Loading...
HomeMy WebLinkAboutChen Ryan Associates Inc; 2021-11-30; PSA22-1661CAPSA22-1661CA City Attorney Approved Version 8/2/2022 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6325 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Chen Ryan Associates, a California Corporation, dba CR Associates, ("Contractor") and the City of Carlsbad, California, ("City") dated November 30, 2021, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Roadway analysis and intersection control evaluation in accordance with the City of Carlsbad Engineering Standards, 2022 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated Dec. 14, 2022, (“proposal”), attached as Appendix "A" for the La Costa Avenue Roadway and Intersection Control Analysis, (the “Project"). The Project services shall include lane reduction analysis on La Costa Ave and intersection control evaluation at La Costa Avenue/Camino De Los Coches. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two hundred forty-eight (248) working days thereafter. Working days are defined in Part 1 General Provisions, Section 1-Terms, Definitions, Abbreviations, Units of Measure, and Symbols, page 4 section titled "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A”, attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A”. Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 December 30, 2022 PSA22-1661CA City Attorney Approved Version 8/2/2022 2 Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $51,885. TABLE 1 FEE ALLOTMENT CONDUCT LANE REDUCTION ANALYSIS ON LA COSTA AVE AND INTERSECTION CONTROL EVALUATION AT LA COSTA/CAMINO DE LOS COCHES TASK GROUP TIME & MATERIALS Project Management $2,410 La Coata Ave Roadway Segment Analysis 12,660 Intersection Control Evaluation 16,995 Conceptual Striping Layout 16,140 Traffic and Mobility Commission and City Council Meetings 3,480 Expenses 200 TOTAL (Not-to-Exceed) $51,885 CONTRACTOR Chen Ryan Associates dba CR Associates Chen Ryan Associates dba CR Associates (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Monique J. Chen, President Matthew B. Capuzzi, Assistant Treasurer (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant City Manager, as authorized by the City Manager APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ____________________________ City Attorney DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 12/30/2022 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 SCOPE OF SERVICES This project includes an intersection control evaluation at the Camino De Los Coches/La Costa Avenue intersection to evaluate the appropriate type of traffic control for this intersection. A roadway segment analysis is also included to evaluate a potential lane reduction on La Costa Avenue east of Via Montebello and conceptual striping layout design for La Costa Ave. Task 1 – Project Management This task includes project management, project meetings, invoicing, etc. The Consultant shall:  Attend one (1) kick-off meeting  Attend project coordination meetings with City staff  Prepare monthly status reports detailing progress and budget at the individual task levels  Prepare meeting minutes  Conduct other project management activities as needed to keep the project within schedule and budget Deliverables:  Meeting minutes  Monthly status report and invoice Task 2 – La Costa Avenue Roadway Lane Reduction Analysis and Preliminary Intersection Control Evaluation Analysis (ICE) The Consultant will perform a roadway and preliminary ICE analysis that evaluates lane reduction on La Costa Avenue between Via Montebello and Camino De Los Coches. The Consultant shall:  Conduct data collection to support the analysis under this task. Data collection shall include the following: o Conduct a field review during a typical weekday (Tuesday – Thursday) and a weekend day (Sunday). o Conduct daily traffic counts at up to five (5) roadway segments during a typical weekday and a weekend day. Two (2) daily traffic counts and speed surveys are included as a part of this task. o Conduct traffic counts at up to four (4) intersections during a typical weekday and weekend day. Weekday counts shall occur between 7 AM – 9 AM and 4 PM – 6 PM. . Weekend counts peak will be determined based on daily traffic counts.  Perform a peak hour segment analysis using the City of Carlsbad Service Volume Tables Report (June 2021) for existing and existing plus cumulative projects conditions for the weekday and weekend peak hours. List of cumulative projects and associated trip generation to be provided by City of Carlsbad staff.  Review collision history at the Camino De Los Coches/La Costa Avenue intersection.  Perform a preliminary ICE analysis for the Camino De Los Coches/La Costa Avenue intersection under the existing plus cumulative projects conditions. The purpose of the preliminary ICE analysis is to determine the type of intersection controls that are recommended for further evaluation in Task 3. The preliminary ICE analysis shall include up to two (2) alternatives, roundabout and signal. For each alternative the analysis shall include the following: o Signal warrants for the signal alternative o Traffic operations and queueing analysis Traffic operations analysis shall be conducted using the Synchro traffic analysis software for the signal alternative and the SIDRA intersection analysis software for the roundabout alternative. DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 Deliverables:  Draft Roadway and Preliminary ICE Analysis Memo  Final Roadway and Preliminary ICE Analysis Memo Task 3 – Intersection Control Evaluation The Consultant will perform an intersection control evaluation at the Camino De Los Coches/La Costa Avenue intersection. The Consultant shall:  Review right-of-way constrains and develop conceptual roundabout design for the Camino De Los Coches/La Costa Avenue intersection.  