Loading...
HomeMy WebLinkAbout2022-03-08; City Council; ; Authorization to Execute an Agreement with Wood Rodgers Inc. for the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements ProjectCITY COUNCIL Staff Rep ort CA Review RMC Meeting Date: March 8, 2022 To: Mayor and City Council From: Scott Chadwick, City Manager Staff Contact: Lauren Ferrell, Associate Engineer lauren.ferrell@carlsbadca.gov, 442-339-2558 Subject: Hossein Ajideh, Engineering Manager hossein.ajideh@carlsbadca.gov, 442-339-2756 Authorization to Execute an Agreement with Wood Rodgers Inc. for the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements Project District: 1 Recommended Action Adopt a resolution authorizing execution of a professional services agreement with Wood Rodgers Inc., a California corporation, to provide engineering design and environmental services for the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements, Capital Improvement Program Project No. 6058, for an amount not to exceed $932,753. Executive Summary The project will make improvements to accommodate all modes of transportation, improve the aesthetics of a popular community hub and improve beach access near the intersection of Carlsbad Boulevard and Tamarack Avenue. Carlsbad Municipal Code Section 3.28.060(D)(5) requires the City Council to approve agreements when the value exceeds $100,000 per agreement year. The proposed agreement with Wood Rodgers is for an amount not to exceed $932,753, which makes this agreement subject to this requirement. Staff recommend execution of the professional services agreement with Wood Rodgers in an amount not to exceed $932,753. Discussion This project is directly related to the City Council goals to "become a leader in multimodal transportation systems and creative approaches to moving people and goods through and within Carlsbad" and "enhance Carlsbad's coastline to ensure an exceptional experience in all the ways people want to enjoy it." The improvements will provide operational enhancements for vehicles, bicycles, pedestrians and transit riders consistent with these goals and the city's General Plan Mobility Element, as well as the Climate Action Plan. Improving this heavily traveled segment of Carlsbad Boulevard promotes walking, biking and transit use. The project will also enhance safety for all users and improve the area's aesthetics. March 8, 2022 Item #4 Page 1 of 37 During the preliminary project development phase, the city implemented a public involvement and outreach plan. The city also performed extensive public outreach in 2016 and 2018. The input from the community and stakeholders helped inform development of three concept designs for the intersection improvements, which will be used as a basis for formalizing an alternatives analysis, final design of the preferred alternative, processing environmental clearance and resource agency permitting for the project. These options include a two-lane road with a roundabout, a three-lane road with a traffic signal and a four-lane road with a traffic signal. The project is expected to improve safety for all users. Based on the project goals and the public's input, some notable improvements include: •Reconfiguration of the intersection at Tamarack Avenue and Carlsbad Boulevard, easing traffic flow with the reduction in southbound vehicle lanes to the south of the intersection •Widening the sidewalk south of Tamarack Avenue, including across the bridge •Relocating a North County Transit District bus stop from the middle of the intersection to provide safer access. •Other improvements to the pedestrian and bicycle facilities throughout the project area The project was presented to the former Traffic Safety Commission, now known as the Traffic and Mobility Commission, twice in 2016 and again in May 2018. It was also presented twice to California Coastal Commission staff in 2018, and to the California Department of Parks and Recreation staff, twice each in 2019 and 2020, for early engagement and coordination. Portions of the proposed project are located within the state Department of Parks and Recreation's right-of-way, so city staff have coordinated various design and right-of-way matters with State Parks staff. On May 7, 2021, city staff received a letter from State Parks staff stating the department's concurrence with the project's conceptual designs. On June 9, 2021, staff posted a request for qualifications on PlanetBids, an online procurement company, to advertise for a qualified consultant to provide professional engineering and environmental services for the project. On July 27, 2021, staff received six proposals from consultants. A selection panel of city staff evaluated and ranked the proposals based on best- value criteria, in keeping with Carlsbad Municipal Code sections 3.28.050 — Procurement of goods, (D)(2) and 3.28.060 — Procurement of professional services and services. Although the selection panel ranked another consultant as the most qualified, staff determined the first-ranked firm had a conflict of interest based on that firm's previous grant writing and preliminary design work on the project. As a result, the selection panel then began negotiations with the second-ranked firm, Wood Rodgers. To complete the selection process, staff negotiated with Wood Rodgers over the final scope of work and fees and agreed upon an amount not to exceed $932,753. The term of this agreement will be for a period of three years from the effective date. The City Manager may amend the agreement to extend the term for three additional one-year periods. March 8, 2022 Item #4 Page 2 of 37 Options Staff provide the following options for the City Council's consideration: 1. Adopt a resolution authorizing execution of a professional services agreement with Wood Rodgers to provide engineering and environmental services for the project in an amount not to exceed $932,753 Pros •Staff determined that the Wood Rodgers' proposal provides the best value to the city •Award of the agreement complies with applicable municipal code sections •Award of the agreement now will ensure grant requirement deadlines are met •The project would help ease traffic flow for motorized vehicles, bicycles and pedestrians and enhance safety for all users Cons •None identified 2. Do not adopt a resolution authorizing execution of an agreement with Wood Rodgers Pros •None identified Cons •Rejection of all proposals would delay the project •Future solicitation efforts would consume additional staff time and expenditures •Delay in starting the project would result in missing grant requirement deadlines •Mobility issues would continue to exist, hindering pedestrian and bike mobility in the project area Staff recommend Option 1 for the City Council's approval: Adopt a resolution authorizing execution of a professional services agreement with Wood Rodgers to provide engineering and environmental services for the project in an amount not to exceed $932,753. Fiscal Analysis Sufficient funding has been appropriated from the TransNet — of countywide sales tax for transportation projects — and gas tax funds. Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements Capital Improvement Program Project No. 6058 Total appropriation to date $2,713,569 Total expenditures/encumbrances to date $728,227 Total available funding $1,985,342 Additional Project Costs Professional services agreement with Wood Rodgers $932,753 Staff engineering and administrative costs (estimated) $93,275 Total estimated cost $1,026,028 Remaining balance $959,314 Additional appropriation needed $0 March 8, 2022 Item #4 Page 3 of 37 Next Steps Once the agreement is approved by the City Council and fully executed, staff will issue a purchase order and a notice to proceed for engineering design and environmental services for the project. Staff anticipate the engineering design to begin in April 2022 and be completed by early 2025. Upon completion of the design, staff plan to return to the City Council for approval of the plans, specifications and contract documents, and authorization to bid for the construction contract in early 2025. Staff plan to request City Council approval of the construction contract in mid-2025. The construction project is expected to start in late 2025 and be completed by late 2026, contingent upon coordination with State Parks and obtaining a coastal development permit. Environmental Evaluation This action does not constitute a project within the meaning of the California Environmental Quality Act under Public Resources Code section 21065 in that it has no potential to cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. Public Notification This item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Exhibits 1.City Council resolution 2.Location map March 8, 2022 Item #4 Page 4 of 37 EXHIBIT 1 RESOLUTION NO. 2022-053 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT WITH WOOD RODGERS, INC., A CALIFORNIA CORPORATION, TO PROVIDE ENGINEERING DESIGN AND ENVIRONMENTAL SERVICES FOR THE CARLSBAD BOULEVARD AND TAMARACK AVENUE PEDESTRIAN IMPROVEMENTS PROJECT WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable and in the public interest to improve the Carlsbad Boulevard and Tamarack Avenue intersection, Capital Improvement Program, or CIP, Project No. 6058, or Project, which includes the city undertaking engineering design and environmental services; and WHEREAS, on June 9, 2021, staff issued a request for qualifications and solicited proposals from consulting firms for the Project; and WHEREAS, on July 27, 2021, staff received a total of six proposals for engineering design and environmental services for the Project; and WHEREAS, subsequent to a review of the proposals based on best-value criteria consistent with Carlsbad Municipal Code Sections 3.28.050(D)(2) and 3.28.060, staff ranked another consultant as the most qualified consultant for the Project, yet ultimately determined the first-ranked firm had a conflict of interest based on that firm's previous grant writing and preliminary design work on the Project; and WHEREAS, staff then began negotiations with the second-ranked firm, Wood Rodgers, Inc., a California corporation, or Wood Rodgers, and negotiated a final scope of work for fees for the Project; and WHEREAS, staff and Wood Rodgers have negotiated the scope of work and associated fee in an amount not to exceed $932,753 to provide engineering and environmental services for the Project; and WHEREAS, the Project is financed with Gas Tax funds and a TransNet Active Transportation Grant Program; and WHEREAS, sufficient funding is available to complete the engineering design and environmental assessment of the Project; and WHEREAS, the City Planner has determined that in accordance with Public Resources Code Section 21065, the action to award a professional services agreement for engineering design and environmental services does not constitute a "project" within the meaning of the California Environmental Quality Act, or CEQA, in that it has no potential to cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment and therefore does not require environmental review. