HomeMy WebLinkAboutChen Ryan Associates Inc; 2018-11-28; PSA19-591CAPSA19-591CA
City Attorney Approved Version 8/2/2022 1
RATIFICATION OF PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3
This Ratification of the third Project Task Description and Fee Allotment, is entered into as of the
_______ day of ________________________________ 2022, but effective as of the 2nd day of January 2022, pursuant to an Agreement between Chen Ryan Associates, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference.
1.CONTRACTOR'S OBLIGATIONS
Contractor shall provide final revisions to the Active Transportation Monitoring Program
and supporting presentations to the Traffic and Mobility Commission and City Council in
accordance with the proposal dated November 20, 2020 attached as Appendix "A" for the
Active Transportation Monitoring Program, (the “Project"). The Project services shall
include revisions to the plan document and preparation of presentation materials and
attendance at public meetings.
2.PROGRESS AND COMPLETION
Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City
Manager or Director and a Purchase Order from the City’s Purchasing Department,
constitutes notification to proceed to the Contractor. Contractor began working on January
2, 2022 and will completed the work on March 31, 2022. Working days are defined in
section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction
(Green Book). In no event shall Contractor work beyond the term or authorized
compensation of the Agreement, as amended by this Project Task Description and Fee
Allotment.
3.FEES TO BE PAID TO THE CONTRACTOR
Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein.
Fees shall be paid on the basis of time and materials for each task group shown in Table
1.Progress payments shall be based on work days. Appendix "A", attached, prepared by
Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A".
Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate
Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $20,757.50.
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
October18th
PSA19-591CA
City Attorney Approved Version 8/2/2022 2
TABLE 1 FEE ALLOTMENT
TASK GROUP TIME & MATERIALS
Staff labor to finalize plan document $20,757.50
TOTAL (Not-to-Exceed) $20,757.50
CONTRACTOR
Chen Ryan Associates, Inc. Chen Ryan Associates, Inc.
(name of Contractor) (name of Contractor)
By: By:
(sign here)
Monique J. Chen, President
(sign here)
Matthew B. Capuzzi, Assistant Treasurer
(print name/title) (print name/title)
If Contractor is a corporation, this document must be signed by one individual from each column:
Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.
CITY OF CARLSBAD, a municipal corporation of the State of California
By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works as authorized by the City Manager
APPROVED AS TO FORM:
CINDIE K. McMAHON, City Attorney
BY: ____________________________
Assistant City Attorney
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
10/18/2022
Page 1 of 3
TASK 5 - DATA ANALYSIS AND
REPORTING
14,648.00 43.08 4,810.00 6,310.00 8,338.00 1,500.00
TASK 4 - COLLECT TRANSIT
RIDERSHIP, VEHICLE COUNTS,
COLLISION ANALYSIS, ETC.
8,280.00 91.49 7,575.50 7,575.50 704.50 0.00
TASK 3 - ANALYZE SANDAG TRAVEL
SURVEY DATA
13,604.00 18.16 2,470.00 2,470.00 11,134.00 0.00
TASK 2 - IMPLEMENT MULTIMODAL
TRANSPORTATION COUNTS
44,822.00 101.63 45,551.25 45,551.25 -729.25 0.00
TASK 1 - DEVELOP A MULTIMODAL
TRANSPORTATION DATA
COLLECTION PLAN
9,364.00 98.31 9,205.50 9,205.50 158.50 0.00
Total 90,718.00 78.39 69,612.25 71,112.25 19,605.75 1,500.00
Invoice Summary
Description
Contract
Amount
Percent
Complete
