 500 INSURER C: Santa Ana CA 92707 USA INSURER D: Lloyd's syndicate No. 2623 AA1128623 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570068150885 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested 't."'-fR TYPE OF INSURANCE i'Nso WS'~ POLICY NUMBER ,~~)5g~l ,~3li\5~ LIMITS B X COMMERCIAL GENERAL LIABILITY TB2681004.l4~/.l/ UIS/.:IU/LU.li UIS/ .:IU/ LU.lll EACH OCCURRENCE $2,000,000 -D CLAIMS-MADE 0occuR General Liability DAMAc;t: I U Kt:N I ED $300,000 PREMISES IEa occurrence) MED EXP (Any one person) $10,000 -PERSONAL & ADV INJURY $2,000,000 -GEN'LAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $4,000,000 ~ 0PR~ 0LOC $4,000,000 POLICY X JECT PRODUCTS -COMP/OP AGG OTHER: B AUTOMOBILE LIABILITY AS2-681-004145-727 08/30/2017 08/30/2018 COMBINED SINGLE LIMIT $2,000,000 commercial Auto -AOS tEa accident\ -X ANY AUTO BODILY INJURY ( Per person) -OWNED -SCHEDULED BODILY INJURY (Per accident) -AUTOS ONLY -AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS f Per acadent) -ONLY I----AUTOS ONLY A X UMBRELLA LIAB H OCCUR US00079952LI17A 08/30/2017 08/30/2018 EACH OCCURRENCE $10,000,000 -umbrella AGGREGATE $10,000,000 EXCESS LIAB CLAIMS-MADE OED I X I RETENTION $10,000 C WORKERS COMPENSATION AND WA768D004145777 08/30/2017 08/30/2018 XI PER I jOTH-EMPLOYERS' LIABILITY YIN workers comp -AOS STATUTE ER ANY PROPRIETOR/ PARTNER/ EXECUTIVE ~ E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $1,000,000 D E&o-PL-Primary PSDEF1700460 08/31/2017 08/31/2018 Per claim $5,000,000 Professional Liab. and CP Aggregate $5,000,000 SIR applies per policy ter 11s & condi ions DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: All Operations. city of Carlsbad is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of subrogation is granted in favor of certificate Holder in accordance with the policy provisions of the General Liability policy. CERTIFICATE HOLDER City of Carlsbad 1635 Faraday Ave. Carlsbad CA 92008 USA ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Cll ... Q) I;: :;::. C: Q) 32 ... Q) "O 0 :c "' (X) (X) a "' ;;; "' a a r---"' 0 z ~ cu u I;: ~ Q) u POLICY NUMBER: TB2-681-004145-717 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABIUTYCOVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury'' caused, in whole or in part, by. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. \Nith respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury'' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. \Nith respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not applicable Limits of Insurance Declarations. increase the shown in the SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Location(s) Of Covered Operations All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of$ 250 Person or Organization Where required by contract or written agreement prior to loss and allowed by law. Issued by Co 7 -Liberty Insurance Corporation For attachment to Policy No. WA?-68D-004145-777 Effective Date 8/30/2017 Issued to Michael Baker International, Inc. WC 04 03 06 Ed. 04/1984 Job Description Premium$ Page 1 of 2 WC 04 03 06 Ed. 04/1984 Page 2 of 2 l-bl1cy Nurroer 1-'::iUcrl /UU4oU Endorsement 9 -Limited Authority to issue Certificates In consideration of the premium charged, it is hereby understood and agreed as follows: (1) Underwriters authorize Aon the ("Certificate Issuer") to issue Certificates of Insurance at the request or direction of the Assured. It is expressly understood and agreed that, subject to Paragraph (2) below, any Certificate of Insurance so issued shall not confer any rights upon the Certificate Holder, create any obligation on the part of the Underwriters, or purport to, or be construed to, alter, extend, modify, amend, or otherwise change the terms or conditions of this Policy in any manner whatsoever. In the case of any conflict between the description of the terms and conditions of this Policy contained in any Certificate of Insurance on the one hand, and the terms and conditions of this Policy as set forth herein on the other, the terms and conditions of this Policy as set forth herein shall control. (2) Notwithstanding Paragraph (1) above, such Certificates of lnsu ranee as are authorized under this endorsement may provide that in the event the Underwriters cancel or non-renew this Policy or in the event of a Material Change to this Policy, Underwriters shall mail written notice of such cancellation, non-renewal, or Material Change to such Certificate Holder 30 days prior to the effective date of cancellation, non-renewal, or a Material Change, but 10 days prior to the effective date of cancellation in the event the Assured has failed to pay a premium when due. The Assured shall provide written notice to the Underwriters of all such Certificate Holders, if any, specified in each Certificate of Insurance (i) at inception of this Policy, (ii) 90 days prior to expiration of this Policy, and (iii) within 10 days of receipt of a written request from Underwriters. Underwriters' obligation to mail notice of cancellation, non-renewal, or a Material Change as provide'a in this paragraph shall apply solely to those Certificate Holders with respect to whom the Assured has provided the foregoing written notice to the Underwriters. (3) It is further understood and agreed that Underwriters' authorization of the Certificate Issuer under this endorsement is limited solely to the issuance of Certificates of Insurance and does not authorize, empower, or appoint the Certificate Issuer to act as an agent for the Underwriters or bind the Underwriters for any other purpose. The Certificate Issuer shall be solely responsible for any errors or omissions in connection with the issuance of any Certificate of Insurance pursuant to this endorsement. (4) As used in this endorsement: (i) Certificate of Insurance means a document issued for informational purposes only as evidence of the existence and terms of this Policy in order to satisfy a contractua I obligation of the Assured. (ii) Material Change means an endorsement to or amendment of this Policy after issuance of this Policy by the Underwriters that restricts the coverage afforded to the Assured. All other terms, clauses and conditions remain unchanged. COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional inSLJred under your policy provided that: (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2-681-004145-717 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY -UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with the 30 Company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below by email as soon as practical after notifying the first Named Insured. B. This advance email notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. SCHEDULE Name of Other Person(s) / Organization(s): Email Address: Per schedule on file with the producer Per schedule on file with the producer All other terms and conditions of this policy remain unchanged. Issued by: Liberty Insurance Corporation For attachment to Policy No. WA?-68D-004145-777 Issued to: Michael Baker International, LLC Effective Date 8/30/2017 WM 9017 0910 Ed. 09/01/2010 © 2010 Liberty Mutual Group of Companies All Rights Reserved Premium$ Page 1 of 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 13 PROJECT NO. 6054 TRAN829 soject Task Description and Fee Allotment, is entered into on 1 ;. 