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the Mayor is authorized and directed to execute the professional services agreement with Wood Rodgers in an amount not to exceed $932,753 for engineering design and environmental assessment services of the Carlsbad Boulevard and Tamarack Avenue Pedestrian Improvements, CIP Project No. 6058, which is attached hereto as Attachment A. 3.That the City Manager is authorized to amend the agreement to extend the term for up to three subsequent one-year periods or parts thereof. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 8th day of March, 2022, by the following vote, to wit: AYES: Hall, Blackburn, Bhat-Patel, Acosta, Norby NAYS: None ABSENT: None Ac‘ MATT HALL, Mayor FAVIOLA MEDINA, City Clerk Services Manager (SEAL) DocuSign Envelope ID: 89CFA7B2-3D5F-4617-AA7E-132A20E665CB Attachment A PSA22-1773TRAN AGREEMENT FOR CARLSBAD BOULEVARD AND TAMARACK AVENUE PEDESTRIAN IMPROVEMENTS SERVICES WOOD RODGERS, INC. 4.41N-1 THIS AGREEMENT is made and entered into as of the day of Do/ CAA , 2022, by and between the City of Carlsbad, a municipal corporation, ("City"), and Wood Rodgers, Inc., a California corporation, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced in pedestrian intersection improvement. B.Contractor has the necessary experience in providing professional services and advice related to pedestrian intersection improvement. C.Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed nine hundred thirty-two thousand seven hundred fifty-two dollars and forty-three cents ($932,752.43). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed one hundred thousand dollars ($100,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 6/12/18 March 8, 2022 Item #4 Page 7 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN 6.PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7.STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8.SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9.OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10.INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys' fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 6/12/18 2 March 8, 2022 Item #4 Page 8 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VI I"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 March 8, 2022 Item #4 Page 9 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12.BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13.ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14.OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15.COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16.NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. City Attorney Approved Version 6/12/18 4 March 8, 2022 Item #4 Page 10 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN For City For Contractor Name Lauren Ferrell Name Glen Parker Title Associate Engineer Title Project Manager Department Public Works Address 2251 San Diego Ave. Suite A-130 San Diego, CA 92110 Phone No. 619-489-5160 Email gparker@woodrodgers.com City of Carlsbad Address 1635 Faraday Ave Carlsbad, CA 92008 Phone No. 760-602-7558 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17.CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes 0 No E 18.GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19.DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20.DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 6/12/18 5 March 8, 2022 Item #4 Page 11 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN 21.TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22.COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23.CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to •recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. City Attorney Approved Version 6/12/18 6 March 8, 2022 Item #4 Page 12 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN 25.SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26.ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. ffl 11/ ffl ffl 1/1 ffl III ffl ffl III III HI /11 ffl III Hi III ffl HI ffl City Attorney Approved Version 6/12/18 7 March 8, 2022 Item #4 Page 13 of 37 ayor DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CITY OF CARLSBAD, a municipal corporation of the State of California CONTRACTOR WOOD RODGERS, INC., a California corporation By: By: kat ralfattle. (sign here) Mark Rayback, President (print name/title) ATTEST: By: LA Mit (sign here) for Faviola Medina, City Clerk Services Manager Andrew Durling, Secretary (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Assistant City Attorney City Attorney Approved Version 6/12/18 8 March 8, 2022 Item #4 Page 14 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB PSA22-1773TRAN EXHIBIT "A" SCOPE OF SERVICES City Attorney Approved Version 6/12/18 9 March 8, 2022 Item #4 Page 15 of 37 ILLJ C:1 CI Co BUILDING RELATIONSHIPS ONE PROJECT AT A TIME (City of Carlsbad DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for CiO) of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements Februag 2022 Lauren Ferrell, PE, QSD/P Associate Engineer, Public Works — Transportation Engineering City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Wood Rodgers is excited for the opportunity to submit the following Scope of Work for the Carlsbad Boulevard & Tamarack Avenue Improvements Project. The City has clearly identified their goals for this project as: •Easing traffic for cars, bikes, and pedestrians •Widening the sidewalk south of Tamarack including across the bridge •Moving the bus stop out of the middle of the intersection so it is easier and safer to use, especially for people with disabilities •Create additional free on-street parking •Enhance the natural beauty of the area, including drought tolerant plants This proposal includes two separate fees, which are dependent on the alternative selected from the Alternatives Analysis phase. Once an alternative is selected, our team will complete the environmental permitting and processing and final design Plans, Specifications, and Estimate package for the chosen alternative. The Alternative 3 (Roundabout) fees associated with this scope are as follows: TASK FEE TASK 1 — PROJECT MANAGEMENT 1.1 Project Administration, Meeting Agendas, & Minutes $39,420.00 1.2 Project Schedule & Monthly Updates $7,290.00 1.3 Monthly Progress Reports $14,730.00 1.4 PDT Meetings (36) $34,470.00 1.5 Informal Biweekly Meetings with City PM (24) $23,760.00 1.6 QA/QC $37,680.00 1.7 Site Visits (3) $5,287.50 Subtotal Task 1 $162,637.50 TASK 2 — FIELD SURVEYING & SURVEY BASE MAPPING 2.1 Site Control and Right of Way Mapping $5,880.00 2.2 Topographic Survey $15,240.00 2.3 Legal Descriptions and Exhibits for Street Dedications (2 assumed) $7,000.00 2.4 Record of Survey $27,000.00 2.5 Miscellaneous Supplemental Survey $9,600.00 2.6 Coordination of Right of Way with State Parks $4,050.00 Subtotal Task 2 $68,770.00 TASK 3 — UTILITY BASE MAPPING 3.1 Utility Base Mapping $20,280.00 Subtotal Task 3 $20,280.00 TASK 4 — GEOTECHNICAL ANALYSIS 4.1 Geotechnical Field Investigation $3,118.10 4.2 Laboratory Testing $2,500.00 4.3 Geotechnical Engineering Analyses $2,116.10 4.4 Geotechnical Report Preparation $4,070.72 4.5 Geotechnical Analysis for Retaining Walls $19,190.00 Subtotal Task 4 _ $30,994.92 March 8, 2022 Item #4 Page 16 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 I=1 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME TASK 5 — ALTERNATIVES ANALYSIS 5.1 Preliminary Engineering of 3 Alternatives $39,480.00 5.2 Value Engineering - Alternatives Analysis Memo $13,680.00 5.3 Mobility Analysis $38,840.00 5.4 Barrier Alternatives $15,520.00 Subtotal Task 5 $107,520.00 TASK 6 — ROUNDABOUT EVALUATION 6.1 Roundabout Evaluation $5,270.00 Subtotal Task 6 $5,270.00 TASK 7 — PRELIMINARY DRAINAGE AND STORMWATER QUALITY 7.1 Preliminary Drainage Memorandum $12,550.00 7.2 Stormwater Quality Management Plan (SWQMP) $17,460.00 Subtotal Task 7 $30,010.00 TASK 8 — PUBLIC OUTREACH SUPPORT 8.1 Public Outreach Support and Visual Simulations $36,740.00 Subtotal Task 8 $36,740.00 TASK 9 — ENVIRONMENTAL DOCUMENTS AND PERMITTING 9.1 Environmental Technical Studies 9.1.1 Biological Resources Report $22,440.00 9.1.2 Cultural Resources Report $4,300.00 9.1.3 Vehicle Miles Traveled Assessment $9,920.00 9.2 Environmental Document 9.2.1 Prepare Draft CEQA Initial Study with Proposed