Loading...
HomeMy WebLinkAboutChen Ryan Associates Inc; 2021-02-22; PSA21-1383TRAN PSA21-1383TRAN City Attorney Approved Version 1/30/13 1 AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR LOCAL ROADWAY SAFETY PLAN SERVICES CHEN RYAN ASSOCIATES, INC. This Amendment No. 1 is entered into and effective as of the _______ day of ___________________________, 2022, extending the agreement dated February 22, 2021 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"), and Chen Ryan Associates, Inc., a California corporation (“Contractor") (collectively, the “Parties”) for the Local Roadway Safety Plan services. RECITALS A. The Parties desire to extend the Agreement for a period of one (1) year. 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 February 21, 2023. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 85C721BD-3B48-4578-BE0E-32D40A1A2930 February 2nd PSA21-1383TRAN City Attorney Approved Version 1/30/13 2 4. 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) Geoff Patnoe, Assistant City Manager Monique J. Chen, President (print name/title) ATTEST: By: (sign here) for Faviola Medina, City Clerk Services Manager Matthew B. Cappuzi, Assistant Treasurer (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: _____________________________ Deputy City Attorney DocuSign Envelope ID: 85C721BD-3B48-4578-BE0E-32D40A1A2930 PSA21-1383TRAN City Attorney Approved Version 6/12/18 1 AGREEMENT FOR LOCAL ROADWAY SAFETY PLAN SERVICES CHEN RYAN ASSOCIATES, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2021, by and between the City of Carlsbad, a municipal corporation, ("City"), and Chen Ryan Associates, Inc., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in studies and reports. B. Contractor has the necessary experience in providing professional services and advice related to studies and reports. C. Contractor has submitted a proposal to City under Request for Proposals No. RFP21-1303TRAN and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed seventy one thousand nine hundred eighty-nine dollars ($71,989). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D February 22nd PSA21-1383TRAN City Attorney Approved Version 6/12/18 2 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. 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. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and 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 DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 3 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. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 4 the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The 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. For City For Contractor Name Miriam Jim Name Monique Chen Title Senior Engineer Title Project Manager Department Public Works Address 3900 Fifth Ave., Suite 310 City of Carlsbad San Diego, CA 92103 Address 1635 Faraday Ave. Phone No. 619-318-4664 Carlsbad, CA 92008 Email mchen@chenryanmobility.com Phone No. 760-268-4796 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: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 5 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes ☒ No ☐ 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 6 performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement 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. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 7 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California CHEN RYAN ASSOCIATES, INC., a California corporation By: By: (sign here) Geoff Patnoe, Assistant City Manager as authorized by the City Manager Monique J. Chen, President (print name/title) ATTEST: By: (sign here) for Barbara Engleson, City Clerk 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, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D PSA21-1383TRAN City Attorney Approved Version 6/12/18 8 Exhibit A Scope of Services DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/7 ASSOCIATES Project Approach Project Understanding The objective of the City of Carlsbad LRSP is to identify projects which will reduce collisions and fatalities, enhance traffic safety, and ensure continued eligibility for Highway Safety Improvement Program (HSIP) funds. To achieve these ends necessitates a proactive systemic safety approach which not only responds to locations with known safety problems but also identifies the environments and infrastructure profiles, known as “systemic hotspots” where collisions could occur based