Loading...
HomeMy WebLinkAboutChen Ryan Associates Inc; 2026-03-09; PSA26-4045TRANPSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 1 AGREEMENT FOR BARRIO TRAFFIC CALMING CONSTRUCTION SUPPORT SERVICES CHEN RYAN ASSOCIATES, INC. THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of _________________________, 2026, by and between the City of Carlsbad, California, a municipal corporation (“City”) and Chen Ryan Associates, Inc., a California corporation d.b.a. CR Associates (“Contractor”). 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 from the date first above written to February 28, 2027. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods 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 twenty-eight thousand eight hundred seventy dollars ($28,870). 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. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit “A.” Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F 9th March PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 2 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 the 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 City 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. 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 Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 3 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 the City and its officers, elected and appointed 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 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. 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 Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 4 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 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. Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 5 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 Department Public Works Address 3900 Fifth Avenue, Suite 310 City of Carlsbad San Diego, CA 92103 Address 1635 Faraday Avenue Phone No. 858-408-5183 Carlsbad, CA 92008 Email rruizsalas@cramobility.com Phone No. 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: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 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. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this agreement shall continue in full force and effect. 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination, harassment, and retaliation. 22. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 7 will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. TERMINATION In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 24. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 25. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including 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 Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 8 or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 26. JURISDICTION AND VENUE 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. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 28. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than City and Contractor. 29. 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. 30. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. [signatures on following page] Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 9 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California CHEN RYAN ASSOCIATES, INC., a California corporation d.b.a CR Associates 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 Deputy / 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: E6D26943-5D11-4000-9928-B9166227D50F PSA26-4045TRAN City Attorney Approved Version 10/23/2025 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F February 19, 2026 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 – Design Support During Construction Dear Brandon Miles, CR Associates (CRA) [formerly Chen Ryan Associates, Inc.] is pleased to submit this letter proposal to the City of Carlsbad (the “Client”) to provide professional engineering services related to the Barrio Traffic Calming project in the City of Carlsbad (the “Proposed Project”). Project Understanding The City of Carlsbad has secured CPFCDS funding to improve 5 intersections in the City with: the construction of a traffic circle, improve street lighting, relocate water and sewer lines, construct curb ramps, and striping. A total of 1 traffic circle will be constructed, a raised crosswalk, 10 intersection safety treatments, 11 water lines and seven sewer lines will be relocated. The City has requested CR Associates provide construction support services. Scope of Services Task 1 – Design Support During Construction (DSDC) The CRA team will assist the City during the construction period as requested, to the extent budgeted. The CRA team will provide the following types of support services: responding to Contractor RFIs, reviewing material submittals (up to one (1) review cycle per submittal), performing site walks (up to three (3) attended by one (1) CRA staff to observe the progress of the work, and attending five (5) thirty minute construction meetings. Material and shop drawing submittal will be reviewed only for conformance with the information given in the Construction Documents. Such review and approvals or other actions will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety procedures and programs. Assumptions and Exclusions: Value engineering services are excluded. Services to address revisions to design due to contractor errors during construction and unforeseeable conditions encountered during construction are excluded. Task 2 - Project Coordination and Management CRA will perform project management and administration services consisting of invoicing (with associated back up), monitoring