Update the roundabout operations analysis from Task 2 to reflect the conceptual design.  Develop cost estimates for both the signal and roundabout alternatives  Coordinate with the City to review the findings and determine the preferred alternative. Deliverables:  Draft Intersection Control Evaluation Report  Final Intersection Control Evaluation Report Task 4 – Conceptual Striping Layout for La Costa Avenue The Consultant shall:  Prepare a conceptual striping layout for La Costa Avenue between Rancho Santa Fe and Circulo Sequoia  Evaluate travel lane width reduction, widening of bike lanes with buffers and addition of green paint bike lane in conflict areas on La Costa Avenue to enhance bicycle access and safety. The layout will incorporate recommendations from Tasks 2 and 3. Deliverables:  Draft conceptual striping layout  Final conceptual striping layout Task 5 – Traffic and Mobility Commission and City Council Meetings This project will require Traffic and Mobility Commission support and may require City Council approval for the lane reduction on La Costa Ave between Via Montebello and Camino De Los Coches. The Consultant shall:  Participate in one (1) Traffic and Mobility Commission meeting  Participate in one (1) City Council meeting, if needed  Assist City staff on preparation of and presentation at these meetings DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 Carlos Sanchez Kremer SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 11/22/2022 Kremer Insurance Agency 9672 Via Excelencia San Diego CA 92126 Carlos Sanchez Kremer 858-547-9435 858-486-5440 admin@kremerins.com Chen Ryan Associates Inc. 3900 5th Ave Ste 310 San Diego CA 92103 Truck Insurance Exchange 21709 Mid Century Insurance Company 21687 Travelers Casualty and Surety Company A ✖ ✖ ✖Crime Coverage: 1,000,000 ✖ x x 605878585 11/22/2022 11/22/2023 2,000,000 75,000 5,000 2,000,000 4,000,000 2,000,000 CYBER LIABILITY 1,000,000 A ✖ ✖✖ x x 605878585 11/22/2022 11/22/2023 2,000,000 A ✖ ✖ 606683420 11/22/2022 11/22/2023 1,000,000 1,000,000 B x B09463374 11/22/2022 11/22/2023 ✖ 1,000,000 1,000,000 1,000,000 C Professional Liability 106201541 11/22/2022 11/22/2023 EACH CLAIM $2,000,000 AGGREGATE $4,000,000 DEDUCTIBLE $25,000 The City of Carlsbad is listed as additional insured. Waiver of subrogation in favor of certificate holder. Coverage is primary and non-contributory. 30 day notice of cancellation in favor of certificate holder. 10 day notice of cancellation due to non payment. RE: All Projects PO Box 947 Murrieta CA 92564 City of Carlsbad/CMWD-c/o EXIGIS Insurance Compliance DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 ACORD® I ~ I ~ □ □ ~ ~ Fl □ □ ~ ~ ~ ~ ~ ~ ~ ~ H I I I I I □ I ADDITIONAL INSURED – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE The BUSINESSOWNERS LIABILITY COVERAGE FORM is amended as follows: A.With respect to the additional insured described in Paragraph B. of this endorsement, the following exclusions are added to Paragraph 1. Applicable To Business Liability Coverage under Section B. Exclusions: This insurance does not apply to: 1.“Bodily injury” or “property damage” for which the additional insured(s) is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the additional insured(s) would have in the absence of the contract or agreement. 2.“Bodily injury” or “property damage” occurring after: a.Your ongoing operations at the location of covered operations other than service maintenance or repairs performed by you or on your behalf have been completed; or b.The portion of your ongoing operation out of which the “bodily injury” or “property damage” arises has been put to its intended use by any person or organization. But in no event shall this insurance apply to “bodily injury” or “property damage” arising out of your operations that were completed prior to the effective date of this endorsement. 3.“Bodily injury” or “property damage” arising out of any act or omission of the additional insured(s) or any of its “employees”, agents or contractors other than you, except for general supervision by the additional insured(s) of your ongoing operations performed for that additional insured. 4.“Property damage” to: a.Property owned, used or occupied by or rented to the additional insured(s); b.Property in the care custody or control of the additional insured(s) or over which the additional insured(s) exercise physical control; or c.Any work including materials, parts or equipment furnished in connection with such work which is performed for the additional insured by you. POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J6840 2nd Edition J6840-ED2 09-18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 93-6840 J6840201 Name Of Additional Insured Person(s) Or Organization(s): Location Of Covered Operation(s): Effective Date Of Endorsement: If no entry appears above, information required to complete this endorsement will be shown in the Declarations. 22 All CA Operations 605878585 City of Carlsbad/CMWD DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 ~. FARMERS INSURANCE B.Section C. Who Is An Insured is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only to the extent that the additional insured(s) is held liable for “bodily injury” or “property damage” caused in whole or in part by: 1.Your ongoing operations performed for such person or organization at the location designated above; 2.The acts or omissions of your subcontractors acting on “your” behalf on the scheduled project in the performance of your ongoing operations for the additional insured(s) which start and are completed within the effective period of this endorsement; or 3.The acts or omissions of such additional insured(s) in connection with its general supervision of such operations. C.With respect to this endorsement, “wrap up policy” means an Owner or Contractor