on collision history. In a recent five-year period (2014-2018) there were 3,050 collisions on Carlsbad roadways, about 1,700 collisions (57%) resulted in injury. Bicyclists or pedestrians were involved in much fewer of the traffic collisions (a combined 11% of all traffic collisions), though those modes were significantly more vulnerable to injury: 97% of collisions involving bicyclists or pedestrians during that time resulted in injury, compared to 52% when collisions involved motorists only. The rate of severe injury or death when pedestrians (19%) or bicyclists (10%) were involved in traffic collisions were also significantly higher than when collisions were motorists only (3%). Many injury collisions were concentrated along major roadways within the City and within the Village. Speeding violations were the most common cause of injury collisions, over one-third of all traffic collisions were attributed to speeding violations. Speed-related injury collisions were especially prevalent on El Camino Real, Palomar Airport Road, and Olivenhain Road/Rancho Santa Fe Road, where speeding was the cause of 40% of the collisions on those roadways or more. Approximately 16% of injury collisions Citywide were for traffic signal or sign violations. Turning movement violations were next most common violations with nearly 10%. There were 21 collisions resulting in fatality in the City between 2014 and 2018, including eight fatal collisions which involved pedestrians and two which involved cyclists. Notably, seven of the fatal collisions occurred on Carlsbad Boulevard, with three involving pedestrians and one with a cyclist. Several of the fatal collisions on Carlsbad Boulevard were caused by turning movement violations. Much of Carlsbad Boulevard is a high-speed thoroughfare and its proximity to the coast and beaches also attracts a large volume of pedestrian and bicycling activity, in addition to visiting motorists. Near Tamarack State Beach, the posted speed is 30 mph. User activated RRFB crosswalks, which require motorists to yield pedestrians are spaced every other block (about every 600’) within this area close to the beach entrances. About one-quarter of all bicycling collisions in the City also occurred on Carlsbad Boulevard. The Village area of Carlsbad, which includes Carlsbad Village Drive and parallel Grand Avenue is a potential hotspot environment for pedestrian safety. Pedestrian activity is the highest in the City within the Village. Nearly every intersection of Carlsbad Village Drive is signalized, though most northbound and southbound left turns are not protected at these intersections, leaving pedestrians vulnerable when crossing the west and east legs of the street. There were a combined 10 collisions on Carlsbad Village Drive and Grand Avenue within the Village at signals, most occurred where a turning motorist was at fault for failing to yield to the pedestrian when crossing. ! !! !! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!!!!! !! Collision Density High Low Roadway CIP Projects! DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/8 ASSOCIATES These observations are only a starting discussion point for our complete technical approach which will account for many other sources of variability in the roadway environment contributing to systemic safety problems and our approach will also closely examine roadways with established traffic safety problems. Technical Approach The technical approach was shaped with the intention of identifying safety issues facing all road users and delivering a product consistent with Caltrans’ LRSP guidelines. Systemic analyses are particularly well suited for cities where collisions are distributed across a large area, whereas individual spot and corridor analyses are preferable for areas where concentrations are prevalent. The two approaches are complimentary, and both are applicable to the City of Carlsbad – which has a sizable network of classified roadways and has corridors with high collision concentrations as well. Thus, we propose the following analyses which includes the elements of both approaches: 1. Descriptive Statistical Analysis – An analysis of collision records and attributed data will be conducted for a preliminary identification of trends among crash types, collision causes, violation codes, time of day, modes, etc. This step will inform the subsequent analyses. 