Mitigated Negative Declaration 821,280.00 9.2.2 Public Circulation of the Draft IS/MND $6,180.00 9.2.3 Prepare Responses to Public Comments and Final Initial Study $6,900.00 9.2.4 Prepare Notice of Determination $2,300.00 9.3 Carlsbad Local Coastal Permit $12,720.00 Subtotal Task 9 $86,040.00 TASK 10 — FINAL DESIGN 10.1 60%, 90%, and 100% PS&E Submittals S218,690.00 10.2 Bridge Barrier and Railing, PS&E Submittals $59,980.00 10.3 Bridge Preventative Maintenance, PS&E Submittals $35,360.00 10.4 Structural Retaining Wall Design, Calculations, and PS&E $8,780.00 Subtotal Task 10 $322,810.00 TASK 11 — RIGHT OF WAY 11.1 Easement Acquisition Exhibit $4,040.00 Subtotal Task 11 S4,040.00 TASK 12— UTI LITY COORDINATION 12.1 Utility Coordination $27,600.00 Subtotal Task 12 $27,600.00 TASK 13— CONSTRUCTION ASSISTANCE 13.1 Bid Support $4,040.00 13.2 Construction Support $23,980.00 Subtotal Task 13 $28,020.00 TASK 14 — UTILITY PomoLING EXHIBIT Utility Potholina Exhibit _14.1 $2,020.00 Subtotal Task 14 $2,020.00 SUBTOTAL 928,252.42 ODC's 84,500.00 TOTAL $932,752.42 March 8, 2022 Item #4 Page 17 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City clf Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 14.1 CD CI C) -FR 0 C>cEFR 5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME TASK 1 — PROJECT MANAGEMENT Wood Rodgers' Project Manager will schedule a kick-off meeting for the key consultant project staff and the City of Carlsbad staff within a week of receiving the Notice to Proceed from the City. The kick-off meeting invitation will also be extended to other stakeholders whom the City deems necessary to the success of the Project. The objective of this meeting will be to review the Project Scope, establish Project communication protocol, finalize the Project schedule, identify key Project issues and goals, and compile existing data and as-builts pertaining to the Project. Project management is a continuous activity that commences with the receipt of the Notice to Proceed and continues through submittal of the fmal Project deliverables and through construction. Key elements of Wood Rodgers' project management program include regular progress reports, work progress monitoring and cost control, coordination, and communication. This scope of work includes 3 years of project management upon notice to proceed. One Project Development Team (PDT) meeting is expected per month, so 36 PDT meetings are scoped. Wood Rodgers will prepare and update the Project schedule on a monthly basis with input from key team members. The schedule will show each activity, when that activity will begin, how long it will continue, and will identify activities that are independent. The schedule will clearly differentiate between which functions will be carried out by Wood Rodgers, which by the City, and which by other involved parties. Caltrans, State Parks, and the Fire Department are stakeholders in this Project, and the City desires to include them as part of the Project Development Team. Wood Rodgers shall include these agencies in the design review and the plan review process for the Project. A coordination and status meeting (Project Development Team Meeting) will be held on a monthly basis to review Project status and budget, to obtain City input, to make informed decisions, and to discuss issues that have the potential to affect the Project budget or schedule. Wood Rodgers will prepare the meeting agendas in consultation with the City, distribute the agendas prior to the meetings, arrange for appropriate participants to attend, and distribute meeting minutes to the participants within 1 week after the meeting. In addition to the PDT meeting, Wood Rodgers' project manager and senior engineer will hold informal bi- weekly meetings with the City PM to coordinate and track action items. No meeting minutes or agendas will be required for these meetings. It is assumed that these meetings will be held biweekly for 24 months. Wood Rodgers will prepare and submit monthly progress reports to City staff. The monthly progress reports will include progress of work; an updated Project schedule; the information/ decisions that are required to maintain the schedule and complete deliverables; problems encountered that may affect schedule, budget, or work products; and anticipated work for the following month. Wood Rodgers' Project Manager is responsible for the cost controls necessary to ensure that assignments are completed within budget for production of all deliverables. Once project protocol is defined, communication will be maintained between the Project Manager, City staff, and the Project Team. The Project Manager and Lead Project Engineer will act as the main liaisons between City staff and the Wood Rodgers Project Team. Key team members will be involved in development of the Project schedule in order to assure proper coordination of all the required Tasks. The Project Team members will be available to meet with the City and/or other agency personnel to discuss technical or administrative issues in order to keep the Project on track. Quality Control/Quality Assurance The Wood Rodgers Project Team will employ quality control/quality assurance procedures that will ensure that the work products will be complete and correct for the purposes of this Project. These procedures March 8, 2022 Item 444 Page 18 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 LLI CI C3 C> -FR C3 C> E FR SOUPING RELATIONSHIPS ONE PROJECT AT A TIME include informal peer review as well as formal review by a senior engineer in order to ensure that the plans and documents comply with accepted standards, are grammatically correct, and will result in a constructible project. Wood Rodgers will endeavor to identify potential savings, risks and uncertainties related to development of this Project. If at any time during this agreement, Wood Rodgers identifies any alternative design that could result in significant savings to the City or any circumstances that could pose potential risk related to construction of this Project, the City will be notified immediately. Any alternative design recommended will be documented in writing to the City's project manager. Deliverables: a Monthly Project Development Team Meeting Agendas and Minutes for 36 months O Biweekly Informal Meetings with City PM for 24 months •Project Schedule with Monthly Updates •Status Reports •Quality Control TASK 2 — FIELD SURVEY & SURVEY BASE MAPPING Several files related to survey conducted previously for this project were sent from the City to Wood Rodgers. Amongst these files was an aerial topographic file. We plan to use this file for these phases of the project. However, topographic base survey will be needed to append the existing survey and fill in the gaps, while providing a high quality 3-D surface of the existing ground. Task 2.1 - Site Control and Right of Way Mapping CL Surveying and Mapping (CL Survey) will establish a site-wide network of horizontal/vertical control to serve as the basis for any subsequent boundary, topographic, or construction staking surveys that may be required throughout the course of the project CL Survey will reference the identical horizontal and vertical datum for all work performed by Psomas in previous survey efforts. CL Survey will conduct the field measurements and locate survey monuments necessary to re-trace the existing centerline and rights-of-ways covering the length of the project. Centerlines and right of way lines will be provided in a CAD file to the City. In addition, the Wood Rodgers team will research historical right of way relinquishment/quitclaim/easement/right of way dedication in the area and help the city to coordinate with State Parks to clean up right of way line discrepancies. Task 2.2 — Topographic Survey CL Survey will perform a field topographic survey using conventional survey method to document existing site topography and planimetrics. Substantial visible improvements will be located within the street right of way, including utilities, manholes, valve covers, utility vaults and covers, signposts, signs, trees, utility poles, traffic signal poles, cross gutters, local depressions, catch basins, driveway openings, sidewalks, corner access ramps, fire hydrants, parkway drains, etc. Visible indications of surface utilities lying within the project limits will be located, as will accurate lid/rim elevations for drainage structures present. Street cross sections will be taken at 25-foot intervals. The standard cross-sectional data will consist of right-of- way, back of sidewalk, topo of curb, flow line, lip of gutter and crown for both sides of the street. All survey data will be provided in a CAD file to the City. March 8, 2022 Item #4 Page 19 of 37 DocuSign Envelope ID: 89CFA7B2-305F-46-17-AA7E-132A20E665CB Scope of Workfor city of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 1..0 CD CI Co -FR I= FR M BUILDIND RELATIONSHIPS ONE PROJECT AT A TIME Task 2.3 — Legal Descriptions and Exhibits for Street Dedications CL Survey will prepare legal descriptions and exhibit sketches for proposed street dedications, or easement agreements. The documents will be prepared and stamped by a Professional Land Surveyor licensed in California and provided to the City for attachment to recording documentation provided by project Right of Way Consultant. For this effort, CL Survey is estimating a total of two (2) Legal Descriptions and Exhibits. Task 2.4— Record of Survey CL Survey will prepare a Record of Survey in conjunction with the Right of Way mapping and Monumentation effort. The Record of Survey will be filed with the County of San Diego in accordance with the State of California Land Surveyor's Act. CL Surveying and Mapping shall prepare, file