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