HomeMy WebLinkAboutChen Ryan; 2025-08-26; PSA26-3922TRANPSA26-3922TRAN
Page 1 City Attorney Approved Version 5/30/2025
AGREEMENT FOR BARRIO TRAFFIC CALMING IMPROVEMENTS SERVICES
CHEN RYAN ASSOCIATES, INC.
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of
_________________________, 2025, by and between the City of Carlsbad, California, a municipal
corporation (“City”) and Chen Ryan Associates, Inc., a California corporation(“Contractor”), dba CR
Associates.
RECITALS
A. City requires the professional services of a consultant that is experienced in civil
engineering.
B. Contractor has the necessary experience in providing professional services and advice
related to civil engineering.
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 in this
Agreement, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (“Services”) that are
defined in attached Exhibit “A”, which is incorporated by this reference in accordance with this
Agreement’s terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan
Southern California area and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year(s) from the date first above
written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year(s)
or parts of a year. 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
forty-four thousand four hundred five dollars ($44,405). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. If City elects to extend
the Agreement, the amount shall not exceed forty-five thousand dollars ($45,000) per Agreement year.
Payment terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing by the parties.
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
August
26th
PSA26-3922TRAN
Page 2 City Attorney Approved Version 5/30/2025
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”.
6. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize City’s Procore
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s)
and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the
Engineer approves otherwise, Contractor shall process all project documents through Procore because
this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not
otherwise trained with Procore, Contractor and applicable team members shall complete a free training
certification course located at http://learn.procore.com/procore-certification-subcontractor. Contractor
is responsible for obtaining Contractor’s own Procore support, as needed, either through the online
training or reaching out to the Procore support team. It will be the responsibility of Contractor to regularly
check Procore and review updated documents as they are added. There will be no cost to Contractor for
use of Procore.
It is recommended that Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, requests for information, submittals, schedules, change orders, project documents, as well
as any deficient observations or punch list items. Providing mobile access will improve communication,
efficiency, and productivity for all parties. The use of Procore for project management does not relieve
Contractor of any other requirements as may be specified in this Agreement.
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 the 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 this 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 City’s election, City may deduct the
indemnification amount from any balance owing to Contractor.
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
Page 3 City Attorney Approved Version 5/30/2025
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
City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless City and its
officers, elected and appointed officials, employees and volunteers from and against all claims, damages,
losses and expenses including attorney’s fees arising out of the performance of the work described in this
Agreement caused by any negligence, recklessness, or willful misconduct of Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under California Civil Code Section
2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully
incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and,
upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability
for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of
fault.
The parties expressly agree that any payment, attorneys fee, costs or expense City incurs or makes to or
on behalf of an injured employee under City’s self-administered workers’ compensation program is
included as a loss, expense or cost for the purposes of this section, and that this section will survive the
expiration or early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than “A-:VII”; OR with a surplus line insurer on the State of California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”;
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
Page 4 City Attorney Approved Version 5/30/2025
11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
The full limits available to the named insured shall also be available and applicable to City as an additional
insured.
11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis,
including personal and 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 City will be named as an additional insured on Commercial General Liability which shall
provide primary coverage to City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
11.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and
will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance and coverage will be available to City.
11.2.4 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
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
Page 5 City Attorney Approved Version 5/30/2025
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 four (4) 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 are:
For City: For Contractor:
Name Brandon Miles Name Roberto Ruiz-Salas
Title Project Manager Title Project Manager
Dept Public Works Address 3900 Fifth Avenue, Suite 310
CITY OF CARLSBAD San Diego, CA 92103
Address 1635 Faraday Avenue Phone 858-408-5183
Carlsbad, CA 92008 Email rruizsalas@cramobility.com
Phone 442-339-2745
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.
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
City Attorney Approved Version 5/30/2025
Page 6
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. Contractor shall report investments or
interests as required in the City of Carlsbad Conflict of Interest Code.
Yes ☐ No ☒
If yes, list the contact information below for all individuals required to file:
Name Email Phone Number
18. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
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. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
20. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination, harassment, and retaliation.
21. 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
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
City Attorney Approved Version 5/30/2025
Page 7
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.