2. Intersection/Segment Analysis – Intersections and segments will be evaluated by collision frequency and severe/ fatal injury frequency. Collision rates will be calculated for higher frequency intersections and segments, where available data exists. For the highest-ranking locations, collisions will be studied in further detail, analyzing movements preceding collision, crash type and level of injury severity to clearly depict site specific behaviors and aid in the future selection of countermeasures. 3. Systemic Matrix Analysis – Collision matrices will be developed to better understand the relationship between specific collision types/causes and the roadway environments and infrastructure present at the locations where they are occurring. This approach identifies the environments and infrastructure profiles where collisions occur disproportionately and addresses safety risks at those locations prior to collisions occurring. The outputs of our three technical analyses will be made accessible to the client through our Traffic Safety Assessment & Countermeasure Dashboard – an innovative web-based application which Chen Ryan designed and uses in projects to assist clients with visualizing systemic safety issues and aid in the process of identifying countermeasures. The application integrates traffic collision data, roadway characteristics and infrastructure, and countermeasure information (including crash reduction effectiveness and cost) into an interactive viewer which allows users to filter and query by various collision attributes, examine hotspot collision profile environments and prioritize where to implement countermeasures. The application helps the client and other users be more engaged in the LRSP process by allowing them to generate and curate quantitative information to assist with countermeasure selection according to various preferences. DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/9 ASSOCIATES Scope of Work Task 1 Project Management and Visioning A. PROJECT KICK-OFF MEETING Within one week of the NTP, Chen Ryan will organize a project kick-off meeting with City staff. We will review the scope of work and discuss major deliverables. Stakeholders will be identified. Communication protocols, progress reporting, invoicing, and key milestones will be discussed. Chen Ryan will provide a data request memo to be discussed during the kick-off meeting. The meeting will also be an opportunity to begin discussing a vision statement for the LRSP, which will also be a topic with stakeholders under Task 2. A kick-off meeting agenda and a meeting summary identifying key decisions and action items will be provided. Deliverables: Data Request Memo, Meeting Agenda, Meeting Summary B. PROJECT TEAM MEETINGS Five (5) project team meetings (virtual or in-person) are anticipated over the course of the project. These meetings will be scheduled to coincide with key decision points for project deliverables and to coordinate in advance of stakeholder outreach meetings. In addition to these regularly scheduled meetings, Chen Ryan will maintain an open line of communication and schedule supplementary status calls with the Project Manager, as needed. Chen Ryan will prepare meeting agendas and submit meeting summaries. Deliverables: Five Project Team Meetings, Meeting Agendas, Meeting Summaries C. PUBLIC HEARINGS Chen Ryan will assist City staff with presenting at up to three (3) public hearings over the course of the project. The initial presentation is anticipated to consist of presenting the final vision statement and LRSP approach to the Traffic and Mobility Commission. An additional presentation to the Traffic and Mobility Commission will serve to discuss the draft LRSP and to solicit feedback and comments, followed by the project approval hearing with City Council. Chen Ryan will prepare all presentation materials and participate at the level desired by City staff. Deliverables: Three (3) Public Hearing Presentations and Materials D. MONTHLY INVOICES & PROGRESS REPORTS Chen Ryan will prepare and submit monthly invoices consistent with the City of Carlsbad’s contracting standards and the LRSP grant requirements. This may include accompanying progress reports, documenting the progress completed during the respective invoicing period. Deliverable: Monthly Invoices Task 2 Stakeholder Coordination Stakeholder involvement is critical to the success of an LRSP, as many entities may be involved in implementing recommendations. Chen Ryan will work with the City to identify appropriate internal and external members to comprise the