Prior
Billed
Total
Billed Remaining
Current
Billed
3900 Fifth Avenue, Ste. 310
San Diego, CA 92103
Professional Services Rendered Through January 29th, 2022
City of Carlsbad
Nathan Schmidt
1635 Faraday Ave
Carlsbad, CA 92008
Invoice number 2022.3971
Date 02/17/2022
Project 2021.0287.03 Carlsbad AT Monitoring
Amount: $1,500
Account # 0018610-7490 PO#: P139825
Manager Approval:
_4/13/22________
PSA19-591CA
Appendix "A"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 02/17/2022
Invoice number 2022.3971City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 2 of 3
Ana C. Garate 12.00 125.00 1,500.00
Transportation Planner
Hours Rate
Billed
Amount
Professional Fees
Task 5 - Data Analysis and Reporting
Invoice total 1,500.00
2022.3971 02/17/2022 1,500.00 1,500.00
Total 1,500.00 1,500.00 0.00 0.00 0.00 0.00
Aging Summary
Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120
PSA19-591CA
Appendix "A"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 02/17/2022
Invoice number 2022.3971City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 3 of 3
Gen: Engineering 01/10/2022 4.00 125.00 500.00
Gen: Engineering 01/04/2022 2.00 125.00 250.00
Gen: Engineering 01/14/2022 2.00 125.00 250.00
Gen: Engineering 01/17/2022 1.00 125.00 125.00
Gen: Engineering 01/20/2022 3.00 125.00 375.00
Subtotal 12.00 1,500.00
Ana C. Garate
Transportation Planner
Labor total 12.00 1,500.00
Labor WIP Status: Billable
Billing Cutoff: 01/29/2022
Date Units Rate Amount
Contract Billed %Remaining %
Labor 14,648.00 6,310.00 43 8,338.00 57
Total 14,648.00 6,310.00 43 8,338.00 57
Phase Summary
Task 5 - Data Analysis and Reporting Phase Status: Active
Invoice Summary
Contract Billed %Remaining %
Labor 90,718.00 26,672.25 29 64,045.75 71
Expense
Consultant 44,440.00 -44,440.00
Total 90,718.00 71,112.25 78 19,605.75 22
2021.0287.03 Carlsbad AT Monitoring
Invoice Supporting Detail
PSA19-591CA
Appendix "A"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Page 1 of 5
TASK 5 - DATA ANALYSIS AND REPORTING 14,648.00 92.85 6,310.00 13,600.00 1,048.00 7,290.00
TASK 4 - COLLECT TRANSIT RIDERSHIP, VEHICLE COUNTS, COLLISION ANALYSIS, ETC.
8,280.00 91.49 7,575.50 7,575.50 704.50 0.00
TASK 3 - ANALYZE SANDAG TRAVEL SURVEY DATA 13,604.00 65.20 2,470.00 8,870.00 4,734.00 6,400.00
TASK 2 - IMPLEMENT MULTIMODAL TRANSPORTATION COUNTS 44,822.00 101.63 45,551.25 45,551.25 -729.25 0.00
TASK 1 - DEVELOP A MULTIMODAL TRANSPORTATION DATA COLLECTION PLAN
9,364.00 98.76 9,205.50 9,248.00 116.00 42.50
Total 90,718.00 93.53 71,112.25 84,844.75 5,873.25 13,732.50
Invoice Summary
Description
ContractAmount PercentComplete PriorBilled TotalBilled Remaining
CurrentBilled
3900 Fifth Avenue, Ste. 310
San Diego, CA 92103
Professional Services Rendered Through February 26th, 2022
City of Carlsbad
Nathan Schmidt
1635 Faraday Ave
Carlsbad, CA 92008
Invoice number 2022.4058
Date 03/24/2022
Project 2021.0287.03 Carlsbad AT Monitoring
Amount: $13,732.50
Account # 0018610-7490
PO#: P139825
Manager Approval:
_4/13/22___________
PSA19-591CA
Appendix "B"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 03/24/2022
Invoice number 2022.4058City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 2 of 5
Sherry Ryan 8.00 290.00 2,320.00
Senior Transportation Planner
Katja Dillmann 10.50 140.00 1,470.00
Ana C. Garate 28.00 125.00 3,500.00
Transportation Planner
Hours Rate BilledAmount
Professional Fees
Phase subtotal 7,290.00
Task 5 - Data Analysis and Reporting
Sherry Ryan 10.00 290.00 2,900.00
Senior Transportation Planner
Ana C. Garate 28.00 125.00 3,500.00
Transportation Planner
Hours Rate BilledAmount
Professional Fees
Phase subtotal 6,400.00
Task 3 - Analyze SANDAG Travel Survey Data