and process said survey through the County to recordation. The purpose of the Record of survey is to monument the existing centerline within the project limits, to establish city Right of Way and to document the existing right of way between the City of Carlsbad and the adjoining State of California owned property. Task 2.5 — Miscellaneous Supplemental Survey This task is set aside for miscellaneous supplemental surveys. These supplemental surveys could include some of the following: Field or Office Project meetings, Right of Way Layout or additional monumentation, Design staking for field viewing purposes, adjacent private property surveys, video of bridge exterior and underside, etc. Task 2.6— Coordination of Right of Way with State Parks After the right of way has been surveyed, the Wood Rodgers Team will coordinate with State Parks to normalize the correct right of way. Wood Rodgers will also assist the City with preparing appropriate documents/applications to obtain an Operating and Maintenance Agreement with State Parks that allows the City to install the improvements. TASK 3 — UTILITY BASE MAPPING Task 3.1 — As-Built Request Submittals to Utility Companies Wood Rodgers will prepare draft transmittal letters to affected utility owners for City review and approval prior to transmitting "Letter A" packages to utility owners. Letters with attached plans/exhibits will be provided to each utility owner to request as-builts. A copy of the utility data obtained from utility owners will be provided to the City and the original will be filed in the project files. Information collected of existing utilities will be transferred to utility base maps in CAD. TASK 4 — GEOTECHNICAL ANALYSIS The City of Carlsbad has supplied Wood Rodgers with a previous Geotechnical Report completed by A ECOM in November of 2018. In lieu of redoing work that has already been completed, Earth Mechanics, Inc. (EMI) will perform a limited Geotechnical investigation, to ensure the needed design variables are supplied and/or confirmed. March 8, 2022 Item #4 Page 20 of 37 DocuSign Enve!ope ID: 89CFA782-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 L-L1 C:I CD CD -FR CI E FR S BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Task 4.1 — Geotechnical Field Investigation EMI will complete an encroachment permit application for the City of Carlsbad including a borehole location map and a description of the geotechnical work to be conducted. The geotechnical exploration plan will be provided to the City prior to the field investigation for review and concurrence. For this project, only hand auger borings will be performed within the shoulders of Carlsbad Boulevard and Tamarack Avenue, which will collect soil samples for pavement design. By performing these on the shoulders of the roadway, impacts to the public will be minimized during the investigation. Hollow-stem auger borings will be performed only in the event retaining walls are determined to be necessary based on the project development (see optional tasks). EMI assumes that since the borings will be performed using hand tools within the roadway, no environmental clearance will be required for this work. A field investigation schedule will be prepared by EMI to assist in the coordination of any necessary monitoring during the geotechnical investigation. Traffic control will be performed by a certified traffic control contractor following San Diego Area Regional Standard Drawings. A traffic control plan will be included with the encroachment permit application to the City. The borings will be conducted for the purpose of collecting soil samples and logging subsurface conditions. As stated above, hand tools will be used to collect soil samples from the upper 5 ft below ground surface for pavement borings. Spoils generated from the boring excavations will be contained in 55-gallon drums and temporarily stored off-site until the contents can be tested and transported to a licensed disposal facility. Boreholes will be backfilled with cement-bentonite grout or as required by the permitting agencies. AC pavement will be repaired with cold patch asphalt to a depth of 1.5 times the depth measured while performing the borings. EMI will collect bulk samples of near-surface subgrade soils to determine R-value and maximum density in the hand auger borings. Soil samples will be logged during the field investigation, secured in their containers or collected in plastic bags, and transported to the EMI laboratory. Hand auger borings will have a target depth of 5 feet. Task 4.2 — Laboratory Testing Representative soil samples from each boring will be chosen for laboratory testing. Various laboratory tests will be performed on soil samples to determine or derive their engineering characteristics. The following laboratory tests are anticipated: moisture, density, grain size distribution, expansion index, sand equivalent, Atterberg Limits, R-value, maximum density and optimum moisture content, and soil corrosivity. Task 4.3 — Geotechnical Engineering Analyses Results obtained from the field investigation and laboratory testing will be used to characterize subsurface soils and create idealized soil profiles for design purposes. A site corrosion study will be performed following current Caltrans Corrosion Guidelines (2018). Pavement structural sections will be provided in accordance with the Caltrans Highway Design Manual (2021). Foundation design and construction recommendations for any potential retaining walls will be performed following the procedures in the Caltrans Earth Retaining System Guidelines (2021). March 8, 2022 Item U4 Page 21 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad „„w ee „„ Carlsbad Boulevard and Tamarack Avenue Improvements LLI C> C) Februar-y 2022 BUILDING RELATIONSHIPS ONE PROJECT Al A TIME Task 44— Geotechnical Report Preparation EMI will prepare a Geotechnical Report that will have recommendations for structural pavement sections and corrosion recommendations. A draft report, summarizing the results of the field investigation and laboratory soil tests, presenting the geologic and geotechnical site conditions and providing geotechnical design and construction recommendations will be prepared for submittal to the City for review. EMI will address review comments and incorporate responses to comments into a final Report. Task 4.5— Geotechnical Analysis for Retaining Walls EMI will perform hollow-stem auger borings for retaining wall design. Hollow-stem auger borings will need to be performed on the paved roadway due to the need to use truck-mounted drill rigs. EMI assumes that since the borings will be performed within city roadway, no environmental clearance will be required, besides encroachment permits and traffic control. Traffic control for retaining wall borings will be performed by a certified traffic control contractor following San Diego Area Regional Standard Drawings. A traffic control plan will be included with the encroachment permit application to the City. The borings will be conducted for the purpose of collecting soil samples and logging subsurface conditions. A rubber-tire, truck-mounted drill rig equipped with hollow-stem augers will be used to advance the exploratory borings for retaining walls. Spoils generated from the boring excavations will be contained in 55-gallon drums and temporarily stored off-site until the contents can be tested and transported to a licensed disposal facility. Boreholes will be backfilled with cement-bentonite grout or as required by the permitting agencies. AC pavement will be repaired with cold patch asphalt to a depth of 1.5 times the depth measured while performing the borings. Small disturbed and relatively undisturbed soil samples will be collected using split-spoon samplers for the retaining wall borings at a vertical interval of 5 feet, alternating between the Standard Penetration Test (SPT) sampler and the Modified California Drive (MCD) sampler through alluvial soils. Soil samples will be logged during the field investigation, secured in their containers or collected in plastic bags, and transported to the EMI laboratory. Retaining wall borings will have a target depth of 25 ft. TASK 5 — ALTERNATIVES ANALYSIS Task 5.1 — Preliminary Engineering of 3 Alternatives Utilizing the survey mapping completed under the Field Survey and Survey Base Mapping task, a preliminary design of the three (3) proposed alternatives will be completed, and the necessary environmental activities initiated. Wood Rodgers will prepare each alternative design on a large strip plot. These are: 1.Four-Lane Road with Traffic Signal 2.Three-Lane Road with Traffic Signal 3.Two-Lane Road with Roundabout Each alternative will include a horizontal layout with preliminary vertical profiles as needed to support the design. If any issues are found with meeting grade requirements for any of the alternatives, this will be determined during this phase. Designs will include typical sections displaying options for placement of a guardrail or other barrier between bicyclists and pedestrians or using raised sidewalk in lieu of a guardrail. Each strip plot will display a dimensioned view of the project features. Significant issues such March 8, 2022 Item #4 Page 22 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Workfor City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 ILLI CD CI C) -ROC> FR 5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME as potential utility conflicts, grade conflicts, drainage issues, impervious surface overages, etc. will be identified at this stage. These plans will include an aerial background attached so that the stakeholders can easily identify specific areas of interest. These will be submitted to the