progress against budget, and overall quality assurance (QA). Specific quality control (QC) efforts for each deliverable document are included in the task covering that document. CRA will spend up to thirty minutes each month, up to seven months total, coordinating with City staff via email and telephone. PSA26-4045TRAN Exhibit "A" Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F C R ASSOCIATES C R Page 2 of 3 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 at our hourly rates below. Prior to commencing the Additional Services, the Consultant shall obtain prior written approval from the Client. Additional services we can provide include, but are not limited to, the following:  Revisions to Bid or Construction Documents  Record Drawings  Utility coordination  Construction surveying  Geotechnical observations  Pre and post survey monument preservation  Construction staking  QSP services Project Schedule It is anticipated that the construction period will be completed within twelve (12) months. Compensation CRA will perform the scope of services outlined above on a time and materials basis for a fee of up to $28,870. Direct expenses will be invoiced at cost. Fees will be invoiced monthly based on the effort spent. Payment will be due within 30 days of the date of the invoice. Additional services will be billed per the fee rate schedule. We appreciate the opportunity to submit this proposal. Sincerely, Ross Duenas, Principal PSA26-4045TRAN Exhibit "A" Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F C R Task Description $300.00 $280.00 $250.00 $210.00 $165.00 $160.00 $300.00 $250.00 Task 1 - Bid Support Services 0 0 6 0 0 0 6 $ 1,500 $ - $ - $ - 1,500$ Coordination Meetings 6 6 1,500$ 1,500$ Task 2 - Design Support During Construction (DSDC)0 4 18 30 10 0 62 $ 13,570 4 18 22 $ 5,700 19,270$ 2.1. Coordination With CM team 6 8 14 3,180$ 0 -$ 3,180$ 2.2. Review Submittals 4 8 12 2,680$ 2 6 8 2,100$ 4,780$ 2.3. Respond to Requests for Information (RFI)2 4 8 6 20 4,230$ 2 6 8 2,100$ 6,330$ 2.4. Prepare Design Revisions 2 4 6 4 16 3,480$ 6 6 1,500$ 4,980$ Task 3 - Project Coordination and Management 2 0 7 14 0 14 16 $ 7,530 7,530$ Project Management 2 7 7 16 3,820$ 3,820$ Project Accounting 7 14 3,710$ 3,710$ Expenses 570$ Total 2 4 31 44 10 14 84 $ 22,600 4 18 $ 28,870 Landscape Architect Partner Senior Professional 2 Senior Professional 1 Professional Analyst Admin / Accountant 2/19/2026 Total Barrio Traffic Calming - Design Support During Construction CR Associates CR Associates CRA Hours CRA Subtotal Sub Hours Sub SubtotalPrincipal Schmidt Design GroupLandscape Architect President PSA26-4045TRAN Exhibit "A" Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F C R ASSOCIATES r C R Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 11/22/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Carlos Kremer NAME: Kremer Insurance Agency Inc. il>.~g~0 Extl: 858-547-9435 I FAX (A/C No): 858-486-5440 9672 Via Excelencia, Ste. 104 ~ffcf~ss: admin@kremerins.com San Diego, CA 92126 INSURER(S) AFFORDING COVERAGE NAIClf. 0B33067 INSURER A: Truck Insurance Exchange 21709 INSURED INSURER B: Mid Century Insurance Company 21687 Chen Ryan Associates Inc. dba CR Associates INSURERC: Travelers Casualty and Surety Company 524126 3900 5th Avenue, Ste. 31 O INSURER □: San Diego, CA 92103 INSURERE : INSURERF : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCU MENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL 1:SUtoK POLICY EFF POLICY EXP LIMITS LTR •••<>n "'n,n POLICY NUMBER IMMIDDIYYYYl /MMIDD/YYYYl lX COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 ~ CLAIMS-MADE [Z] OCCUR PREt~is (E~~~~~ence) $ 75,000 [X Crime Coverage: 1,000,000 MED EXP (Any one person) $ 5,000 A X X 605878585 ~ 11/22/2025 11/22/2026 PERSONAL & ADV INJJRY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 fl POLICY. □ '.'l8i □LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER CYBER LIABILITY $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) ~ ANY AUTO BODILY INJURY (Per person) $ A X ALL OINNED ~ SCHEDULED X X 605878585 11/22/2025 11/22/2026 BODILY INJURY (Per accident) $ AUTOS AUTOS [X [X NON-Ov\NED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accidentl $ UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 10,000,000 A IX' EXCESS LIAB CLAIMS-MADE X X 606683420 11/22/2025 11/22/2026 AGGREGATE $ 10,000,000 OED I I RETENTION$ $ WORKERS COMPENSATION X I ~\%uTE I I OTH- AND EMPLOYERS" LIABILITY ER Y/N 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE □ B09463374 11/22/2025 11/22/2026 EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A X (Mandatory in NH) EL DISEASE -EA EMPLOYEE $ 1,000,000 ~~'§,~~ft-¥rt~ inl'b°PERATIONS below EL DISEASE -POLICY LIMIT $ 1,000,000 Each claim 5,000,000 C Professional Liability X X 106201541 11/22/2025 11/22/2026 Aggreggate 5,000,000 Deductible $25,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is listed as additional insured. 30 day notice of cancellation in favor of certificate holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 947 CARLOS KREMER Murrieta, CA 92564 I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA WC990631 (Ed. 6-20) We have the right to recover our pay ments from anyone lia ble for an inju ry covered by this policy. We will not en force our right against the person or organization named in the Schedule.