Stakeholder Working Group. This may include representatives from the City’s Public Works, Transportation, Police, and Fire Departments, Carlsbad Unified School District, and North County Transit District. To ensure that the final LRSP is an actionable plan, Chen Ryan will work with the City and each entity to include representatives that are decision makers and those anticipated to play a role in implementing the LRSP recommendations. Stakeholder engagement and participation will be greatly enhanced with Chen Ryan’s Traffic Safety Assessment & Countermeasure Dashboard. With City permission, dashboard access will be shared with stakeholders, enabling them to play more involved roles at each project phase. The Dashboard will also be used as a tool during the meetings to conduct real time filtering and querying of collision records and the attributed data. Up to four (4) stakeholder meetings will be held over the course of the project: • Meeting 1 – Provide stakeholders with information DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/10 ASSOCIATES on the purpose and components of the LRSP and establish a vision statement. High-level initial analysis findings will be shared. Participants will be asked to identify topics or locations they would like to see addressed. • Meeting 2 – Review the key safety analysis findings and build consensus on safety topics/locations to address. Establish goals and objectives. A sample of engineering, enforcement, emergency response, and educational strategies that may be employed will be discussed. • Meeting 3 – Discuss the proposed draft safety measures and the potential role stakeholders may have in implementing. Establish prioritization criteria. • Meeting 4 – Review the final safety measures and the prioritized projects, ranked using the metrics established at the previous meeting. Review the LRSP final document outline. With City staff permission, the Draft LRSP document will be shared with stakeholders for their review and comment prior to finalizing. Chen Ryan will prepare meeting agendas, all meeting materials, and meeting summaries. Deliverables: Four (4) Meeting Agendas, Presentations, and Summaries, Draft and Final Vision Statement, Draft and Final Goals and Objectives Task 3 City-wide Roadway Safety Analysis A. INITIAL DATA PROCESSING The most recent five-years of multimodal collision records will be obtained from the City’s Crossroads database. This data will be compared and combined with any additional injury records from the Statewide Integrated Traffic Records System (SWITRS). The records will be reviewed to ensure accurate geocoding, producing a final GIS shapefile for analysis. Roadway characteristic information at the location of each record will be collected from available existing geocoded databases and recent aerial imagery (Near Map and Google Earth). The roadway characteristics will then be attributed to each collision record. Examples of characteristics to be collected may include traffic control presence/type, crosswalk presence/type, number of travel lanes, median presence/type, traffic volumes, and posted speed limits. Collisions will also be categorized as occurring within the intersection or the midblock, which will assist in identifying high frequency collision locations, determining the safety issues, as well as countermeasures. This critical step will lay the groundwork for the subsequent analyses describe in Tasks 3b – d. Deliverable: Collision Database with Roadway Characteristics Attributed (GIS Shapefile) B. DESCRIPTIVE STATISTICS ANALYSIS A descriptive statistical review of the collision records will be conducted to identify, and flag key findings related to the attributed data. Examples of data topics to be covered may include collision type, collision cause, roadway location, type of intersection control, pedestrian/bicycle action, driver movements, time of day, and violation codes. This information will be summarized in a memo complete with tables, charts, and maps, and will contribute to the systemic collision matrix structure development later described under Task 3d. Deliverables: Draft and Final Descriptive Statistics Analysis Memo Screenshot of Chen Ryan’s Traffic Safety Assessment & Countermeasure Dashboard depicting injury severity, crash types, violation codes and some of the available filter options. DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/11 ASSOCIATES C. INTERSECTION & SEGMENT COLLISION ANALYSIS Intersections and segments