City in draft, and any comments from the City's review will be incorporated into a final submittal. Strip plots will not include traffic handling, signs, electrical, or construction details. The drawings can be provided to the City in PDF and DWG format, and can also be printed on strip plots for use as exhibits if the team meets in person. Deliverables: -Three (3) strip plot drawings of the proposed alternatives Task 5.2 — Value Engineering — Alternatives Analysis Memo Wood Rodgers will conduct a Value Engineering meeting in which the alternatives presented in the 3 strip plots are assessed and compared. It is the goal of this meeting to attain a preferred alternative with City endorsement, which the team can then move forward into final design. Wood Rodgers will prepare a technical memorandum of the Value Engineering, which will document and compare the 3 alternatives based on constructability, cost, traffic impacts, stakeholder acceptance, and more. The technical memorandum will include the following: •Preliminary layout of the 3 proposed alternatives, including layout of the bike lane, walkway and ADA compliant facilities. •Areas allocated to be landscaped. •Potential Environmental constraints. •Preliminary Drainage evaluation. •Existing Right of Way. •New Right of Way requirements. •Potential utility conflicts, if any are known at this time. •Coordination with City of Carlsbad and other stakeholder agencies. •Preliminary construction cost opinion. •Summary of traffic analysis with Traffic Memo attached. •Summary of bridge barrier alternatives design options and selected alternative with Bridge Barrier Alternatives Memo attached. Deliverables: -One (1) meeting with the City and other stakeholders to discuss findings of the Value Engineering Analysis and establish the Preferred Alternative. -Technical Memorandum of Alternatives Analysis and the Value Engineering comparison of the 3 alternatives. This memo will document the Preferred Alternative and tie the preliminary engineering designs, Value Engineering Analysis, Mobility Analysis, and Roundabout Evaluation together, leading to stating the preferred alternative. Feedback from public outreach to be incorporated into a final version. All applicable analyses will be attached to this memo. March 8, 2022 Item #4 Page 23 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for city of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 LLJdn=ic) -FR CD Co G FR 5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Task 5.3 — Aloha); Analysis To compare the 3 alternatives and support the design of each, Wood Rodgers will prepare a mobility analysis. This analysis will evaluate vehicle, bicycle, and pedestrian modes of travel through the project. The mobility analysis will include evaluation of level of service (LOS), queuing, safety, and other relevant topics. The three currently proposed project alternatives will be evaluated and compared under baseline and future conditions. 1) General a)Review project documents, including past traffic studies. b)Traffic Engineer to attend up to three (3) meetings with the City. 2) Project Alternatives a) The following Project alternatives will be evaluated in the Mobility Analysis: i)Traffic Signal 4 Lanes ii)Traffic Signal 3 Lanes iii)Roundabout (Single Lane) 3) Project Scenarios a) The following Project scenarios will be evaluated in the Mobility Analysis: i)Existing Baseline Conditions ii)Cumulation Conditions iii)Horizon Year 2035 with General Plan Conditions b) Final future years for evaluation to be determined based on discussion with the City. 4) Existing Transportation Setting a)Description of existing roadway, transit, bicycle, and pedestrian facilities. b)New data collection, if necessary, for existing conditions weekday daily, weekday AM peak hour, weekday PM peak hour, Saturday daily, and Saturday midday peak hour, vehicular, bicycle, and pedestrian counts at the Carlsbad Boulevard and Tamarack Avenue intersection. c)Existing conditions delay, LOS, and queuing (95th percentile) for vehicular traffic using Synchro software and Highway Capacity Manual methodologies. d)Existing conditions multimodal level of service MMLOS for pedestrian and bicycle modes of travel using the City of Carlsbad MMLOS methodology. e)Summary of existing safety and collision data in the study area. Collison data provided by the City will be used and supplemented with SWITRS data as necessary. 5) Future Volume Forecasts a)Develop future year forecasts at the study intersection for Cumulative Conditions (near term) and Horizon Year 2035 with General Plan Conditions. b)Forecasts will be developed using the cumulative project data provided by the City of Carlsbad and the latest version of the SANDAG travel demand model and/or forecasts form the latest City of Carlsbad General Plan Update. 6) Alternative Vehicular LOS and Queuing a)Estimate vehicular delay, LOS, and queuing (95111 percentile) for vehicular traffic for the three project alternatives using Synchro or Sidra software and Highway Capacity Manual methodologies. b)Provide a discussion of the vehicular operations results. c)Potentially provide a high-level estimate of each alternative's effects on emissions, if desired. 7) Alternative MMLOS March 8, 2022 Item #4 Page 24 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for city of Carlsbad Carlsbad Boulevard and Tamarack Avenue improvements February 2022 WDDC) C:1 C> F2 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME a)Evaluate MMLOS for pedestrian and bicycle modes of travel for the three project alternatives using the City of Carlsbad MMLOS methodology. b)Each alternative will be scored and discussion of the results will be provided. 8)Alternative Safety Evaluation a) Evaluate alternative effects on study area safety and collision rates using either qualitative or quantitative methodologies, which could include standard Caltrans or FHWA practices. 9)Mobility Analysis Memorandum and Summary of Results a)Rank each alternative's performance for each category analyzed and compare the alternatives to help determine which would operate best when considering all modes of traffic. Benefit cost ratios could be developed using standard Caltrans methodology if desired. b)Summarize the results of all Mobility Analysis Tasks in a technical memorandum using appropriate figures, tables, and appendices. Deliverables: -Draft and Final Mobility Analysis Memo. -One (1) round of city comments. Task 5.4 — Bridge Barrier Alternatives Wood Rodgers will prepare a brief memo discussing feasible alternatives for the interior vehicular barrier, the west edge of deck pedestrian railing, and potential aesthetic enhancements for both systems. Variations in alternatives could include materials (concrete, steel, stainless steel), face (parapet, open-face or see- through, post and rail, side mount), and finish (form liners, painting/staining, bolt-on shapes). The vehicular barrier will be MASH TL-2 compliant. Summary "pros & cons" will be listed. The draft Bridge Barrier Alternatives Memo will be submitted to the City. Opinion of relative costs between variations will be provided. Upon finalizing the response and resolution of compiled comments from the City on the draft memo, recommended alternatives for the vehicular barrier, pedestrian railing, and aesthetics will be identified and carried forward into Final Design. The final Bridge Barrier Alternatives Memo with the preferred alternative will be submitted to the City. Deliverables: -Draft and Final Bridge Barrier Alternatives Memo (PDF) TASK 6 — ROUNDABOUT EVALUATION Task 6.1 Roundabout Evaluation The scope items under this task builds off of the previous effort performed for this project by Michael Wallwork, which included a preliminary conceptual roundabout design. Services to be provided, again by Michael Wallwork, will be to provide assistance to the Wood Rodgers team in the update of the roundabout design. Scope items for Michael Wallwork include: 1.Revise size of roundabout based on the Mobility Analysis, if needed. 2.Refine the roundabout design as needed and match to survey file using AutoTURN to checkdc- sign vehicle paths, and speed check using fastest paths. 3.Prepare a preliminary layout with recommended signing and markings. March 8, 2022 Item #4 Page 25 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for CiOi of Carlsbad Carlsbad Boulevard and Tamarack Avenue improvements February 2022 I=1 C. -FR 17:3 FR 5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME 4.Undertake construction plan reviews to assist with the preparation of construction plans, if roundabout alternative is selected. 5.Provide assistance in the redesign of the intersection of Carlsbad Boulevard and Tamarack Boulevard is required for placement of a roundabout. 