0 ' , pursuant to an Agreement between MICHAEL A ER I ERNATIONAL, INC., a Pennsylvania corporation, ("Contractor") and the CITY OF C LSBAD, ("City") dated September 28, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Outreach and Engineering Services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated May 16, 2017, ("proposal"), attached as Appendix "A" for the Terramar Area Coastal Improvement Project Public Outreach, (the "Project"). The Project services shall include public outreach support and engineering services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within three hundred sixty-five (365) working days thereafter. Working days are defined in section 6-7 .2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $50,000. City Attorney Approved Version 8/3/16 TRAN829 4. PREVAILING WAGE RATES Ill Ill /II /II Ill /II /II /II /II /II /II /II Ill /II /II /II Ill /II Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. City Attorney Approved Version 8/3/16 2 TRAN829 TABLE 1 FEE ALLOTMENT PUBLIC OUTREACH SUPPORT AND ENGINEERING SERVICES TASK GROUP TIME & MATERIALS public outreach support and engineering services $39,600 meetinqs, coordination and manaqement $10,000 reimbursables $400 TOT AL (Not-to-Exceed) $50,000 CONTRACTOR MICHAEL BAKER INTERNATIONAL, INC., 'Per1r7~'1/ vuv7 ic- a Caliiornia cooration (name of Contractor) By:~41{~ By: ' (sign here) ---rirYI m J€2£, \f / f_£ PR.€~1Ul'Vj _M_ic_ha_e_l T_y_lm_a_n_,_A_ss_is_ta_n_t_S_ec_r_et_a_ry ___ _ (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: lie-<;' · ·· ·· -I Kevin 9".~ord, City Manager / APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY dcJJ t~ ~-,. ~City Attorney Date: 2~ 1 r City Attorney Approved Version 8/3/16 3 May 16, 2017 Carlsbad Boulevard Realignment -Task 13 Terramar Area Coastal Improvement Project Appendix A SOSO Avenida Encinas Suite 260 Carlsbad, CA 92008-4386 760.476.9193 760.476.9198 Fax www.mbakercorp.com The purpose of this scope of work is to provide public outreach support and project development along Carlsbad Boulevard from just north of Cannon Road to just south of Manzano Drive, as well as Cannon Road from Carlsbad Boulevard to Avenida Encinas. Task 1 -Public Outreach And Engineering Services $39,600 Michael Baker Intl. (MBI) further develop the two alternatives for project development of the corridor in support of the third (#3) upcoming Public Outreach effort. MBI will provide support to the public outreach efforts through engineering services, workshop attendance, revisions to graphics and alignment alternatives. Task 2 -Meetings, Coordination and Management $10,000 MBI will attend meetings, either in person or on the phone, as necessary throughout the project. For the purpose of this scope of work, a total of thirty-two (32) hours of project meetings and coordination time has been budgeted. If additional meeting time or coordination is required, MBI will work with the City to amend this scope of work. Reimbursable Budget: $ 400 Initial Budget: $ 50,000 billed Time & Materials q:\public works\pw common\agreements & contracts\agreements\2017 agreements\project tasks\city\michael baker carlsbad blvd (tran829)\terramar public outreach task 13.docx 4 Michael Baker INTERNATIONAL August 23, 2016 Carlsbad Boulevard Realignment -Task 12 Terramar Area Coastal Improvement Project Appendix A 5050 Avenida Encinas Suite 260 Carlsbad, CA 92008-4386 760.476.9193 760.476.9198 Fax www.mbakercorp.com The purpose of this scope of work is to provide preliminary engineering designs for two (2) project alternatives along Carlsbad Boulevard within the Terramar segment of the overall coastal corridor from just north of Cannon Road to just south of Manzano Drive. Cannon Road from Carlsbad Boulevard to Avenida Encinas will also be designed for the two alternatives. Task 1 -Preliminary Engineering for Two Alternatives $79,000 Michael Baker Inti. (MBI) further develop the two alternatives for project development of the corridor. Road alignments will be enhanced to study the vertical impacts of the corridor improvements. Cross-sections will be provided at key intervals to illustrate the elevation of the roadway relative to the surrounding area and below ground utilities. MBI will analyze more closely the grading and utility impacts associated with the corridor improvements with special attention paid to the intersections. Preliminary engineering plans and graphics to support the next community meeting and the environmental document will include the following at a minimum: a) Plan and profiles plans will be prepared at 1 "=20' in order to show the required amount of detail. b) Right-of-way, property lines, street centerlines, and topography at one-foot contour intervals. c) Drainage improvements and areas for BMPs. d) Existing utilities and infrastructure improvements and required relocations. e) Signing and striping plans. f) AECOM will prepare pedestrian lighting plans. g) AECOM to include the landscaping and irrigation layout. h) Wall locations and wall heights. i) Driveway grading and cross-sectional slopes noted. j) Cross sections at each location where parking and curb alignments change. k) MBI will coordinate with AECOM on specifications of color and materials for the streetscape. I) Demolition limits will be shown. q:lpublic workslpw common\agreements & contracts\agreements\2016 agreementslproject tasks\citylmichael baker inter (carlsbad blvd realignment) tran829\ptd #12\appendix a-sow ptd&fa #12 terramar (mbi) schauble.docx Michael Baker INTERNATIONAL Task 2 -Meetings, Coordination and Management $10,000 MBI will attend meetings, either in person or on the phone, as necessary throughout the project. For the purpose of this scope of work, a total of thirty-two (32) hours of project meetings and coordination time has been budgeted. If additional meeting time or coordination is required, MBI will work with the City to amend this scope of work. Reimbursable Budget: $ 1 ,000 Initial Budget: $ 90,000 billed Time & Materials q:lpublic works\pw common\agreements & contracts\agreements\2016 agreementslproject tasks\citylmichael baker inter (carlsbad blvd realignment) tran829\ptd #12\appendix a· sow ptd&fa #12 terramar (mbi) schauble.docx PROJECT TASK DESCRIPTION AND FEE ALLOTMENT N0.11 PROJECT NO. 6054 TRAN829 This eleve th project Task Description and Fee Allotment, is entered into on ----~~.....,_..__ ......... ""-'.......&""'""'u.u"'-----' pursuant to an Agreement between Michael Baker International, Inc. a ennsylvania corporation, ("Contractor'') and the City of Carlsbad, ("City") dated September 25, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide surveying services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated March 29, 2016, ("proposal"), attached as Appendix "A" for the Terramar Coastal Improvement Project, (the "Project"). The Project services shall include surveying services to identify the right of way line and potential curb lines. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within Twenty (20) working days thereafter. Working days are defined in section 6-7.2 'Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on percent complete basis. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". 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. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $3,000. City Attorney Approved Version 1 /30/13 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 10 PROJECT NO. 6054 TRAN829 This tenth~ Project Task Description and Fee Allotment, is entered into on ~v-~ I G6-o l'=> , pursuant to an Agreement between MICHA BAKER l~TERNATIONAL, INC, a Pennsylvania corporation, ("Contractor") and the City of Carlsbad, ("City") dated September 28, 2011, (the ''Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide civil engineering services in accordance with the "Project Engineer's Manual'', 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad, 11 and the proposal dated March 4, 2016, ("proposal"), attached as Appendix "A" for the TERRAMAR AREA COASTAL IMPROVEMENT PROJECT, (the "Project"). The Project services shall include preliminary storm water quality management plan, roadway plan refinements, bluff concept preliminary grading plan, driveway turnaround review, and meetings, coordination and management in support of the two project alternatives. 