Mary I. Vitale 0.50 85.00 42.50
Administration
Hours Rate BilledAmount
Professional Fees
Task 1 - Develop a Multimodal Transportation Data Collection Plan
Invoice total 13,732.50
2022.3971 02/17/2022 1,500.00 1,500.00
2022.4058 03/24/2022 13,732.50 13,732.50
Total 15,232.50 13,732.50 1,500.00 0.00 0.00 0.00
Aging Summary
Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120
PSA19-591CA
Appendix "B"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 03/24/2022
Invoice number 2022.4058City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 3 of 5
Gen: Engineering 02/08/2022 3.00 290.00 870.00
Gen: Engineering 02/09/2022 2.00 290.00 580.00
Gen: Engineering 02/16/2022 5.00 290.00 1,450.00
Subtotal 10.00 2,900.00
Sherry Ryan
Senior Transportation Planner
Gen: Engineering 02/10/2022 4.00 125.00 500.00
Gen: Engineering 02/09/2022 9.00 125.00 1,125.00
Gen: Engineering 02/08/2022 6.00 125.00 750.00
Gen: Engineering 02/02/2022 3.00 125.00 375.00
Gen: Engineering 02/07/2022 6.00 125.00 750.00
Subtotal 28.00 3,500.00
Ana C. Garate
Transportation Planner
Labor total 38.00 6,400.00
Labor WIP Status: Billable
Date Units Rate Amount
Billing Cutoff: 02/26/2022
Task 3 - Analyze SANDAG Travel Survey Data Phase Status: Active
Gen: Engineering 02/17/2022 0.50 85.00 42.50
Subtotal 0.50 42.50
Mary I. Vitale
Administration
Labor total 0.50 42.50
Labor WIP Status: Billable
Date Units Rate Amount
Billing Cutoff: 02/26/2022
Contract Billed %Remaining %
Labor 9,364.00 9,248.00 99 116.00 1
Total 9,364.00 9,248.00 99 116.00 1
Phase Summary
Task 1 - Develop a Multimodal Transportation Data Collection Plan Phase Status: Active
2021.0287.03 Carlsbad AT Monitoring
Invoice Supporting Detail
PSA19-591CA
Appendix "B"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 03/24/2022
Invoice number 2022.4058City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 4 of 5
Gen: Engineering 02/24/2022 8.00 290.00 2,320.00
Subtotal 8.00 2,320.00
Sherry Ryan
Senior Transportation Planner
Gen: Engineering 02/23/2022 3.00 140.00 420.00
Gen: Engineering 02/22/2022 3.50 140.00 490.00
Gen: Engineering 02/10/2022 3.50 140.00 490.00
Gen: Engineering 02/07/2022 0.50 140.00 70.00
Subtotal 10.50 1,470.00
Katja Dillmann
Gen: Engineering 02/25/2022 7.00 125.00 875.00
Gen: Engineering 02/22/2022 5.50 125.00 687.50
Gen: Engineering 02/23/2022 7.50 125.00 937.50
Gen: Engineering 02/17/2022 0.50 125.00 62.50
Gen: Engineering 02/14/2022 2.00 125.00 250.00
Gen: Engineering 02/21/2022 5.50 125.00 687.50
Subtotal 28.00 3,500.00
Ana C. Garate
Transportation Planner
Labor total 46.50 7,290.00
Labor WIP Status: Billable
Date Units Rate Amount
Billing Cutoff: 02/26/2022
Contract Billed %Remaining %
Labor 14,648.00 13,600.00 93 1,048.00 7
Total 14,648.00 13,600.00 93 1,048.00 7
Phase Summary
Task 5 - Data Analysis and Reporting Phase Status: Active
Contract Billed %Remaining %
Labor 13,604.00 8,870.00 65 4,734.00 35
Total 13,604.00 8,870.00 65 4,734.00 35
Phase Summary
2021.0287.03 Carlsbad AT Monitoring
Invoice Supporting Detail
PSA19-591CA
Appendix "B"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 03/24/2022
Invoice number 2022.4058City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 5 of 5
Invoice Summary
Contract Billed %Remaining %
Labor 90,718.00 40,404.75 45 50,313.25 55
Expense
Consultant 44,440.00 -44,440.00
Total 90,718.00 84,844.75 94 5,873.25 6
Invoice Supporting Detail
PSA19-591CA
Appendix "B"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Page 1 of 4
Task 5 - Data Analysis and Reporting 14,648.00 98.39 13,600.00 14,412.50 235.50 812.50
Task 4 - Collect Transit Ridership,
Vehicle Counts, Collision Analysis, etc.