6.Participate in virtual meetings. Deliverables: -A Memorandum that includes a summary of the analysis and comments on the roundaboutlayout -AutoCAD files with final technical memo regarding roundabout design -Construction plan reviews TASK 7— PRELIMINARY DRAINAGE AND STORIVIWATER QUALITY Task 7.1 Preliminary Drainage Memorandum Wood Rodgers will prepare a Preliminary Drainage Memorandum (PDM) for the preferred alternative once it is selected. The PDM will be consistent with the drainage standards as outlined in Chapter 5 of Volume 1 — General Design Standards of the City of Carlsbad Engineering Standards. The PDM will demonstrate capacity of proposed drainage features and will demonstrate that existing drainage patterns will be maintained. Task 7.2 — Storinwater Quality Management Plan Wood Rodgers will prepare a Stormwater Quality Management Plan (SWQMP) for the selected preferred alternative. It is assumed this project will replace impervious roadway in excess of 5,000 sf, and therefore will be considered a Priority Development Project (PDP). The project will be required to meet both pollutant control and hydromodification management requirements. Wood Rodgers plans to utilize the USEPA Green Street guidance utilizing the landscaped areas to fulfill the Green Street exemption criteria. The SWQMP will be prepared to be consistent with Volume 5 — Carlsbad BM P Design Manual (Post Construction Treatment BMPs) of the City of Carlsbad Engineering Standards and will include hydrologic and hydraulic calculations, Forms E-34, E-35, and E-36. TASK 8— PUBLIC OUTREACH SUPPORT Task 8.1 — Public Outreach Support and Visual Simulations Wood Rodgers will provide visual simulation exhibits needed for public outreach, assuming 2 exhibits per design alternative, so 6 altogether. In addition, Wood Rodgers will provide up to 3 typical sections of the bridge barrier alternatives, which can be easily understood by the public. Assumes one round of comments from the City to be incorporated. Wood Rodgers will also participate in up to two (2) Traffic and Mobility meetings and one (1) City Council meeting, in person or virtually. The Wood Rodgers team will be prepared to attend, present materials, and address questions from the City Council, various committees and commissions, and the public. Deliverables: -Attendance and assistance at 2 Traffic and Mobility meetings March 8, 2022 Item #4 Page 26 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements Februaty 2022 -Attendance and assistance at I City Council meeting -Up to six (6) Visual Simulation Exhibits -Up to three (3) Typical Sections of the bridge Lt..1 C:1 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME TASK 9 — ENVIRONMENTAL DOCUMENTS AND PERMITTING Task 9.1 — Environmental Technical Studies The Wood Rodgers team will prepare detailed environmental technical studies to analyze project impacts associated with one design alternative. Technical studies will be prepared following the Caltrans' Standard Environmental Reference (SER) format and content requirements so they can be used to support both CEQA and NEPA approvals for the project. This scope of work assumes that up to three iterations will be prepared for each technical document inclusive of City and Caltrans review and comments. Task 9.1.1 Biological Resource Report Wood Rodgers has reviewed the 2018 Biological Resources Report previously prepared for the project and will use the report as a baseline for preparing an updated Biological Resources Report (BRR) for the project using the recently updated Carlsbad Guidelines for Biological Studies. Biological surveys conducted for that report were done in 2016 and are typically considered "stale" after 2 years. Wood Rodgers will truth the conditions/habitat discussed in that report which will lead to some cost savings compared to starting a new report from scratch. Prior to conducting surveys, Wood Rodgers biologists will query California Department of Fish and Wildlife (CDFW), United States Fish and Wildlife Service (USFWS), and California Native Plant Society (CNPS) Online Databases and any other literature and database resources pertaining to biological resources in the project area. In accordance with Caltrans guidelines, an official list of threatened and endangered species known in the project vicinity will be obtained from the USFWS Information for Planning and Consultation website. Wood Rodgers biologists will conduct fieldwork to assess the presence/absence of sensitive biological resources (e.g., species or habitats), and to determine the potential for occurrence of such resources that may not be detectable when the fieldwork is conducted. For the purpose of this scope of work, sensitive biological resources would include state or federally listed species, species of concern pursuant to CDFW and CNPS listings, all HMP covered species, and narrow endemics. Field work will include focused survey efforts for each listed species with potential to occur within the project area using the most current USFWS survey protocol. For optimal results, Wood Rodgers will conduct fieldwork appropriate to the season, doing vegetation mapping (Oberbauer 2008; Holland 1986) during the growing season, plant surveys during the blooming season and protocol surveys according to USFWS/CDFW protocol during the bird breeding season to maximize our ability to detect and positively identify protected species. Preliminary literature research determined that federally and state listed wildlife or plant species have the potential to occur within the vicinity of the project area. Therefore, Wood Rodgers will prepare a BRR that will include a description of the field methods used and the results of the project assessment. The report will list plant and animal species present, along with a general description of the plant communities occurring within the project area. If any sensitive resources are found on the site, Wood Rodgers will prepare, and include a graphic displaying the location of the any onsite sensitive biological resources observed. The report also will contain tables describing sensitive species and their habitats that are present or potentially present, and it will identify and assess project impacts on the existing biological resources, including any sensitive March 8, 2022 Item #4 Page 27 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for city of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 LLI 0 0 C) C)G E F25 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME species. The BRR will also include avoidance and minimization measures designed to minimize potential impacts to sensitive biological resources. This scope of work assumes that all work associated with the bridge over the Agua Hedionda Lagoon outlet will be completed without the need for access below the bridge. The habitat around the lagoon is part of a habitat preserve and impacts to it should be avoided where feasible. Based on the information available, the Wood Rodgers team expects that focused surveys to determine the presence/absence of rare plants within the project area would be required. Thus, one rare plant survey will be conducted in the spring (April or May) and one survey during the summer (June or July) to coincide with blooming periods of potentially occurring rare plant species. The results of the survey will be documented in the BRR and HMP Consistency Report. The project is expected to fully avoid impacts to Waters of the U.S. and State occurring outside the ordinary high water mark and mean high tide limits. As part of the BRR, Wood Rodgers will map the location of these jurisdictional water features with a preliminary jurisdictional determination and will show graphically the location of project improvements as they relate to these jurisdictional boundaries. Wood Rodgers qualified biologist will coordinate with the City's Habitat Management Program Coordinator to determine necessary mitigation measures and compensatory requirements for impacts to vegetation communities, wildlife and plant species within the coastal zone pursuant the City's IIMP. The section of the BRR that addresses the project's consistency with the City's HMP will include appropriate mitigation ratios, potential project effects to wildlife movement, and any other relevant HMP requirements. Task 9.1.2 Cultural Resources Report The Wood Rodgers team has reviewed the 2018 Cultural Resources Report and incorporate the information therein where appropriate into a Caltrans format cultural technical study. Much of the work in that report dates back to 2016 so updated surveys and consultation will be prudent for the current version of the project. Wood Rodgers and subconsuftant PanGIS will prepare an Area of Potential Effects (APE) Map and a Cultural Resources Report (CRR) to document any known cultural resources in the project area and assess the potential for sub-surface archaeological sensitivity. The APE Map will incorporate the limit's of physical disturbance, appropriate buffers from the limits of disturbance, and construction staging areas, and will be reviewed and approved by the City prior to completion of the CRR. The scope assumes preparation of up to two updated site records for previously recorded sites. If additional sites are identified, they must be documented on the appropriate California Department of Parks and Recreation 523 form. In addition, cultural resources within the APE may need to be tested to assess significance. The scope and cost of such documentation, an Extended Phase I investigation would require a contract modification. In addition, it is expected that the survey will not result in the identification of any historic buildings, structures, historical landscapes, or any non-exempt or significant architectural or historical properties are within the APE. As such, it is assumed that the evaluation of built-environment historic resources will not be required. The Wood Rodgers Team will work collaboratively with the City to consult with local Native American Tribes identified by the City and the Native American Heritage Commission. Tribal consultation will be conducted pursuant to Assembly Bill 52 and the CEQA guidelines. In the event that a tribe requests consultation, Wood Rodgers and/or PanGIS will attend consultation meeting(s) with the City as required. March 8, 2022 Item #4 Page 28 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665C8 Scope of Workfor City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 LUCID ED -FR EM C) FR BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Task 9.1.3 Vehicle Miles Traveled Assessment Wood Rodgers will evaluate project alternative effects on the study area vehicle