2. PROGRESS AND COMPLETION 3. Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 'Working Day" of the Standard Specifications for Public Works Construction {Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials. Appendix "A0, attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor onl')! upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1-or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractors services for this Project Task Description and Fee Allotment is $41,650. City Attorney Approved Version 1/30/13 1 Michael Baker INTERNATIONAL March 4, 2016 Carlsbad Boulevard Realignment-Task 10 Appendix "A" prSOSO Avenida Encinas Suite 260 Carlsbad. CA 92008-4386 760.476.9193 760.476.9198 Fax www.rbf.com www.mbakercorp.com The purpose of this scope of work isto provide engineering designs in support of two (2) project alternatives for the environmental documents and project refinements along Carlsbad Boulevard within the Terramar segment of the overall coastal corridor from just north of Cannon Road to just south of Manzano Drive. Cannon Road from Carlsbad Boulevard to Avenida Encinas will also be enhanced. Task 1 -Preliminary Storm Water Quality Management Plan $6,000 Michael Baker International (MBI) will review the previous Storm Water Quality Management Plan (SWQMP) for Carlsbad Boulevard against the latest permit requirements adopted in 2016 and create a new SWQMP for Terramar Roads and Bluff Project (including Cannon Road west of the railroad tracks). The report will be of sufficient detail to satisfy the requirements of CEQA and the City of Carlsbad. The SWQMP will address both the roundabout and signal options for the roadway in one report. Once a preferred alternative is selected and final design commences, a proposal for a Final SWQMP will be submitted that satisfies final design requirements. Task 2 -Roadway Plan Refinements $10,000 MBI will continue to provide engineering for project refinements of the two project alternatives. Road alignments will be enhanced to incorporate suggestions and recommendations from the public meetings and City staff over the last couple of months. These recommendations include addition of BMPs, curb extensions, crosswalk details, bus stop locations and driveway options. Task 3-Bluff Concept Preliminary Grading Plan $7,000 MBI will assist AECOM in development of a preliminary grading plan for the Bluff area. This will be done to quantify grading impacts on the Bluff for the environmental document. Task 4-Driveway Turnaround Review $12,150 MBI will review resident driveways that front on Carlsbad Boulevard for the opportunity to provide a turnaround area to allow vehicles to head out onto the boulevard as opposed to back out into the street. An initial review of the driveways shows that 27 fronting residences will need to be review as part of this task. This task does not include final design. MBI will t.1se the previous aerial topo and aerial photos to assess the feasibility of adding driveway turnarounds. Task 5 -Meetings, Coordination and Management $5,500 MBI will attend a kick-off meeting or phone conference with City of Carlsbad and AECOM staff to discuss the scope df the environmental document including project refinements. MBI will also attend meetings, either in person or on the phone, as necessary throughout the project. For the purpose of this scope of work, a total of sixteen (16) hours of project meetings and q:lpublic workslpw common\agreemenl9 & contr.icts\agreements\2016 agreementslproject tsskslcltylmlchael baker Inter (cartsbad blvd realignment) tran829\ptr;I #1 Olpld&fa #1 o terramar coastal Improvements (mlchJel baker) tr.an829 -sehauble 3-14-16 • propoaal.docx Michael Baker INTERN A.TIO NA L coordination time has been budgeted. If additional meeting time or coordination is required, MBI will work with the City to amend this scope of work. MBI will not attend additional meetings without written authorization from the City of Carlsbad. Reimbursable Budget: $ 1,000 Initial Budget:$ 41,650 billed Time & Materials q:\public workS\pw common\agreements & contractslagreements\2016 agreements\project taskslcitylmichael baker inter (ca~$bad blvd realignment) tran829\ptd #10\ptd&fa #1 o terramar coastal Improvements (michael baker) tran829 -sehauble 8-14-16 -proposal.docx PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 9 PROJECT NO. 6054 TRAN829 This ninth Project Task Description and Fee Allotment, is entered into on Ma.rob .;2..;;i_ .:2orG , pursuant to an Agreement between Michael Baker International, Inc.'. a Pennsylvania corporation, ("Contractor") and the City of Carlsbad, ("City") dated September 28, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide engineering consulting services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated February 2, 2016, ("proposal"), attached as Appendix "A" for the Terramar Area Coastal Improvement Project, (the "Project"). The Project services shall include turning movement counts for VISSIM model, VISSIM model, complete streets pedestrian and bicyclist conditions analysis, refinement of cut-through traffic evaluation, and project management and coordination. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7 .2 'Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Alllotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials in Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $49,800. City Attorney Approved Version 1/30/13 1 Michael aker WeMttke{rD1ffere:nc~ ... . ... INTERNATIONAL February 2, 20'16 Appendix "A" City of Carlsbad Task Order No. 9 Terramar Area Coastal Improvement Project VISSIM Model and Analysis Michael Baker International will perform the following tasks in support of the Terramar Area Coastal Improvement Project Multi-Modal Transportation Analysis: Task 1: Turning Movement Counts for VISSIM Model Michael Baker International will collect vehicular turning movement counts at the following four (4) intersections 1:o provide additional data for a VISSIM simulation model (see Task 2 below): 1. Carlsbad Boulevard / Tamarack Avenue 2. Carlsbad Boulevard / Solamar Drive 3. Cannon Ftoad / Avenida Encinas 4. Palomar Airport Road I Avenida Encinas The turning movement counts will be collected during the a.m. and p.m. peak periods (7:00-9:00 a.m. and 4:00-6:00 p.m.) on a weekday (Tuesday, Wednesday or Thursday) and during a three- hour midday peak period (11 :00 a.m.