experiencing the greatest collision frequency will be identified for a more in-depth analysis. This is anticipated to consist of up to ten (10) locations. Detailed graphics with recent aerial imagery will be created for each of these locations, depicting each individual record’s crash type and level of injury severity, helping to display a clear picture of study area issues. Additional emphasis will be placed on identifying locations with higher frequencies of severe/fatal injuries, and those with greater pedestrian and bicycle collisions. Depending on the availability of recent Average Daily Traffic (ADT) counts and intersection turning movement data, collision rates may be calculated at the high frequency locations to further understand the magnitude of the collision history. Additionally, a general overview of all crash activities at intersections and roadway segments throughout the City will be included. A heatmap of the collisions within the City will be provided. The analysis methodology, results and accompanying graphics will be documented in a memo and will be used to inform the development of countermeasures under Task 4. Deliverables: Draft and Final Intersection & Segment Analysis Memo Traffic Safety Assessment & Countermeasure Dashboard screenshot depicting intersection collision hotspots and available intersection filters, such as control type, number of approach lanes, and travel modes involved. DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/12 ASSOCIATES D. SYSTEMIC COLLISION MATRIX A systemic collision matrix set will be developed as a supplemental tool to understand and visualize study area trends and patterns. The matrix will provide for a truly systemic analysis. Matrices will be developed for both intersection and segment collisions, resulting in the identification of citywide trends amongst each environment. This task will involve identifying variables to represent the crash types or behaviors contributing to the collisions (matrix rows) and the roadway characteristics where they occur (matrix columns), which will be informed by the descriptive statistics analysis previously described. The matrix rows and columns define the crash profiles and establish the framework for identifying systemic issues and improvements. The matrix development process and findings will be documented in a memo which will be used to inform the development of countermeasures under Task 4. Deliverable: Systemic Collision Matrix Task 4 Safety Measure Development and Implementation Plan A. SAFETY MEASURE DEVELOPMENT Chen Ryan’s team of traffic engineers, civil engineers, and transportation planners will work together to propose countermeasures for the high frequency collision intersections and segments identified through Task 3c. Additionally, a safety toolbox of systemic countermeasures will be developed using the findings from Task 3d and direction from project stakeholders. The countermeasures will incorporate the “E’s” of safety consisting of engineering / infrastructure, enforcement, emergency services, and education through programmatic recommendations. Infrastructure countermeasures will draw from the Caltrans Local Roadway Safety Manual and other acceptable sources, while programmatic recommendations will be developed through discussions with stakeholders that will play a role in implementation. Traffic Safety Assessment & Countermeasure Dashboard screenshot depicting countermeasures applicable to pedestrian and bicycle collisions occurring at a signalized intersection. Upon selecting the Pedestrian Countdown Signals countermeasure (S17PB) and locations, the dashboard pools the collision quantities and severities and countermeasure unit costs to calculate an initial Benefit/Cost ratio estimate, as shown at the bottom of the image. DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/13 ASSOCIATES The Traffic Safety Assessment & Countermeasure Dashboard is instrumental in bridging the gap between the analysis findings and countermeasure selection. The tool will provide an initial benefit/ cost ratio, informing the project team each countermeasure’s potential competitiveness for grant pursuits. This will greatly expedite countermeasure selection and prioritization processes. The recommended infrastructure and programmatic recommendations will be summarized in a memo. Once infrastructure recommendations have been finalized, they will be grouped together as viable safety projects and compiled into a single database. The database