8,280.00 91.49 7,575.50 7,575.50 704.50 0.00
Task 3 - Analyze SANDAG Travel
Survey Data
13,604.00 99.84 8,870.00 13,582.50 21.50 4,712.50
Task 2 - Implement Multimodal
Transportation Counts
44,822.00 101.63 45,551.25 45,551.25 -729.25 0.00
Task 1 - Develop a Multimodal
Transportation Data Collection Plan
9,364.00 98.76 9,248.00 9,248.00 116.00 0.00
Total 90,718.00 99.62 84,844.75 90,369.75 348.25 5,525.00
Invoice Summary
Description
Contract
Amount
Percent
Complete
Prior
Billed
Total
Billed Remaining
Current
Billed
3900 Fifth Avenue, Ste. 310
San Diego, CA 92103
Professional Services Rendered Through April 2nd, 2022
City of Carlsbad
Nathan Schmidt
1635 Faraday Ave
Carlsbad, CA 92008
Invoice number 2022.4180
Date 05/10/2022
Project 2021.0287.03 Carlsbad AT Monitoring
Amount: $5,525.00
Account # 0018610-7490 PO#: P139825
Manager Approval:
_9/12/22________
PSA19-591CA
Appendix "C"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 05/10/2022
Invoice number 2022.4180City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 2 of 4
Ana C. Garate 6.50 125.00 812.50
Transportation Planner
Hours Rate
Billed
Amount
Professional Fees
Task 5 - Data Analysis and Reporting
Sherry Ryan 16.25 290.00 4,712.50
Senior Transportation Planner
Hours Rate
Billed
Amount
Professional Fees
Task 3 - Analyze SANDAG Travel Survey Data
Invoice total 5,525.00
2022.3971 02/17/2022 1,500.00 1,500.00
2022.4058 03/24/2022 13,732.50 13,732.50
2022.4180 05/10/2022 5,525.00 5,525.00
Total 20,757.50 5,525.00 13,732.50 1,500.00 0.00 0.00
Aging Summary
Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120
PSA19-591CA
Appendix "C"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 05/10/2022
Invoice number 2022.4180City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 3 of 4
Gen: Engineering 02/28/2022 6.50 125.00 812.50
Subtotal 6.50 812.50
Ana C. Garate
Transportation Planner
Labor total 6.50 812.50
Labor WIP Status: Billable
Date Units Rate Amount
Billing Cutoff: 04/02/2022
Contract Billed %Remaining %
Labor 14,648.00 14,412.50 98 235.50 2
Total 14,648.00 14,412.50 98 235.50 2
Phase Summary
Task 5 - Data Analysis and Reporting Phase Status: Work Hold
Gen: Engineering 03/22/2022 4.00 290.00 1,160.00
Gen: Engineering 03/02/2022 0.25 290.00 72.50
Gen: Engineering 03/01/2022 4.00 290.00 1,160.00
Gen: Engineering 03/09/2022 4.00 290.00 1,160.00
Gen: Engineering 02/28/2022 4.00 290.00 1,160.00
Subtotal 16.25 4,712.50
Sherry Ryan
Senior Transportation Planner
Labor total 16.25 4,712.50
Labor WIP Status: Billable
Date Units Rate Amount
Billing Cutoff: 04/02/2022
Contract Billed %Remaining %
Labor 13,604.00 13,582.50 100 21.50 0
Total 13,604.00 13,582.50 100 21.50 0
Phase Summary
Task 3 - Analyze SANDAG Travel Survey Data Phase Status: Work Hold
2021.0287.03 Carlsbad AT Monitoring
Invoice Supporting Detail
PSA19-591CA
Appendix "C"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
Date 05/10/2022
Invoice number 2022.4180City of Carlsbad
2021.0287.03 Carlsbad AT MonitoringProject
Page 4 of 4
Invoice Summary
Contract Billed %Remaining %
Labor 90,718.00 45,929.75 51 44,788.25 49
Expense
Consultant 44,440.00 -44,440.00
Total 90,718.00 90,369.75 100 348.25 0
Invoice Supporting Detail
PSA19-591CA
Appendix "C"
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
DocuSign Envelope ID: 8E9C5293-0EFA-43BA-BC25-BC285E42F860
PSA19-591CA
City Attorney Approved Version 1/30/13
1
AMENDMENT NO. 1 TO AMEND, EXTEND AND FUND THE MASTER AGREEMENT FOR TRANSPORTATION PLANNING SERVICES CHEN RYAN ASSOCIATES, INC. This Amendment No. 1 is entered into and effective as of the _______ day of ___________________________, 2021, extending the agreement dated November 28, 2018 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"), and Chen Ryan Associates, Inc., (“Contractor") a California corporation, (collectively, the “Parties”) for Transportation Planning Services. RECITALS