-2:00 p.m.) on a Saturday. Task 1 also includes a field review and inventory of the existing intersection lane geometrics, lane widths, turn bay lengths and signal phasing. Task 2: VISSIM Model Michael Baker International will build a VISSIM model to produce a high quality visual simulation of operational characteristics for vehicular, transit, bicycle, and pedestrian transportation modes. Three VISSIM models will be developed: 1. Existing Conditions (to calibrate the model) 2. Horizon Year 2035 With Improvements -Traffic Signal Option 3. Horizon Year 2035 With Improvements-Roundabout Option Based on the time needed to build a sophisticated model, the VISSIM model will be run for the weekday p.m. peak hour only for each of the three study conditions (existing and two intersection control options). The VISSIM model will provide detailed simulation of operational characteristics such as vehicular delay, travel time and queuing, vehicular platooning between signalized intersections, available gaps in traffic for vehicular maneuvers on side streets and driveways (including backing out of driveways), parking maneuvers, transit operations (bus stops), and pedestrian and bicycle conditions at intersections. MBAKERINTLCOM 5050 Avenida Encinas, Ste. 260 I Carlsbad, CA 92008 Office: 760.476.9193 I Fax: 760.476.9198 Mr. Jonathan Schauble February 2, 2016 Page 2 of 4 Task 3: Complete Streets Pedestrian and Bicyclist Conditions Analysis The Complete Streets software program will be used to perform a refined analysis of pedestrian and bicycle conditions along the following mid-block sections of Carlsbad Boulevard and Cannon Road: 1. Carlsbad Boulevard, north of Cannon Road; 2. Carlsbad Boulevard, between Cannon Road and Cerezo Drive; 3. Carlsbad Boulevard, south of Cerezo Drive; and 4. Cannon Road, between Carlsbad Boulevard and Avenida Encinas. Pedestrian and bicyclist levels of service will be evaluated during the weekday a.m. and p.m. peak hours, and during the weekend midday peak hour, at the four mid-block sections listed above for the following scenarios: • Existing Conditions • Existing Plus Multi-Modal Improvements • Horizon Year 2035 No Build Conditions • Horizon Y1ear 2035 Multi-Modal Improvements The results of the mid-block pedestrian and bicyclist conditions analysis will supplement the multi- modal analysis performed in SYNCHRO for the two study intersections (Task 4 from Task Order #8). Task 4: Refinement of Cut-Through Traffic Evaluation This task consists of including the weekday a.m. peak period and the weekend midday peak period in the cut-through traffic evaluation for southbound traffic between Cannon Road and Cerezo Drive. The southbound traffic counts along Los Robles Drive and El Arbol Drive, and westbound left:.turn volumes at Carlsbad Boulevard / Cannon Road and Carlsbad Boulevard / Cerezo Drive, will be reviewed during the weekday a.m. and weekend midday peak periods to determine if traffic is cutting through the Terramar neighborhood to avoid westbound left-turn queuing and delay at Carlsbad Boulevard / Cannon Road. This task will supplement Task Order #8-Task 5 in evaluating the existing impact of cut-through · traffic, and determining the impact of cut-through traffic with the proposed Traffic Signal and Roundabout Options. The volume of southbound cut-through traffic diverting from Cannon Road to the westbound left-turn at Carlsbad Boulevard / Cerezo Drive with the Traffic Signal or Roundabout Options will be estimated based on the change in westbound left-turn delay at the intersection of Ct:1rlsbad Boulevard / Cannon Road. In addition, we included performing travel time runs for northbound and southbound Carlsbad Boulevard between Cannon Road and Cerezo Drive, and for the northbound/southbound cut- through routes along Los Robles Drive and Cerezo Drive between the intersections of Cannon Road/ Los Robles Drive and Carlsbad Boulevard/ Cerezo Drive. The travel time runs will be performed during off-peak hours to determine the preferred traffic routes vehicular queues and delay are minimal at the intersection of Carlsbad Boulevard / Cannon Road. Mr. Jonathan Schauble February 2, 2016 Page 3 of 4 Task 5: Project Management and Coordination This task includes a project kick-off meeting with City of Carlsbad staff to ensure all members of the project team have a thorough understanding of the project description, tasks, and schedule. All project coordination efforts with the City of Carlsbad are included in this task, either in person qr via teleconference, as well as the management of project tasks with both Michael Baker International staff and sub-consultants. We will communicate with the City's project manager on a regular basis to provide updates on progress of work, project milestones and action items, and to discuss any comments, questions or issues related to the project. Mr. Jonathan Schauble February 2, 2016 Page4 of 4 FEE PROPOSAL Michael Baker International will complete Tasks 1 through 5 in this scope of work for a lump sum fee of $47,600, plus a reimbursable costs budget of $2,200 fpr traffic counts and other direct costs such as travel/mileage expenses and reproduction costs: Task 1. Additional Turning Movement Counts (field review labor costs only) Task 2. VISSIM Model Task 3. Complete Streets Ped/Bike Conditions Analysis Task 4. Refinement of Cut-Through Traffic Evaluation Task 5. Project Management and Coordination Subtotal Reimbursable Costs Turning Movement Counts (Task 1): Other Direct Costs ITravel/Mileage; Reproduction Costs) Subtotal TOTAL TASK ORDER NO. 9 FEE: $ 700 $38,000 $ 3,500 $ 2,600 $ 2,800 $47,600 $ 1,400 $ 800 $ 2,200 $49,800 Mr. Jonathan Schauble December 22, 2015 Page 4 of 5 The anticipated submittal process for the draft and final draft report will include one digital copy submitted to the City of Carlsbad for review and comment. The anticipated submittal process and number of photocopies for the final report will include 2 hard copies and 1 digital copy submitted to the City of Carlsbad. This scope of work includes a total of three submittals of the report (draft, final draft and final). If more than three submittals of the report are required, an addendum to this scope of work will be prepared for the City of Carlsbad. Task 7: Meetings Michael Baker International will attend a kick-off meeting or phone conference with City of Carlsbad staff to discuss the scope of the study including the improvements project description, analysis scenarios and methodology. Michael Baker International will also attend meetings, either in person or on the phone, as necessary throughout the project. For the purpose of this scope of work, a total of eight (8) hours of project meeting and coordination time has been budgeted. If additional meeting time or coordination is required, Michael Baker International will work with the City to amend this scope of work. Michael Baker International will not attend additional meetings without written authorization from the City of Carlsbad. PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 7 PROJECT NO. 6054 TRAN829 This ,eventh Project Task Description and Fee Allotment, is entered into on .J .:: -, ., y· 1"" :> r .., . " . , ,ti;'-, pursuant to an Agreement between Michael Bake nternational, Inc., a Pe sylvania corporation, ("Contractor") and the City of Carlsbad, ("City") dated September 28, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide engineering consulting services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated November 3, 2015, ("proposal"), attached as Appendix "A" for the Terramar Area Coastal Improvement Project, (the "Project"). The Project services shall include field surveying, aerial photogrammetric, compilation of plannimetric and topographic features, and completion of field survey services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within sixty (60) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials as specified in Table 1. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". 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. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually City Attorney Approved Version 1/30/13 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 6 PROJECT NO. 6054 TRAN829 /- This si,1(h £1,9jec;(., Tc1sk ,. Oescr(ptipn j!!ld Fee Allotment, is entered into on Iv (;./ b 1(2fr: /£' -. ~If'./, :S , pursuant to an Agreement between MICHAEL BAKER INTERNATIONAL: INC., a Pennsylvania corporation ("Contractor") and the CITY OF CARLSBAD, ("City") dated September 28, 2011, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS 2. Contractor shall provide engineering consulting services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated September 10, 2015, ("proposal"), attached as Appendix "A" for the Terramar Area Coastal Improvement Project, (the "Project"). The Project services shall include public outreach support and preliminary engineering consulting services. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred and twenty (120) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials as specified in Table 1. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $30,000. City Attorney Approved Version 1/30/13 TRAN829 Appendix "A" SOSO Avenida Encinas Suite 260 Carlsbad, CA 92008-4386 760.476.9193 760.476.9198 Fax www.rbf.com www.mbakercorp.com M1ichael Baker INTERNATIONAL September 10, 2015 Terramar Area Coastal Improvement Project -Task 6 The purpose of this scope of work is to provide additional preliminary designs in support of public outreach and project development along Carlsbad Boulevard within the central segment of the overall coastal corridor from just north of Cannon Road to just south of Manzano Drive. Cannon Road from Carlsbad Boulevard to Avenida Encinas is also included in the project area. Public Outreach Support Meeting #2 Michael Baker Intl. will continue to provide support for the public outreach efforts in the way of graphics and alignment alternatives (now up to 4 alternatives) to the Coastal Corridor Team. This task includes additional meeting attendance and coordination with the various team members. Preliminary Engineering Michael Baker Intl. will continue to provide preliminary engineering for project development of the concepts. Road alignments will be enhanced to study the vertical impacts of the corridor improvements. Cross-sections will be provided at key intervals to illustrate the elevation of the roadway relative to the surrounding area. MBI will analyze more closely the grading associated with the corridor improvements with special attention paid to the intersections. Initial Budget:$ 30,000 billed Time & Materials OFFICE PERSONNEL $/ Hr. Project Director ........................................................................................................................ 220.00 Program Manager .................................................................................................................... 215.00 Senior Project Manager ........................................................................................................... 200.00 Project Manager ...................................................................................................................... 195.00 Technical Manager .................................................................................................................. 180.00 Senior Engineer ....................................................................................................................... 163.00 Project Engineer ...................................................................................................................... 148.00 Design Engineer/Mapper ......................................................................................................... 135.00 Designer/Planner ..................................................................................................................... 118.00 Graphic Artist ............................................................................................................................. 97.00 3 City Attorney Approved Version 1 /30/13 Exhibit "A" Assignment by RBF to Michael Baker International, Inc. The following list of RBF active, fully executed contracts are hereby assigned to Michael Baker International, Inc. in accordance with the attached RBF Assignment dated July 21, 2015, but effective as of July 1, 201fi. ID Title TRAN829 Carlsbad Blvd Realignment and Land Exchange Master Agreement and all active Task Orders TRAN871 Traffic Monitoring Program CA898 Civil & Traffic Engineering Services -City of Carlsbad Master Agreement and all active Task Orders CA899 Civil & Traffic Engineering Services -Carlsbad Municipal Water District Master Agreement and all active Task Orders CA905 Storm WatE:ir Engineering Services -City of Carlsbad Master Agreement and all active Task Orders CA907 Storm Wat1:ir Engineering Services -Carlsbad Municipal Water District Master Agreement and all active Task Orders TRAN1188 Civil Engineering Services TRAN1224 Monroe Street Drainage Improvement Planchecking Services (dated 6/11/15) Ill ~ • (I Date:. __ ....,,.. ___ , __ _ ·~ ~ADIUA, Sea'l!tary 1:,f state AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR CARLSBAD BOULEVARD REALIGNMENT (RBF CONSULTING) TRAN829 This Amendment No. 1 is entered into and effective as of the /6-fh day of ::June. , 2014, extending the agreement dated September 28, 2011 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and RBF Consulting, a California Corporation, ("Contractor") (collectively, the "Parties") for professional engineering services. RECITALS A. The Parties desire to extend the Agreement for a period of two (2) years. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of two (2) years ending on July 31, 2016. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 ~ CONSULTING A m:1111 Company April 15, 2014 APPENDIX "A" Carlsbad Boulevard Realignment and Land Exchange -Task 3 5050 Avenida Encinas Suite 260 Carlsbad. CA 92008-4386 760.476.9193 760.476.9198 Fax www.rbf.com www .mbakercorp.com The purpose of this scope of work is to further evaluate the two two-lane alternatives along Carlsbad Boulevard within the northern segment of the overall coastal corridor from just north of Cannon Road to just south of Manzano Drive. Both of the two-lane alternatives are defined as follows. Alternative 2: • One-lane in each direction with two-way left turn lane from Cannon Road to Manzano Drive. • Single lane roundabout at Cannon Road. • Pedestrian actuated signal at Cerezo Drive (no proposed roundabout) • Manzano Drive to be opened permanently (stop-controlled intersection) • 15' wide multi-use trail along west side of Carlsbad Boulevard. • No sidewalk/pedestrian improvements along east side of Carlsbad Boulevard. • Class II Bikeway {bike lanes) proposed in both directions. Alternative 3: • One-lane in each direction with two-way left turn lane from Cannon Road to Manzano Drive. • Single lane roundabout at Cannon Road. • Single lane roundabout at Cerezo Drive. • Manzano Drive to be closed permanently. • 15' wide multi-use trail along west side of Carlsbad Boulevard. • No sidewalk/pedestrian improvements along east side of Carlsbad Boulevard. • Class II Bikeway (bike lanes) proposed in both directions. Conceptual Cost Estimate RBF will prepare conceptual cost estimates for the two-lane alternatives from Cannon Road to Manzano Drive based on the descriptions provided above. In addition to grading and construction costs, the estimate will include preliminary right-of-way, environmental mitigation and environmental clearance, design and construction administration costs allowances, so that the City has an understanding of the magnitude of project development costs. RBF will establish unit prices based upon recent project costs in Carlsbad and the surrounding communities. Deliverables: • Two Conceptual Cost Estimates (one for each alternative) Preliminary Engineering RBF will provide preliminary engineering to the further development of the two two-lane concepts. Road alignments will be enhanced to study the vertical impacts of the corridor improvements. Cross- sections will be provided at key intervals to illustrate the elevation of the roadway relative to the surrounding area. RBF will analyze more closely the grading associated with the corridor improvements with special attention paid to the intersections. The detailed engineering will