22. TERMINATION
In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this
Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides
to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may
terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor
has five (5) business days to deliver any documents owned by City and all work in progress to City address
contained in this Agreement. City will make a determination of fact based upon the work product
delivered to City and of the percentage of work that Contractor has performed which is usable and of
worth to City in having the Agreement completed. Based upon that finding City will determine the final
payment of the Agreement.
City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor
may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed and
the compensation to be made.
23. 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.
24. 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 attorneys 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.
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
City Attorney Approved Version 5/30/2025
Page 8
25. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. 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.
26. 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.
27. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than City
and Contractor.
28. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may
be executed in counterparts.
29. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
[Signatures on the following page]
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
City Attorney Approved Version 5/30/2025
Page 9
CONTRACTOR
CITY OF CARLSBAD, a municipal corporation of
the State of California
CHEN RYAN ASSOCIATES, INC.,
a California corporation
By: By:
(sign here) PAZ GOMEZ, Deputy City Manager, Public
Works, as authorized by the City Manager
Monique J. Chen, President
(print name/title)
ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Ross Duenas, Chief Financial Officer Assistant City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups.
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
BY: _____________________________
Assistant City Attorney
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
PSA26-3922TRAN
City Attorney Approved Version 5/30/2025
Page 10
EXHIBIT A
SCOPE OF SERVICES AND FEE
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
3955 5th Avenue, Suite 310 | San Diego, CA 92103 | (619) 795-6086
www.CRAMobility.com
August 19, 2025
Brandon Miles, PE, TE, QSD
Associate Engineer
City of Carlsbad
Public Works Branch – Transportation Engineering
1635 Faraday Ave
Carlsbad, CA 92008
Re: Barrio Traffic Calming Improvements
Dear Mr. Miles,
Thank you for your consideration of this proposal prepared by Chen Ryan Associates, Inc., d.b.a. CR
Associated (CRA) to the City of Carlsbad (the “Client”) for professional engineering services related to the
revisions to the Village and Barrio Traffic Circles project in the City of Carlsbad (the “Proposed Project”).
Project Understanding
Based on feedback from the community and direction from the City council, significant changes to the
design of the Village and Barrio Traffic Circles project are needed. These changes to the overall project
impact the proposed improvements at the following segments (per Exhibit B):
- Oak Ave & Roosevelt St (not part of previous limits of work)
o Existing all way stop
o Add high visibility crosswalks
- Oak Ave & Madison St (not part of previous limits of work)
o Existing all way stop
o Add high visibility crosswalks
- Oak Ave & Jefferson St
o Remove Traffic Circle – add 4 way stop with high-visibility crosswalks
- Oak Ave & Harding St (not part of previous limits of work)
o Replace existing crosswalk with new high-visibility crosswalks and add RRFB
For crosswalks on Harding St, RRFBs for both crossings shall flash simultaneously
- Pine Ave & Madison St
o Remove Traffic Circle – add raised crosswalk with RRFB on Madison St and high-visibility
crosswalks on Pine Ave
- Pine Ave & Harding St
o No changes to traffic circle design
- Walnut Ave & Roosevelt St (not part of previous limits of work)
o Replace existing crosswalk on Roosevelt St with new high-visibility crosswalks and add
RRFB, add high-visibility crosswalks on Walnut Ave
- Walnut Ave & Madison St (not part of previous limits of work)
o Replace existing crosswalk on Madison St with new high-visibility crosswalks and add
RRFB, add high-visibility crosswalks on Walnut Ave
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Page 2 of 3
- Chestnut Ave & Roosevelt St
o Remove Traffic Circle – add raised crosswalk on Roosevelt St with RRFB and high-
visibility crosswalks on Chestnut Ave
- Chestnut Ave & Madison St
o Remove Traffic Circle – add 4 way stop with high-visibility crosswalks
- Chestnut Ave & Harding St (not part of previous limits of work)
o Add high visibility crosswalks
- Palm Ave & Harding St (not part of previous limits of work)
o Add high visibility crosswalks with RRFB on Harding St, add high-visibility crosswalk on
Palm Ave
- Magnolia Ave & Madison St
o Add 4 way stop with high-visibility crosswalks
- Magnolia Ave & Jefferson St (not part of previous limits of work)
o Add high visibility crosswalks
Scope of Services
Task 1 – Project Coordination and Management
The Consultant will provide up to 13 hours of project management and coordination.