will include project locations, relevant collision records & severity, cost estimates, resulting benefit / cost ratios, and other inputs deemed important to prioritization by the City and project stakeholders. The result will be a prioritized list of safety infrastructure projects. Deliverables: Draft and Final Countermeasure Memo, Draft and Final Prioritized List of Improvements B. IMPLEMENTATION PLAN Chen Ryan will create an implementation plan which identifies strategies and approaches for implementing the roadway safety measures and monitoring effectiveness. The plan will identify data to track and collect, enabling the City to better understand which countermeasures are most effective in Carlsbad. The implementation plan will include potential funding sources, as well as programs internal to the City of Carlsbad, such as street resurfacing. Additionally, instructions on the steps required to update the LRSP with new collision data will be provided. Deliverables: Draft and Final Implementation Plan Task 5 Local Roadway Safety Plan Report Preparation A. DRAFT REPORT A draft LRSP outline and format will be discussed and agreed upon prior to initiating report composition. Chen Ryan will then prepare a draft of the LRSP consistent with the Caltrans Guidelines and applicable requirements. The LRSP will leverage guidance from the Caltrans Local Safety Roadway Manual and HSIP Guidelines in anticipation of future grant funding pursuits. The components from the previous tasks will be compiled into a succinct Local Roadway Safety Plan that documents the project lifecycle, outlining the project vision statement, goals and objectives, methodology, analysis findings, and prioritized recommendations. The evaluation and implementation framework will also be included, identifying relevant next steps to move the identified safety emphasis areas forward and improve traffic safety in the City of Carlsbad. The First Draft LRSP will be submitted to the City for review and revised accordingly. The Second Draft LRSP will be presented to the Traffic and Mobility Commission for additional feedback and comments. Deliverables: Outline, Five (5) Hard Copies of the First Draft LRSP, Second Draft LRSP B. FINAL REPORT Following receipt of comments from the Project Team and Traffic and Mobility Commission on the Second Draft LRSP, Chen Ryan Associates will compile and finalize the LRSP report. Chen Ryan Associates will assist the City in presenting the final LRSP at City Council or at one other formal meeting. All electronic files and data developed in support of the LRSP will be submitted with five copies of the Final LRSP report. Deliverables: Five (5) Hard Copies of the Final LRSP, Electronic Files and Data DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D Project Schedule ID Task Name Duration Start Finish Predecessors 1 Task 1: Project Management/Administration 261 days Fri 1/1/21 Fri 12/31/21 2 1a) Project Kick‐Off Meeting 5 days Mon 1/11/21 Fri 1/15/21 3 1b) Project Team Meetings 255 days Mon 1/11/21 Fri 12/31/21 4 1c) Monthly Invoices & Progress Reports 261 days Fri 1/1/21 Fri 12/31/21 5 1d) Public Hearings 201 days Mon 3/1/21 Mon 12/6/21 9 Task 2: Stakeholder Coordination 115 days Mon 2/22/21 Fri 7/30/21 10 Meeting 1 5 days Mon 2/22/21 Fri 2/26/21 11 Meeting 2 5 days Mon 3/22/21 Fri 3/26/21 12 Meeting 3 5 days Mon 5/17/21 Fri 5/21/21 13 Meeting 4 5 days Mon 7/26/21 Fri 7/30/21 14 Task 3: Analyze Safety Data 55 days Mon 1/18/21 Fri 4/2/21 15 3a) Initial Data Processing 10 days Mon 1/18/21 Fri 1/29/21 16 3b) Descriptive Statistics Analysis 40 days Mon 2/1/21 Fri 3/26/21 15 17 Draft Submittal 15 days Mon 2/1/21 Fri 2/19/21 18 City Review 15 days Mon 2/22/21 Fri 3/12/21 19 Final Submittal 1 day Fri 3/26/21 Fri 3/26/21 20 3c) Intersection & Segment Analysis 45 days Mon 2/1/21 Fri 4/2/21 15 21 Draft Submittal 25 days Mon 2/1/21 Fri 3/5/21 22 City Review 10 days Mon 3/8/21 Fri 3/19/21 23 Final Submittal 1 day Fri 4/2/21 Fri 4/2/21 24 3d) Systemic Collision Matrix 30 days Mon 2/22/21 Fri 4/2/21 17 25 Draft Submittal 10 days Mon 2/22/21 Fri 3/5/21 26 City Review 10 days Mon 3/8/21 Fri 3/19/21 27 Final Submittal 1 day Fri 4/2/21 Fri 4/2/21 28 Task 4: Safety Measure Development and Implementation Plan 95 days?Mon 4/5/21 Fri 8/13/21 29 4a) Safety Measure Development 60 days Mon 4/5/21 Fri 6/25/21 20 30 Draft Submittal 30 days Mon 4/5/21 Fri 5/14/21 31 City Review 15 days Mon 5/17/21 Fri 6/4/21 32 Final Submittal 1 day Fri 6/25/21 Fri 6/25/21 33 