aid in the development of a more accurate conceptual cost estimate for each of the alternatives. Budget: $ 10,000 c:\users~brow\desktop\scope of work_addl work cannon to manzano.docx ---------------------------------------- Appendix "A" ~ CONSULTING A-Company June 101 2013 Carlsbad Boulevard Realignment and Land Exchange -Task 2 1. Road Alignment Profiles and Preliminary Grading 5050 Avenida Encinas Suite 260 Carlsbad. CA 92008-4386 760.476.9193 760.476.9198 Fax www.rbf.com www.mbakercorp.com Up to three (3) roadway concepts will be designed to analyze alternative vertical and horizontal corridor alignments and grading. Cross-sections will be provided at key intervals to illustrate the elevation of the roadway relative to the surrounding area. Each alignment will be drawn at 1 "=50' on standard 24x36 improvement plan sheets and strip maps will be prepared to evaluate the alternative concepts in relation to existing development and proposed State Parks improvements. Delive rabies: • Profiles for 3 Alignment Alternatives with associated Grading limits and cross-sections Budget: $ 751553 2. Alternative Neighborhood Entry Alignments RBF will provide detailed alternatives for entries into some of the more challenging neighborhood intersections and propose solutions to address the community concerns and prepare a technical memorandum describing the opportunities and constraints of each alternative. Deliverables: • Focused alternatives on up to 3 alternatives for 5 different neighborhood entries Budget: $ 32,520 3. Preliminary Storm Water Management Strategy Drawing on information obtained in the previous tasks preformed, RBF will prepare a Preliminary Storm Water Management Strategy that will describe the best methods to be implemented and comply with the latest MS4 Permit requirements. The storm water management strategy will contain a layout for proposed storm drains to facilitate the water quality measures for each alternative and preliminary sizes will be provided for the conveyance and treatment areas. Deliverables: • Preliminary Storm Water Management Strategy Budget:$ 27,714 4. Informal Trails Connectivity Assessment RBF will conduct a field review of the existing Carlsbad Boulevard corridor and document the existing paths that the public are using today to access beaches, housing, businesses and transit east and west of Carlsbad Boulevard. This information will be added to previously prepared connectivity elements from the City's Pedestrian and Bicycle Master Plans. Results of this analysis will be summarized in a technical memorandum with associated exhibits analysis. As the alternative alignments are developed as part of Item 1 in this task description, information from this assessment will be added to the plans, in an effort to maintain pathways east and west across Carlsbad Boulevard including review of potential grade separated crossings. c:\documents and setti ngs\tthiefe\desktop\741 pr002 earls bad blvd scope of work_2.doo: Deliverables: • RBF will prepare base mapping which includes the proposed Master Plan Pedestrian and Bicycle routes combined with the informal trails used by residents Budget: $ 10, 100 5. Parking Analysis and Data Collection RBF will conduct a field review of existing parking in the area along the existing alignment of Carlsbad Boulevard in the public right-of-way. Utilizing information from the existing data research and investigation, RBF will identify current uses of parking and develop alternatives for the concepts that retain parking in the areas that locals have already established along Carlsbad Boulevard. This information will be compiled in a technical memorandum with recommendation for improvements to be considered in the preparation of alternative realignment plans. De live rabies: • RBF will prepare a map of the current parking conditions along Carlsbad Boulevard Budget: $ 8,515 6. Conduct Network Analysis Using VISSIM Microscopic Simulation RBF proposes modeling the Carlsbad Boulevard roadway network within the study area using the VISSIM microscopic simulation software. VISSIM can effectively simulate complicated driving behaviors and also the effects of most available traffic control and ITS devices. Capabilities of using a VISSIM model include: • Link and connector structure, which gives more controls on the detailed coding for the complicated roadway configurations • Conflict markers and priority rules, which provides a close match of driving behaviors at intersections • Differentiate types of vehicle trips traveling on the roadway network • Model the effects of reduced speed zones, roundabouts, and traffic calming techniques • Model multi-modal traffic flows including trucks, buses, pedestrians and bicyclists • Ability to develop high quality 3D flythrough animations for visual aid purposes. Specific items of work on the VISSIM model include: a) Review Data Collected & Post Process for input into VISS!M b) Develop VISSIM model for the existing conditions (2013 PM Peak hour) c) Calibration of Existing Conditions VISSIM Model (PM Peak) d) Develop Future 2035 No-Build VISSIM Model (PM Peak) e) Develop Future 2035 Build (2 Lanes w/Roundabouts) VISSIM Model (PM Peak) f) Perform simulations and develop Measures of Effectiveness (MOEs) g) Coordinate with AECOM for 3 D imagery h) Overlay VISSIM Networks onto 3D models & Record Flythroughs in VISSIM i) Integrate VISSIM trajectories into 3D Max for Enhanced (HQ) animations j) Prepare an Initial Network Evaluation Report. The results of the above steps will be summarized and the collected MOEs will be prepared in charts and tables. The following elements will be included in this report: • a detailed description of each network • appropriate graphics to illustrate each network • the input values used to evaluate the networks • a detailed description of the evaluation results from the future networks, proposed mitigation measures. Budget: $ 68,004 c,\doruments and settings\tthiele\desktop\741pr002 <a<lsbad blvd S<Oope ofwork_2do0< 7. Acoustical Screening AnalYsis RBF will prepare a planning level acoustical analysis to aid in the understanding of existing noise levels in the corridor study area, the effect of alternative roadway cross-sections and resultant noise levels based upon alternative horizontal and vertical alignments. Existing Conditions. RBF will conduct a site visit along the project site and at adjacent land uses. During the site visit, RBF will conduct three short-term noise level measurements to document the existing noise environment, as well as to calibrate the traffic noise model. Measured noise levels will be summarized in the document. The analysis will also identify surrounding land uses and sensitive receptors along Carlsbad Boulevard. Noise Scales and Definitions. The noise analysis will include a description of the various noise metrics and terminology related to traffic noise. A graphical chart will be included to demonstrate the intensity of noise increases. Regulatory Setting. RBF will review applicable State and City noise and land use compatibility criteria for the project area. Noise standards will be discussed for land uses adjacent to the project site. Traffic Noise Analysis. The traffic noise analysis will determine the change in ambient noise due to implementation of the proposed alternatives. The Federal Highway Administration (FHWA) Traffic Noise Model (TNM) version 2.5 will be used to evaluate traffic noise levels associated with three scenarios (existing conditions, the two lane alternative, and the four lane alternative). For each scenario, the analysis will focus on three primary areas where residences are located closest to the proposed alignment. Meetings/Workshops. An