(This agreement app lies only to the extent that you perform work under aw ritte n contract that req uires you to obtain this agreement from us.) The additional prem ium forth is endorsementshall be __ _LQ_% of the Califo rnia workers compensation prem ium otherwise due on such remuneration, subject to am inim um charge of _}l~.Q ___ . All written contracts in the state(s) of: CA This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the pollcy.) Endorsement Effective 11 /22/25 Insured CH EN RYA N ASSOCIATE S, INC. CR ASSOC IATES 3900 5THAVE STE31 0 SAN DIEGO WC 99 06 31 (Ed. 6-20) CA92 1033 138 Policy No. B0946-33 -74 Endorsement No. Insurance Company M ID-C ENTU RY INSUR AN CE COMPANY Countersigned By _____ C_~---~--------------- Includes copyright m ate rial of the Workers Compensation Insurance Ra ting Bureau of California. All rights reserved. Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICYNUMBER: 605878585 ~. FARMERS INSURANCE ADDITIONAL INSURED -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSI N ESSOWN E RS COMMON POLICY CONDITIONS 16840 2nd Edition With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name Of Additional Insured Person(s) City of Carlsbad/CMWD Or Organization(s): Location Of Covered Operation(s): Effective Date Of Endorsement: 11/22/2025 If no entry appears above, information required to complete this endorsement will be shown in the Declarations. The BUSIN ESSOWN ERS LIABILITY COVERAGE FORM is amended as follows: A. With respect to the additional insured described in Paragraph B. of this endorsement, the following exclusions are added to Paragraph 1. Applicable To Business Liability Coverage under Section B. Exclusions: This insurance does not apply to: 1. "Bodily injury" or "property damage" for which the additional insured(s) is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the additional insured(s) would have in the absence of the contract or agreement. 2. "Bodily injury" or "property damage" occurring after: a. Your ongoing operations at the location of covered operations other than service maintenance or repairs performed by you or on your behalf have been completed; or b. The portion of your ongoing operation out of which the "bodily injury" or "property damage" arises has been put to its intended use by any person or organization. But in no event shall this insurance apply to "bodily injury" or "property damage" arising out of your operations that were completed prior to the effective date of this endorsement. 3. "Bodily injury" or "property damage" arising out of any act or omission of the additional insured(s) or any of its "employees", agents or contractors other than you, except for general supervision by the additional insured(s) of your ongoing operations performed for that additional insured. 4. "Property damage" to: a. Property owned, used or occupied by or rented to the additional insured(s); b. Property in the care custody or control of the additional insured(s) or over which the additional insured(s) exercise physical control; or c. Any work including materials, parts or equipment furnished in connection with such work which is performed for the additional insured by you. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of2 J6840201 Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F B. Section C. Who Is An Insured is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only to the extent that the additional insured(s) is held liable for "bodily injury" or "property damage" caused in whole or in part by: 1. Your ongoing operations performed for such person or organization at the location designated above; 2. The acts or omissions of your subcontractors acting on "your" behalf on the scheduled project in the performance of your ongoing operations for the additional insured(s)which start and are completed within the effective period of this endorsement; or 3. The acts or omissions of such additional insured(s) in connection with its general supervision of such operations. C. With respect to this endorsement, "wrap up policy" means an Owner or Contractor Controlled Insurance Program providing one or a series of policies designed to cover a specific construction project that insures all of the persons and entities working on such project. The BUSINESSOWNERS COMMON POLICY CONDITIONS are amended as follows: A. With respect to the additional insured described in Paragraph B. of this endorsement, Section H. Other Insurance is replaced by the following: H. Other Insurance 1. Primary and Noncontributory Insurance The coverage provided to an additional insured under this endorsement shall be primary and noncontributory ONLY to any insurance issued directly to the additional insured if: a. The Named Insured agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis; b. Such written contract or written agreement referenced in a. above was executed prior to the issuance of this endorsement; c. The additional insured designated herein has a policy with an Other Insurance provision making that policy excess; and d. There is no "wrap up policy" in effect for the work performed at the location designated in the Schedule of this endorsement. 2. Excesslnsurance If there is other valid and collectable insurance available to the additional insured(s) as an additional insured under other policies covering the w ork performed at the location designated and described in the schedule of this endorsement, th is insu ranee wi 11 be excess over those policies. This endorsement is part of your policy. It supersedes and controls anything to the contrary. It is otherwise subject to all the terms of the po I icy. J6840-ED2 09-18 93-6840 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page2 of2 J6840202 Docusign Envelope ID: E6D26943-5D11-4000-9928-B9166227D50F POLICY NUMBER: 605878585 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is ind i- cated below. Endorsement Effective: Countersigned By: 11/2212025 C_fK_ Named Insured: CHEN RYAN ASSOCIATES INC. (.l\uthorized Representative) SCHEDULE Name of Person(s) or Organization(s): City of carlsbad/CMWD (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc, 1998 Page 1 of 1 0