miles traveled (VMT). VMT analysis will be performed in accordance with the City of Carlsbad Vehicle Miles Traveled (VMT) Analysis Guidelines. Since the project primarily consists of intersection control improvements and lane reductions, it is anticipated that this project would likely be "screened out" from a detailed VMT analysis based on the Screening Criteria for Transportation Projects included in section 4.1 of the City of Carlsbad Vehicle Miles Traveled (VMT) Analysis Guidelines. If desired, Wood Rodgers can manually estimate effects of the Project on study area VMT due to any potential rerouting of vehicles, multimodal network improvements, etc. Manual analysis would be utilized as the changes in traffic patterns would likely be limited to the local area, and the SANDAG travel demand model likely cannot completely model the effects of a roundabout or similar intersection control improvement. Potential reductions in VMT due to the project's multimodal improvements would be estimated consistent with methodologies contained in Appendix C: Mitigation of the City of Carlsbad Vehicle Miles Traveled (VMT) Analysis Guidelines. The results of the VMT assessment will be summarized in a technical memorandum. Deliverables: -VMT Technical Memorandum Task 9.2 — Environmental Document Task 9.2.1 Prepare Draft CEQA Initial Study with Proposed Mitigated Negative Declaration Once detailed plans are prepared, staff will evaluate the project for compliance and prepare the appropriate environmental documentation and findings. This SOW assumes a Mitigated Negative Declaration (MND) will be sufficient for the project. Wood Rodgers will prepare a detailed Initial Study with appropriate exhibits, including a narrative of the background of the project and a description of supporting studies. The initial study will be prepared based on the format and contents provided by the City or in accordance with Appendix G of the 2019 CEQA Guidelines. The initial study will be as comprehensive as necessary to address the environmental issues, support the findings, and be in conformance with the normal standard of care for such documents. Based on the project description, Wood Rodgers is confident that a Mitigated Negative Declaration will be the appropriate document for this project. Wood Rodgers will utilize the Initial Study to prepare the Proposed Mitigated Negative Declaration. The Proposed Mitigated Negative Declaration will consist of the Appropriate City form, the project description, the initial study checklist, supplementary environmental studies, and the project's proposed Mitigation, Monitoring, and Reporting Program which includes all environmental avoidance, minimization, and mitigation measures that the City has committed to implement prior to, during, and after construction. March 8, 2022 Item #4 Page 29 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665C8 Scope of Workfor City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 WC3C3C) 4=41:=1C0GEFR5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Wood Rodgers will prepare and provide an administrative draft of the Initial Study with Proposed Mitigated Negative Declaration, and draft Notice of Availability for City review and comment. The draft documents will be submitted in electronic form either on a USB flash drive or via email. Upon receipt of City comments, Wood Rodgers will incorporate necessary revisions and submit a revised draft document. This scope of work assumes two rounds of screen check reviews with the City Planning Department. Task 9.2.2 Public Circulation of the Draft IS/MND After the Draft IS/MND and NOA have been approved by the City, the Wood Rodgers team will prepare the document for circulation and public review. The IS/MND has a critical objective of providing a means by which the general public and responsible agencies can participate in the environmental process by providing written comments on environmental and project issues addressed in the IS/MND. Wood Rodgers will also prepare a Notice of Completion and coordinate with the City to deliver the document to the California State Clearinghouse for distribution to other state agencies. Wood Rodgers will develop a mailing distribution list of local property owners, stakeholders, and other public agencies to receive the public notice and Wood Rodgers will produce the requisite public notices and hard copies of the document distribution to those parties. It is anticipated that the public review period will last for 30 days pursuant to CEQA guidelines. Task 9.2.3 Prepare Responses to Public Comments and Final IS/MND At the close of the public review period for the IS/MND, Wood Rodgers will compile all written public comments received during the 30-day review period and prepare a new appendix in the IS/MND to document the comments. Wood Rodgers will prepare responses to each of the comments, and if warranted update the environmental analysis in the IS/MND to be consistent with the responses provided. At the following Project Development Team (PDT) meeting, Wood Rodgers will present the public comments to the City and highlight the direction responses have been prepared. Feedback from the PDT will be incorporated into the responses and the final Comments and Responses will be provided in the Final IS/MND document in an appendix. Wood Rodgers will update the Draft IS/WIND to a final version. The Final IS/MND will include the Mitigated Negative Declaration, any changes required as a result of public or agency comments received, and a new appendix with the public comments and written responses provided. Wood Rodgers will provide the Final IS/MND for a final City review and comment. Wood Rodgers will incorporate any final comments/revision and return to the City, ultimately resulting in approval of the Mitigated Negative Declaration by the City. Task 9.2.4 Prepare Notice of Determination Subsequent to the City's approval of the Final IS/MND, Wood Rodgers will prepare a Notice of Determination (NOD) for City review and comment. Wood Rodgers will revise as appropriate and return draft of NOD to City. Once the NOD is approved by the City, Wood Rodgers will coordinate with the City to file the NOD with the County Clerk and the State Clearinghouse. This scope of work assumes that the City will pay for all CEQA filing fees. March 8, 2022 Item #4 Page 30 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 LiJ 1= ED -ROC)E I=R BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Task 9.3 — Carlsbad Local Coastal Permit The studies identified above will serve as the CEQA factual basis for submission of application for compliance with Responsible Agencies. Wood Rodgers has determined that the project would have no effects to Clean Water Act (CWA) jurisdictional waters of the U.S., Regional Water Quality Control Board waters of the state, or jurisdictional habitats of CDFW. Therefore, no CWA Section 404, CWA Section 401, or CDFW Section 1602 permits would be required as part of the project. The project does occur within the coastal zone designated by the State of California Coastal Commission (CCC), and the City. Wood Rodgers will prepare and secure the appropriate level of California Coastal Commission and City of Carlsbad coastal development approvals. According to the Carlsbad Draft Local Coastal Program Land Use Plan Update (2019), the proposed project would occur within the City's Local Coastal Permit jurisdiction. Wood Rodgers will prepare a local coastal permit in coordination with the City's Planning Department. While permits are typically scheduled to be procured during the PS&E phase of the project (so that final design calculations are adequately advanced), Wood Rodgers will facilitate early coordination with the City's Planning Department to ensure a timely permit approvals process. Wood Rodgers will conduct any necessary follow up coordination and permit reviews/revisions to ensure the City receives final permits with a reasonable timeframe. The City will be responsible for all required permit application fees and mitigation costs associated with permit conditions. TASK 10 — FINAL DESIGN Task 10.1 — 60%, 90%, and 100% PS&E Submittals Using the preferred alternative determined during the Alternatives Analysis as well as feedback received from the City and other stakeholders, Wood Rodgers will prepare the final construction documents for the proposed project. With approval of the preliminary design, a full set of plans and construction documents will be produced and submitted to the City for review. These will be the 60%, 90%, and 100% Plans, Specifications, and Estimate. The submittal package will include the following disciplines: •Title Sheet and Location Map •General Notes & Key Map •Typical Sections •Layout and Profile •Construction Details •Removals •Signing and Striping •Drainage •Utilities •Permanent Erosion Control March 8, 2022 Item #4 Page 31 of 37 DocuSign Envelope ID 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for city of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 W 1 CD CD -FR C:::3 C:::> BUILDING RELATIONSHIPS ONE PROJECT AT A TIME •Structural (see Tasks 10.2, 10.3, and 10.4) •Signal Modification Plan •Lighting Plan •Traffic Control •Landscape and Irrigation •Engineer's Cost Estimate •Technical Specifications •Structural Calculations It is anticipated that the City will provide the appropriate boilerplate specifications for inclusion into the construction contract documents. The cost estimate will include bid items, quantities, and unit costs for each item of construction. Costs will be estimated based upon recent bid openings from the City and Caltrans cost data information. Specifications will be provided in MS Word. Assumes Temporary Erosion/Water Pollution