Task 2 – Construction Plans, Specification, and Estimate (PS&E)
This scope includes updating plans, specifications, and cost estimate for the improvements as shown on
Exhibit B, this effort will include:
- Removing traffic circles not part of project and updating sheets with proposed improvements.
- Creating new sheets not part of previous bid documents
- Design of hard improvements (raised crosswalks)
- Design of signing and striping plans (including solar powered RRFBs)
- Repackaging construction documents
- Updating Cost Estimates
- Updating Technical Specifications
It is assumed that no updates will be required to the Hydrology and Hydraulics report, and that the
raised crosswalks will not change the existing drainage patterns at those intersections.
It is assumed that one “over-the-shoulder” review will be completed by the City of the design of the
raised crosswalks and RRFBs, and that only one 100% PS&E submittal will be required for this effort.
Task 2 – Deliverables:
• 100% PS&E submittal
Additional Services
Any services not specifically described in the above scope, as well as any changes in the scope the Client
requests, will be considered Additional Services and will be performed for a fee to be negotiated at the
time of the request. Prior to commencing the Additional Services, Consultant will obtain prior written
approval from the Client. Additional services we can provide include, but are not limited to, the
following:
• Preparation of technical studies not included in this scope of work
• Preparation and processing of resource agency permit applications
• Meetings with the agencies beyond the effort scoped above
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Page 3 of 3
• Payment of any agency fees
• Franchise utility design
Project Schedule
We will provide our services as expeditiously as practicable to meet the completion date of October 18th,
previously discussed.
It is assumed that CRA will begin work on September 11th.
CRA will perform these services outlined above on a time and materials basis, not to exceed the
amounts shown below.
Task 1: Project Coordination and Management $3,255.00
Task 2: Construction Plans, Specifications, and
Estimate (PS&E)
$41,650.00
Total $44,905.00
Fees will be invoiced monthly based upon hours worked and reimbursable expenses as of the invoice date.
Payment will be due within 30 days of the date of the invoice.
We appreciate the opportunity to submit this proposal.
Sincerely,
Scott Cartwright, PE
Project Manager
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
5 TA
M
A
LAGE DR
AVOCADO LN
CAMELLIA PL
REVISED OPTION
0 150 300 600 Feet
Traffic Circle
Traffic Calming Features
55
55 Crosswalk Improvement
Author: Andy Chang Document Path: J:\AC_Customers\Jon_Schauble\ProposedTrafficCircle\AttribAsst_Andy_Proposed_Traffic_Circle
Revised By: Sara Jadhav Document Path: J:\SaraJadhav_Customers\LaurenFerrell\Project\TrafficFeatures\MXD\ProposedTrafficCircle_Revised.mxd
Create Date: 9/22/2020
Revised Date:12/07/2021
Exist. 4-Way STOP with New Hi-Vis X-walks
New. 4-Way STOP with Hi-Vis X-walks
New. Traffic Circle
New Raised X-walk with RRFB
Replace Exist. X-walk with New Hi-Vis X-walk and RRFB
New Hi-Vis X-walk with RRFB
New Hi-Vis X-walk (at existing STOP sign)
EXHIBIT B
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Senior Intern /
Principal Professional Professional Analyst Admin
Task Description $310.00 $285.00 $215.00 $170.00 $115.00
Task 1 - Project Management and Coordination 0 8 4 0 1 13 $ 3,255.00 $ - 3,255.00$
Management and Coordination 8 4 1 13 3,255.00$
Task 4 - Construction PS&E 2 26 40 111 10 189 $ 36,650.00 $ 5,000.00 41,650.00$
Construction Plans 2 20 36 105 10 173 33,060.00$ 5,000.00$
Opinion of Probably Construction Cost (OPCC) and
Technical Specifications 6 4 6 16
3,590.00$
CRA
Hours CRA Cost SDG Cost Total Cost
Barrio Traffic Calming Improvements
CR Associates
CR Associates
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB
Docusign Envelope ID: C8A5A396-9D1D-4284-9092-E9F9CF8423AB