A. The Parties desire to extend the Agreement for a period of one (1) year, ending on November 29, 2022.
B. The Parties desire to amend and fund the Agreement to allow the rollover of unused funds from the first three-year term of the Agreement to pay for future services to be
rendered through expiration of the amendment, ending on November 29, 2022. NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year, ending on November 29, 2022. 2. The Agreement is hereby amended to allow unused funds from the first three-year term of the Agreement to rollover and pay for services to be rendered through expiration of the amendment, ending November 29, 2022. 3. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this
Amendment. ///
///
/// /// ///
/// ///
DocuSign Envelope ID: 66D0D3C3-9D5E-4D2F-A937-112E8F7FF15C
30th
August
PSA19-591CA
City Attorney Approved Version 1/30/13
2
5. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. CONTRACTOR, CHEN RYAN ASSOCIATES, INC., a California corporation
CITY OF CARLSBAD, a municipal corporation of the State of California
By: By:
(sign here) Scott Chadwick, City Manager Monique J. Chen, President (print name/title)
By: ATTEST:
(sign here)
For Faviola Medina, City Clerk
Services Manager Sherry Ryan, 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, President, or Vice-President
Secretary, Assistant Secretary, CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: _____________________________ Assistant City Attorney
DocuSign Envelope ID: 66D0D3C3-9D5E-4D2F-A937-112E8F7FF15C
DocuSign Envelope ID: DAB17472-8CF3-4058-A85D-0C58A7A597AF
PSA19-591CA
City Attorney Approved Version 7/19/17 1
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4
This fourth Project Task Description and Fee Allotment, is entered into on
July 13, 2021 , pursuant to an Agreement between Chen Ryan Associates, Inc., ("Contractor") a California corporation, and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide Parking Data Collection and Analysis in accordance with the Village and Barrio Master Plan and the Carlsbad Village, Barrio, and Beach Area Parking Study. The Project services shall include: parking inventory, parking demand counts, analysis and preparation of a final report.
2. PROGRESS AND COMPLETION
Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin within ten (10)
working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred and fifty (150) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment.
3. FEES TO BE PAID TO THE CONTRACTOR
Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those
defined in Appendix "A".
Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $48,660.
DocuSign Envelope ID: DAB17472-8CF3-4058-A85D-0C58A7A597AF
PSA19-591CA
City Attorney Approved Version 7/19/17 2
By:
(sign here)
By:
(sign here)
TABLE 1 FEE ALLOTMENT
2021 Carlsbad Parking Study
TASK GROUP TIME & MATERIALS
Task 1- Parking Inventory (July 2021) $12,280
Task 2 - Parking Demand (July 2021) $14,280
Task 3 - Parking Analysis (August-September 2021) $22,100
TOTAL (Not-to-Exceed) $48,660
CONTRACTOR
Chen Ryan Associates, Inc. Chen Ryan Associates, Inc.
(name of Contractor) (name of Contractor)
Monique J. Chen, President Sherry Ryan, Secretary
(print name/title) (print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California
By: _ Geoff Patnoe, Assistant City Manager,
as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Assistant City Attorney
Date:
7/13/2021
DocuSign Envelope ID: DAB17472-8CF3-4058-A85D-0C58A7A597AF
1
Appendix “A”
2021 Carlsbad Parking Study
Scope of Work
Task 1 - Parking Inventory (July 2021)
This task will document the Village and Barrio Area’s supply of public on‐street and off‐street parking including NCTD’s parking and business parking lots. This process will identify areas where parking supply has been removed to accommodate outdoor dining. Chen Ryan Associates (CRA) will coordinate with City staff to establish the parking study area and conduct field reviews to verify the accuracy of the 2019 parking supply data. CRA will also coordinate with City staff to confirm any near-term changes to the parking inventory.