RBF noise specialist will attend up to three community meetings and two City staff meetings. Deliverables: • Traffic Noise Analysis Budget: $ 15,335 8. Project Meetings and Coordination RBF will participate in Project Team Meetings. RBF will provide discussion materials relative to engineering tasks. RBF/AECOM will prepare an action item matrix, document all project decisions and distribute correspondence copies to all Project Team members as appropriate. Deliverables: • Attendance at project meetings • Attendance at community workshops • Meeting minutes • Other project. documentation as appropriate Budget:$ 30,175 Direct Expense Allowance: $ 5,000 Total Budget for Task 2: $ 272.916 c:\documents and settings\tthiele\desktop\741pr002 carlshad blvd scope ofwork_2.docx Appendix "A" CONSULTING Carlsbad Boulevard Realignment and Land Exchange -Task 1 8/2/11 1. Existing Data Research and Investigation Existing data will be researched, obtained, and input into the project's CADD database as appropriate. Included are: Existing Right-of-Way Maps and Parcel Ownership Data. Existing Record of Survey parcel information provided by the City will be incorporated in the project design files. Utility Information. Contacts will be made with utility agencies/owners having facilities within the project area. Utilities that may impact the project will be plotted on the base plans. Planned utility improvements will be requested from contacts. Field Review. This task will include a reconnaissance of the existing conditions as they relate to the as-built drawings. Photographs from the field reconnaissance will be assembled. Review Related/ Adjacent Studies. A review of project history files and previous and adjacent studies will be conducted to gather background information as necessary to determine project opportunities and constraints. This information will provide additional identification of potential project issues and will be incorporated, as appropriate, into the Realignment Study. Deliverables: • Data Compilation • Field Review Photography Budget: $10,708 2. Topographic Survey/Record land Parcels RBF will provide topographic mapping from aerial photogrammetry for the project study area. Mapping will meet the requirements in "ASPRS Accuracy Standards for Large Scale Maps", dated March 31, 1993, and will include a digital terrain model (DTM). New color aerial photography will be collected and orthorectified to the project coordinate system and DTM. Topographic mapping will be provided at a plotting scale of 1 "=20' with one-foot interval contours. Centerlines and a cadastral land net base will be calculated from existing record maps and geo-referenced to the project control network. Record land parcels and rights of way will be sufficient to complete the right of way exchange assessment in the subsequent phase of the project. Deliverables: • Topographic Base Map (1"=20'/one-foot contours) • Record Parcel and Right-of-Way Budget: $155,005 h:\pdata\551007 41 \admin\scope of work.docx 3. Preliminary Drainage Study RBF will prepare a Drainage Study for the project that will discuss the drainage elements for the proposed project. The Drainage Study will be based on the 2007 MS4 Permit requirements (as amended) but include assessments and recommendations that will be consistent with the expected requirements in the next round (2012) MS4 Permit. The Preliminary Drainage Study will identify the existing drainage deficiencies and recommended improvements to correct those deficiencies consistent with the criteria for a circulation element roadway. The study will include a hydrology and a hydraulic assessment of all open channels, closed conduits and pavement drainage (in critical areas) for the project. The study will also include a storm water quality section. The Preliminary Drainage Study will include: • Hydrologic setting for the project, including a description of receiving waters • Hydrologic parameters • Existing condition hydrology study (10, 25 and 100 year return frequencies) • Proposed condition hydrology study (three alternatives, frequencies noted above) • Preliminary hydraulic analysis for inlet, pipe and cross culvert design • Preliminary design of engineered energy dissipaters • Stormwater quality narrative • Hydromodification analysis • Stormwater quality exhibit • Site plan • Maintenance requirements The Drainage Study will discuss the recommended configuration for drainage and water quality facilities for the Project. Deliverables: • Draft and Final Preliminary Drainage Study Budget: $53,996 4. Preliminary Connectivity Assessment To initiate the traffic analysis of the Carlsbad Boulevard corridor, a connectivity assessment and alternatives analysis will be conducted. This process will develop the framework for the overall analysis methodology, potential options and design of the corridor. Data Collection: Using data available from the City and/or recent studies conducted in the area, RBF will prepare a map of the current conditions along Carlsbad Boulevard. This will include identification of peak hour volumes (where available), daily volumes, transit ridership and pedestrian/bicycle volumes. No new data will be collected for this initial effort. Connectivity Assessment: The baseline analysis includes a thorough inventory and connectivity assessment for all modes. Bicycle facilities, sidewalks and transit facilities will be visually identified in the field and identified on the base map. If information is available in GIS format, RBF will work closely with the City's GIS department to share GIS data files. RBF will field verify GIS data before incorporating into the base map. In addition to developing the baseline conditions, RBF will review all existing master plan documents including the City's Pedestrian and Bicycle Master Plan and Circulation Element as well as recent transit planning studies from SANDAG/MTS. Future facilities or potential modifications to facilities will be documented on the base map. The purpose of this task is to identify existing gaps in the transportation system, identify projects or programs that may address these gaps and/or look for opportunities for the Carlsbad Boulevard realignment project to integrate elements from other relevant planning documents. h:\pdata\55100741\admin\scope of work.docx Meeting with City/Stakeholders: Following the development of the base map and connectivity assessment, RBF will meet with City of Carlsbad staff, State and stakeholders to discuss key elements of the corridor planning process. RBF will facilitate a discussion that includes: • Measurements of Levels of Service and Significance Thresholds • Potential Design Considerations and Traffic Control Concepts • Discussion of Ideas and Concerns for the Corridor RBF will compile the information from the City/stakeholder meeting, develop a constraints and opportunities map and prepare a "first pass" concept plan. RBF will present the "first pass" concept plan along with an initial connectivity assessment of the plan to the City/stakeholders for review and discussion. This process allows the city and the consulting team to understand opportunities, constraints and level of service thresholds before engaging in alterative concept develop and detailed traffic analysis. Reporting/Next Steps: Results of this analysis will summarize in a technical memorandum with associated exhibits analysis. The memorandum will be submitted to City staff to review and comment. The technical memorandum will include a detailed scope of work for the full traffic assessment, recommendations for developing alternatives for the corridor and recommendations for improving overall connectivity in the study area that will be