Control sheets will be included as part of the SWPPP and are therefore not included in this scope. Task 10.2 — Bridge Barrier and Railing, PS&E Submittals Using the preferred alternative determined during the Alternatives Analysis as well as feedback received from the City and other stakeholders, Wood Rodgers will prepare the final construction documents for the bridge barrier and pedestrian railing for the south-bound lanes. This scope assumes the vehicular barrier relocation and pedestrian railing replacement will result in a less than 20% increase in superstructure mass from the original superstructure mass. Per Caltran.s Memos to Designer 20-12, the project improvements will be classified as a Minor Modification Project, and the design does not require a seismic evaluation or retrofit. This scope assumes the vehicular barrier relocation will not require any structural modification of the existing box girder deck slab, e.g., slab bolsters constructed along the interior of the box girder sections. This scope assumes the pedestrian railing will be a commercially available engineered system signed and stamped by a Professional Engineer representing the manufacturer. Details and plans provided by the manufacturer will be incorporated by reference into the plans and specifications. Design of the members and connections for the railing system are not included in this scope of work. This scope assumes the pedestrian railing will not require any structural modification of the existing box girder overhang to accommodate the railing base installation. A full set of plans and construction documents will be produced and submitted to the City for review. These will be the 60%, 90%, and 100% Plans, Specifications, and Estimate. The anticipated sheets will include: •General Plan •Index and General Notes •Bridge Barrier Removal •Barrier Details March 8, 2022 Item #4 Page 32 of 37 DocuSign Envelope ID: 89CFA7B2-305F-4617-AA7E-132A20E665C13 Scope of Work for city of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 ootAriNG i;1„7,5> "-rir? L.L.10MCD •FREMC>FRS BUILDING RELATIONSHIPS ONE PROJECT AT A TIME •Pedestrian Railing Removal •Railing Details Where practical, plan sheets will be condensed with details from other bridge sheets. These plan sheets will be included with submittals related to Task 10.1. Task 10.3 — Bridge Preventative Maintenance, PS&E Submittals Using the work recommendations cited in the most current Caltrans Bridge Inspection Report, Wood Rodgers will prepare the final construction documents for the "Year 1" preventative maintenance measures. The maintenance measures will be indicated schematically on the General Plan, and the anticipated sheets will include: •Box Girder Repairs & Details •Waterproofing Limits and Details These plan sheets will be included with submittals related to Task 10.1. Task 10.4 — Structural Retaining Wall Design, Calculations, and PS&E It is assumed that a standard retaining wall will be needed for this project. This scope assumes the earth retaining system will be designed in accordance with the San Diego Regional Standard Drawings for 1 retaining wall of approximate 100-ft length on 1 plan sheet. This plan sheet will be included with submittals related to Task 10.1. TASK 11 — RIGHT OF WAY Per discussion with the City, right of way acquisition and support is excluded from this scope except for the preparation of one (1) right of way exhibit. Task 11.1 — Easement Acquisition Exhibit Wood Rodgers will prepare one (1) right of way exhibit for the State Parks land to be acquired, to be used for appraisal preparation and negotiations with the owner. TASK 12 — UTILITY COORDINATION Task 12.1 — Utility Coordination As part of our continued Utility Coordination, Wood Rodgers will send "B" Plans to companies or agencies operating utility facilities that may be impacted by the Project. "B" Plans — "B" Plans are defined as plans that are 60- to 90-percent complete. Wood Rodgers will send out the "B" Plans when the final horizontal and vertical features of the roadway are designed, when the depth of the final structural section is determined, and when the proposed and existing utilities are mapped. Wood Rodgers will prepare the draft transmittal letters to affected utility owners (Utility Verification and Notice to Owners) for the City's review and approval prior to transmitting "B" Plans to the utility owners. It is anticipated that "B" plans will be provided to each utility owner electronically. The letter will request March 8, 2022 Item #4 Page 33 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Work for City of Carlsbad Carlsbad Boulevard and Tamarack Avenue Improvements February 2022 1.0 1=1 0 Co BUILDING RELATIONSHIPS ONE PROJECT AT A TIME that utility owners verify any utility conflicts with proposed improvements, verify franchise rights, and also indicate whether they have any future utilities proposed in the area that may require accommodation through the Project area. Copies of the utility data obtained from utility owners will be provided to the City, and the originals will be kept in the project files. Wood Rodgers will identify potential conflicts with utility facilities on the "B" Plans and will perform the necessary coordination to resolve any conflicts. This may include revising the plans to avoid the conflict or requesting that the utility owner relocate their facilities. Any existing utility to be relocated shall be directed to accommodate the proposed project. Some relocations may need to be relocated during construction of the project. However, any relocations that can be done prior to construction will be directed to do so. Scope assumes utility conflicts are minor, designed by others, and no water/sewer relocations are required. TASK 13 — CONSTRUCTION ASSISTANCE Task 13.1 — Bid Support During the bid period, Wood Rodgers shall provide support to the City by answering questions and issuing clarifications as required. Bid support will also include preparation and issuance of any addendums to the Contract Documents. Task 13.2— Construction Support Wood Rodgers will provide assistance, as required, to the City of Carlsbad during construction of the Project. The work may include material submittal reviews, responses to requests for information, attending meetings, responses to Requests for Information (RFI's) with updated plans or specifications, as needed, and providing ongoing consultation as well as interpretation of construction documents. The Wood Rodgers engineers responsible for each design area (e.g., roadway design, drainage design) will be available for consultation as required. Wood Rodgers will provide the City with the following engineering support services during construction: •RFI's: Wood Rodgers will review and respond to Contractor Requests for Information (RFI). This taslc assumes up to eight (8) RFI's will be required. •Shop Drawings and Material Submittals: Per discussion with the City, shop drawings and material submittals will generally be reviewed by City staff. Wood Rodgers will provide support when City staff have questions for the designers. •Construction Meetings: Wood Rodgers will participate in construction meetings, as needed. This task assumes up to two (2) construction meetings will be required. •As-Builts: Wood Rodgers will prepare as-built documentation utilizing AutoCAD. It is assumed that the Contractor will provide Wood Rodgers with one (1) full-sized plan set with red-lined mark-ups of the as-built conditions. Wood Rodgers will update the design plans to reflect the as-built condition. TASK 14 — UTILITY POTHOLING EXHIBIT Task 14.1 — Utility Potholing Exhibit March 8, 2022 Item #4 Page 34 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB Scope of Worklim City of Carlsbad Carlsbad Boulevard and Tamarack Avenue improvements February 2022 L.L.I CJ C) -PR C>GE FR 5 BUILDING RELATIONSHIPS ONE PROJECT AT A TIME Wood Rodgers will prepare a utility pothole exhibit, to be provided to City staff based on potential utility conflicts. City staff will utilize their potholing subconsultant to perform potholing work. March 8, 2022 Item #4 Page 35 of 37 DocuSign Envelope ID: 89CFA7B2-3C5F-4617-AA7E-132A20E665CB EXHIBIT "B" LOCICIDC) 1=ROC)EF:RS SAN DIEGO FEE SCHEDULE Effective January 1, 2022 CLASSIFICATION STANDARD RATE Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* II $270 Principal Engineer/Geologist/Surveyor/Planner/GIS/LA* I $240 Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* ll $225 Senior Engineer/Geologist/Surveyor/Planner/GIS/LA* I $215 Project Engineer/Geologist/Surveyor/Planner/GIS/LA* II $205 Project Engineer/Geologist/Surveyor/Planner/GIS/LA* I $190 Engineer/Geologist/Surveyor/Planner/GIS/LA* II $180 Engineer/Geologist/Surveyor/Planner/GIS/LA* I $170 Assistant Engineer/Geologist/Surveyor/Planner/GIS/LA* $140 Designer $90 Senior CAD Technician/Graphics Designer II $170 Senior CAD Technician/Graphics Designer I $155 CAD Technician/Graphics Designer $140 Project Coordinator $150 Administrative Assistant $130 Consultants, Outside Services, Materials & Direct Charges Cost Plus 10% Overtime Work, Expert Witness Testimony and Preparation Rate Plus 50% *LA = Landscape Architect Blueprints, reproductions, and outside graphic services will be charged at vendor invoice. Auto mileage will be charged at the IRS standard rate, currently 58.5 cents per mile. March 8, 2022 Item #4 Page 36 of 37 AQUA HEDIONDA LAGOON PROJECT SITE t M VICINITY AP wir TO SOME NOT TO SCALE PROJECT SITE CIP No. 6058 Exhibit 2 LOCATION MAP PROJECT NAME CARLSBAD BLVD. AT TAMARACK AVE. PEDESTRIAN IMPROVEMENTS EXHIBIT 2 PLOTTED BB scOnavels 811201212/2247 PA TID 0:\TRADISPDRTADON DEPARTAIDITVRAFFICWALEVATTARACK-CLSB BL MIPPTDMEWITSB* Page 37 o 37