4b) Implementation Plan 35 days?Mon 6/28/21 Fri 8/13/21 29 34 Draft Subittal 15 days Mon 6/28/21 Fri 7/16/21 35 City Review 10 days Mon 7/19/21 Fri 7/30/21 36 Final Submittal 1 day Fri 8/13/21 Fri 8/13/21 37 Task 5: Local Roadway Safety Plan Report Preparation 70 days Mon 8/16/21 Fri 11/19/21 38 5a) Draft Report 55 days Mon 8/16/21 Fri 10/29/21 33 39 Draft Submittal 20 days Mon 8/16/21 Fri 9/10/21 40 City Review 15 days Mon 9/13/21 Fri 10/1/21 41 Revised Draft Submittal 1 day Fri 10/15/21 Fri 10/15/21 42 City Review 10 days Mon 10/18/21 Fri 10/29/21 43 5b) Final Report 15 days Mon 11/1/21 Fri 11/19/21 44 Prepare Final Report 15 days Mon 11/1/21 Fri 11/19/21 45 Final Submittal 1 day Fri 11/19/21 Fri 11/19/21 3/26 4/2 4/2 6/25 8/13 10/15 11/19 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec JanQtr 1, 2021 Qtr 2, 2021 Qtr 3, 2021 Qtr 4, 2021 Qtr 1, 2022 City of CarlsbadLRSP Page 1 DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D LOCAL ROAD SAFETY PLAN PROPOSAL p/15 ASSOCIATES Hours & Fee TASK Project Manager - PrincipalSenior Civil EngineerSenior Transportation PlannerSenior Transportation PlannerSenior Traffic EngineerAnalystAdmin1. Project Management and Visioning 14 3 15 ---12 1a) Project Kick-Off Meeting 2 1 3 ---- 1b) Project Team Meetings 6 2 3 ---- 1c) Public Hearings 6 -9 ---- 1d) Monthly Invoices & Progress Reports ------12 2. Stakeholder Coordination 12 3 20 ---- 3. City-Wide Roadway Safety Analysis 8 4 62 32 -42 - 3a) Initial Data Processing --4 12 -24 - 3b) Descriptive Statistics Analysis 2 -24 8 -8 - 3c) Intersection & Segment Collision Analysis 4 2 26 12 -10 - 3d) Systemic Collision Matrix 2 2 8 ---- 4. Safety Measure Development & Implementation Plan 8 24 40 40 16 32 - 4a) Safety Measure Development 6 16 24 16 16 16 - 4b) Implementation Plan 2 8 16 24 -16 - 5. Local Roadway Safety Plan Report Preparation 16 6 56 12 -20 - 5a) Draft Report (2 Rounds)12 4 40 12 -12 - 5b) Final Report 4 2 16 --8 - TOTAL 58 40 193 84 16 94 12 DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D M. Chen R. Duenas A. Prescott S. Jovanovic P. Nguyen TASK NO.TASK DESCRIPTION Project Manager - PrincipalSenior Civil EngineerSenior Transportation PlannerSenior Transportation Planner / GIS SpecialistSenior Traffic EngineerAnalystAdminTotal Cost $248.38 $203.64 $135.76 $132.68 $151.19 $92.57 $80.22 1 Project Management and Visioning 13 3 14 0 0 0 12 $6,703.25 1a)Project Kick-Off Meeting 2 1 3 $1,107.69 1b)Project Team Meetings 5 2 2 $1,920.72 1c)Public Hearings 6 9 $2,712.15 1d)Monthly Invoices & Progress Reports 12 $962.68 2 Stakeholder Coordination 12 3 20 0 0 0 0 $6,306.76 3 City-Wide Roadway Safety Analysis 8 4 52 34 0 58 0 $19,741.03 3a)Initial Data Processing 4 12 24 $4,356.73 3b)Descriptive Statistics Analysis 2 16 8 24 $5,951.93 3c)Intersection & Segment Collision Analysis 4 2 24 14 10 $7,442.23 3d)Systemic Collision Matrix 2 2 8 $1,990.15 4 Safety Measure Development and Implementation Plan 8 24 40 40 16 32 0 $22,993.15 4a)Safety Measure Development 6 16 24 16 16 16 $14,029.77 4b)Implementation Plan 2 8 16 24 16 $8,963.38 5 Local Roadway Safety Plan Report Preparation 16 6 56 12 0 20 0 $16,242.07 5a)Draft Report (2 Rounds)12 4 40 12 12 $11,928.54 5b)Final Report 4 2 16 8 $4,313.53 57 40 182 86 16 110 12 $71,986.26 City of Carlsbad Local Road Safety Plan Chen Ryan Associates Cost Proposal TOTAL DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D Note: Mark-ups are Not Allowed Subconsultant 2nd Tier Subconsultant Project No. RFP21-1303TRAN Contract No.Date: 12/2/2020 DIRECT LABOR Name Hours Actual Hourly Rate Total Monique Chen, PE 57.00 80.50$ 4,588.50$ Ross Duenas, PE 40.00 66.00$ 2,640.00$ Andrew Prescott, AICP 182.00 44.00$ 8,008.00$ Sasha Jovanovic, AICP 86.00 43.00$ 3,698.00$ Phuong Nguyen 16.00 49.00$ 784.00$ Various 110.00 30.00$ 3,300.00$ Various 12.00 26.00$ 312.00$ LABOR COSTS 23,330.50$ -$ 23,330.50$ INDIRECT COSTS 22,688.91$ f) Overhead (Rate: 83.25%)19,422.64$ h) General and Administrative (Rate: 0.00%)-$ 42,111.55$ FIXED FEE 6,544.21$ Quantity Unit Unit Cost Total $ $ $ $ $ $ $ $ $ $ -$ -$ -$ -$ -$ -$ -$ 71,986.26$ NOTES: Principal & Project Manager* g) Overhead [(c) x (f)] Analyst Support / Administrative EXHIBIT 10-H1 COST PROPOSAL ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS Classificaion/Title Senior Transportation Planner* (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Prime Consultant Consultant Chen Ryan Associates, Inc. Subconsultant 4: Senior Civil Engineer* i) Gen & Admin [(c) x (h)] j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10% a) Subtotal Direct Labor Costs b) Anticipated Salary Increases (see page 2 for calculation) c) TOTAL DIRECT LABOR COSTS [(a) + (b)] d) Fringe Benefits (Rate: 97.25%)e) Total Fringe Benefits [(c) x (d)] Subconsultant 1: N/A Subconsultant 2: 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary) Description of Item Mileage Costs Equipment Rental and Supplies Permit Fees Plan Sheets Subconsultant 3: Senior Transportation Planner/GIS Specialist* Senior Traffic Engineer* 3. Anticipated salary increases calculation (page 2) must accompany. m) TOTAL SUBCONSULTANT COSTS n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l) + (m)] TOTAL COST [(c) + (j) + (k) + (n)] 1. Key personnel must be martked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. Test l) TOTAL OTHER DIRECT COSTS m) SUBCONSULTANTS' COSTS (Add additional pages if necessary) DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D EXHIBIT 10-H 1 COST PROPOSAL Page 2 of 3 COST-PLUS-FIXED FEE OR LUMP SUM OR FIRM FIXED PRICE CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 1.Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Direct Labor Total Hours per Avg 5Year Subtotal per Cost Cost Proposal Hourly Contract Proposal Rate Duration = $250,000.00 500 $50.00 Year 1 Avg Hourly Rate 2.Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation%) Avg Hourly Rate Proposed Escalation Year 1 $50.00 +2%= $51.00 Year 2 Avg Hourly Rate Year 2 $51.00 +2%= $52.02 Year 3 Avg Hourly Rate Year 3 $52.02 +2%= $53.06 Year 4 Avg Hourly Rate Year 4 $53.06 +2%= $54.12 Year 5 Avg Hourly Rate 3.Calculate estimated hours per year (Multiply estimate% each year by total hours) Estimated % Completed Total Hours per Cost Total Hours per Each Year Proposal Year Year 1 20.0% 5000 = 1000 Estimated Hours Year 1 Year 2 400% 5000 = 2000 Estimated Hours Year 2 Year 3 15.0% 5000 = 750 Estimated Hours Year 3 Year 4 15.0% 5000 = 750 Estimated Hours Year 4 Years 100% 5000 = 500 Estimated Hours Year 5 Total 100% Total = 5000 4.Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Avg Hourly Rate Estimated hours Cost per (calculated above) (calculated above) Year Year 1 $50.00 1000 $50,000.00 Estimated Hours Year 1 = Year 2 $51.00 2000 $102,000.00 Estimated Hours Year 2 = Year 3 $52.02 750 $39,015.00 Estimated Hours Year 3 = Year 4 $53.06 750 $39,795.30 Estimated Hours Year 4 = Years $54.12 500 = $27,060.80 Estimated Hours Year 5 Total Direct Labor Cost with Escalation $257,871.10 = Direct Labor Subtotal before Escalation = $250,000.00 Estimated total of Direct Labor Salary Transfer to Page 1 = Increase $7,871.10 NOTES: 1.This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the %increase, the# of years of the contract, and a breakdown of the labor to be performed each year. 2.An estimation that is based on direct labor multiplied by salary increase % multiplied by the# of years is notacceptable.(i e. $250,000 x 2% x 5 yrs= $25,000 is not an acceptable methodology)3.This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.4.Calculations for anticipated salary escalation must be provided. RFP21-1303TRAN - Exhibit "C" DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D _ EXHIBIT 10-H 1 COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal{s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1.Generally Accepted Accounting Principles {GAAP) 2.Terms and conditions of the contract 3.Title 23 United States Code Section 112 -Letting of Contracts 4.48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 -Procurement, Management, andAdministration of Engineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board {whenapplicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncom pliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate{s). Prime Consultant or Subconsultant Certifying: Name: ______________ _ Title*: Signature: ____ _ _ ____ __ ____ _ Date of Certification {mm/dd/yyyy): _ Email: ______ ______ __ _ Phone Number: Address: ________________________________ _ *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who hasauthority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providinq under the proposed contract: RFP21-1303TRAN - Exhibit "C" Monique Chen, PE Principal 12/02/2020 mchen@chenryanmobility.com 619-318-4664 3900 Fifth Avenue, Suite 310, San Diego, CA 92103 Civil Engineering, Traffic Engineering, and Transportation Planning Consulting Services DocuSign Envelope ID: F08F60B2-8547-4985-BC2C-4C563D0C8C2D