addressed in the subsequent phase of the work program. Budget: $30,964 5. Existing Geometric Alignment Assessment RBF will conduct a field review of the existing alignment of Carlsbad Boulevard including driveways, local street intersections, signage and obstructions within the roadway clear recovery zone. Utilizing information from the existing data research and investigation, the new aerial topographic mapping vertical and horizontal information, RBF will identify deficiencies in the existing alignment relative to the design speed that is established for Carlsbad Boulevard. This information will be compiled in a technical memorandum with recommendation for improvements to be considered in the preparation of alternative realignment plans. Deliverables: • Existing Geometric Alignment Assessment Budget: $14,064 6. Realignment Concept One initial alignment concept will be prepared at a scale of 1" = 100'. Alignment concept which will show right of way lines, curve data, lane widths, profiles, vertical curve data, cross sections, existing contour lines and proposed contour lines, proposed cut and fill slopes, and proposed right of way. The alignment plan will show all existing utilities and will show potential utility relocations. The preliminary alignment plans will identify project considerations related to: • Typical Cross Sections • Design Criteria • Minimum Lane Widths • Class I Trail/ Sidewalks • Parkway Improvements • Lane Geometry • Drainage and Water Quality Treatment Improvements • Local Intersection Improvements • Grading Limits • Right of Way h:\pdata\551007 41 \admin\scope of work.docx RBF will prepare a Summary Memorandum to provide information about the project and to present the initial concept. Deliverables: • Realignment Concept • Summary Memorandum Budget: $30,960 7. Conceptual Cost Estimate RBF will prepare a Conceptual Cost Estimate for the proposed realignment. In addition to grading and construction costs, the estimate will include preliminary right-of-way, environmental mitigation, and environmental clearance, design, and construction administration costs allowances, so that the City and State have a understanding of the magnitude of project development costs. RBF will establish uniit prices based upon recent project costs in Carlsbad and the surrounding communities. Deliverables: • Conceptual Cost Estimate Budget: $6, 199 8. Project Meetings and Coordination RBF will participate in Project Team Meetings. RBF will provide discussion materials relative to engineering tasks. RBF/ AECOM will prepare an action item matrix, document all project decisions and distribute correspondence copies to all Project Team members as appropriate. Deliverables: • Attendance at project meetings • Attendance at community workshops • Meeting minutes • Phone logs • Other project documentation as appropriate Budget: $26,784 Direct Expense Allowance: $5,000 h:\pdata\551007 41 \admin\scope of work.docx 3. TERM The term of this Agreement will be effective from the date first above written to July 31, 2014. The City Manager may amend the Agreement to extend it for two additional two (2) year periods or parts thereof in an amount not to exceed four hundred thousand dollars ($400,000) per Agreement year, but in no event shall the sum total of all task agreements exceed one million dollars ($1,000,000) under this agreement and any amendments Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director''). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed four hundred thousand dollars ($400,000) per agreement year. The total amount of the Agreement shall not exceed one million dollars ($1,000,000). Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the Mayor, the City Manager or Transportation Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. 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. 2 City Attorney Approved Version 10/12/10 7 7. SUBCONTRACTING Contractor shall utilize only those subconsultants and the identified subconsultant staff as listed in their statement of qualifications dated January 27, 2011, and incorporated herein by reference. Substitution of any subconsultant or subconsultant staff shall require express written consent of the City. In addition, Contractor will not further 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. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission 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. 10. 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/or 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 Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies 3 City Attorney Approved Version 10/12/10 contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 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. 10.1.4 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. City's Initials Contractor's Initials D If box is checked, Professional Liability Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 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. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 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. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. 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. 12. 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 4 City Attorney Approved Version 10/12/10 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. 13. 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. 14. 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. 15. NOTICES The names of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: Name Conrad "Skip" Hammann Title Transportation Director Dept Transportation Address 1635 Faraday Ave Carlsbad, CA 92008 Phone No. (760) 602-2730 For Contractor: Name Title Mr. Gary Warkentin Senior Vice President Address 14 725 Alton Parkway Irvine, CA 92618-2027 Phone No. (949) 855-3625 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. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. 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. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 5 City Attorney Approved Version 10/12/10 10 19. 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. 20. 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 at the address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. 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. 22. 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 6 City Attorney Approved Version 5/9/11 I ( 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. 23. JURISDICTIONS 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. 24. 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 or 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. 25. 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. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 7 City Attorney Approved Version 5/9/11 I z_ EXHIBIT "A" SCOPE OF SERVICES RBF Consulting, and their listed subconsultants, shall provide preliminary design, engineering, and land surveying services as requested in the City's SQQ dated November 22, 201 O and in the Contractor's submitted SQQ dated January 27, 2011. Services include, but are not limited to, preliminary roadway design engineering, topographical mapping, hydrology and hydraulic studies, storm water and water quality reports, geotechnical investigations, structural calculations, traffic studies and analysis, permitting, public outreach, landscape and irrigation design, sanitary sewer studies, and parking lot design. The attached hourly rate schedules for RBF Consulting and their listed subconsultants shall be used in the preparation of Task Descriptions under the Master Agreement. 9 City Attorney Approved Version 5/9/11 /)