All parking inventory data will be input into a GIS database, including relevant information such as public/private ownership, time restriction, stall type, and parking rates (if applicable for parking lots). This database will be made available to the City and can be provided as an online map.
Task 2 - Parking Demand (July 2021)
Under this task, parking demand will be collected for three time periods for one weekday and
one Saturday:
• 6 AM – 9 AM: This represents the morning peak, where most residents are still at home and business are still closed. This will also capture the early morning beach users.
• 10 AM – 1 PM: This represents the lunch time parking demand where business patrons and beach users compete for parking spaces.
• 6 PM – 9 PM: This represent the dinner time parking demand, as well as a time when most residents are home, all of which compete for the same parking spaces.
Parking occupancy in all the on-street and off-street parking facilities within the study area will
be collected using Automatic License Plate Recognition (ALPR) technology.
Parking turnover was not assessed in the previous report, however, should CRA identify areas
with high parking demand during multiple observation periods, our team can use the ALPR
license plate data collected to assess parking turnover in those areas to determine if curb side management measures such as short-term parking striping are needed.
Task 3 - Parking Analysis (August-September 2021)
Data to be collected within the study area will be aggregated by each block face and parking lot/structure and used to create displays of occupancy by time periods, as well as average and peak occupancy conditions. The resultant data will subsequently be analyzed by the CRA
team.
CRA will utilize its innovative Destination-Based Occupancy analysis method, which the company pioneered for analyzing parking in dense commercial and urban settings. This
approach was developed to improve the conceptualization of parking supply and availability to each site (which is difficult when the parking supply is distributed into many small, scattered supplies, typically on-street). Under this approach, CRA will develop a GIS dataset of all
walking links within the study area so that accurate network distances can be modeled within the each of the parking Credit Districts.
In addition to analyzing current conditions, CRA will assess changes over time using the historic parking data provided by the City. This analysis will facilitate identifying trends over time and
DocuSign Envelope ID: DAB17472-8CF3-4058-A85D-0C58A7A597AF
shifts in parking behavior. Depending on the format and comprehensiveness of the historic data, we may also be able to incorporate it in the Destination-Based Occupancy assessment.
Based on our findings, CRA will identify locations within the study area where parking demand is at or near capacity and provide parking management recommendations for those areas. A parking structure pro forma will be completed to determine if a parking structure is financially feasible. CRA will also identify the effect of curb cafes and sidewalks on parking capacity/public access.
Table 1: “Fee Allotment” – Carlsbad Parking Study
Principal Senior
Professional/QC
Analyst Intern
Hours
Per
Task
Labor Cost
Direct
Cost
Cost Classifications
Hourly Rates $210.00 $185.00 $120.00 $75.00
Task Description
Task 1 - Parking Inventory
(July 2021) 8 20 20 60 108 $12,280.00 $ 12,280.00
Task 2 - Parking Demand (July 2021) 8 20 20 80 128 $13,780.00 $500.00 $ 14,280.00
Task 3 - Parking Analysis (August-September 2021) 10 40 80 40 170 $22,100.00 $ 22,100.00
Total $48,160.00 $ 48,660.00
DocuSign Envelope ID: DAB17472-8CF3-4058-A85D-0C58A7A597AF
City Attorney Approved Version 6/12/18
PSA19-591CA
MASTER AGREEMENT FOR TRANSPORTATION PLANNING SERVICES
CHEN RYAN ASSOCIATES, INC.
THIS AGREEMENT is made and entered into as of the day of
---1-->od4-,,,A.J,-----"'-<-.!...!-"-"19C::.::.. =; • 2018, by and between the municipal corporation, "City"), and Chen Ryan Associates, Inc., hereinafter referred to as "Contractor."
City of Carlsbad, a
a California corporation,
RECITALS
A. The City requires the professional services of a consulting firm that is experienced in transportation planning.
B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and
advice related to transportation planning. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ) No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows:
1. SCOPE OF WORK The 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.
Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below).
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 December 1, 2018, through November 30, 2021. The City Manager may amend the Agreement to extend it for one
(1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement.
4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by
the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action.