Controlled Insurance Program providing one or a series of policies designed to cover a specific construction project that insures all of the persons and entities working on such project. The BUSINESSOWNERS COMMON POLICY CONDITIONS are amended as follows: A.With respect to the additional insured described in Paragraph B. of this endorsement, Section H. Other Insurance is replaced by the following: H. Other Insurance 1. Primary and Noncontributory Insurance The coverage provided to an additional insured under this endorsement shall be primary and noncontributory ONLY to any insurance issued directly to the additional insured if: a.The Named Insured agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis; b.Such written contract or written agreement referenced in a. above was executed prior to the issuance of this endorsement; c.The additional insured designated herein has a policy with an Other Insurance provision making that policy excess; and d.There is no “wrap up policy” in effect for the work performed at the location designated in the Schedule of this endorsement. 2. Excess Insurance If there is other valid and collectable insurance available to the additional insured(s) as an additional insured under other policies covering the work performed at the location designated and described in the schedule of this endorsement, this insurance will be excess over those policies. J6840-ED2 09-18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 93-6840 J6840202 This endorsement is part of your policy. It supersedes and controls anything to the contrary. It is otherwise subject to all the terms of the policy. DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 POLICY NUMBER:COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 †† DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORMGARAGE COVERAGE FORMMOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Countersigned By: Named Insured: (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. 11/22/2022 CHEN RYAN ASSOCIATES INC. City of Carlsbad/CMWD 605878585 DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 DocuSign Envelope ID: 4968B533-4520-444B-B80E-3A238454BBD2 DocuSign Envelope ID: D8E80986-B0AB-4D51-9C79-36B99C791677 PSA22-1661CA City Attorney Approved Version 8/2/2022 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 This second Project Task Description and Fee Allotment, is entered into on October 5, 2022 , pursuant to an Agreement between Chen Ryan Associates, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 30, 2021, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide active transportation data collection and analysisin accordance with the City of Carlsbad Engineering Standards, 2022 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated September 14, 2022, (“proposal”), attached as Appendix "A" for the Active Transportation Monitoring Program, (the “Project"). The Project services shall include Conduct active transportation counts, travel behavior surveys, install permanent bike counters, and prepare final report. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within three hundred (300) working days thereafter. Working days are defined in Part 1 General Provisions, Section 1-Terms, Definitions, Abbreviations, Units of Measure, and Symbols, page 4 section titled "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: D8E80986-B0AB-4D51-9C79-36B99C791677 PSA22-1661CA City Attorney Approved Version 8/2/2022 2 By: (sign here) By: (sign here) performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $103,769. TABLE 1 FEE ALLOTMENT ACTIVE TRANSPORTATION DATA COLLECTION AND ANALYSIS TASK GROUP TIME & MATERIALS Bike, Pedestrian and Vehicle Count Data Collection at several locations $70,414 Collect Transit Ridership, All Mode Collisions, Infrastructure Data 7,301 Data Analysis and Reporting 26,054 TOTAL (Not-to-Exceed) $103,769 CONTRACTOR Chen Ryan Associates, Inc. Chen Ryan Associates, Inc. (name of Contractor) (name of Contractor) Monique Chen, President Matthew B. Capuzzi, Assistant Treasurer (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: Scott Chadwick, City Manager APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: Assistant City Attorney Date: October 5, 2022 DocuSign Envelope ID: D8E80986-B0AB-4D51-9C79-36B99C791677 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: D8E80986-B0AB-4D51-9C79-36B99C791677 P a g e | 1 TO: Nathan Schmidt, City of Carlsbad FROM: Sherry Ryan, CR Associates DATE: 9/14/2022 RE: Year 2 - Scope and Budget for Active Transportation Monitoring Plan This memorandum outlines a proposed scope and budget to for the second year of data collection and reporting as part of the Active Transportation Monitoring Program for the City of Carlsbad. The proposed program focuses on tracking changes in travel behavior, safety, infrastructure, transit ridership and other key characteristics over time, especially in relation to the implementation of active travel infrastructure projects. This data collection and analysis program will enable tracking progress toward key goals related to mode share and VMT reduction, as well as assist in the pursuit of grant funding from various state programs. Scope of Work Task 1. Bike, Pedestrian and Vehicle Count Data Collection CR Associates will oversee the collection of 12-hour segment counts of all modes (walking, cycling and vehicle) via video using NDS at 28 locations where data collection occurred in Fall 2021. ID Segment From To 1 Jefferson St I-5 Marron Rd 2 Carlsbad Blvd @State Street Roundabout - 3 Carlsbad Village Dr Carlsbad Blvd Harding St 4 Carlsbad Blvd Carlsbad Village Dr Tamarack Ave 5 Coastal Rail Trail Oak Ave Tamarack Ave 6 Tamarack Ave Pio Pico Dr Valley St 7 El Camino Real Chestnut Ave Tamarack Ave 8 Kelly Dr El Camino Real Hillside Dr 9 Cannon Rd El Camino Real College Blvd 10 Cannon Rd Carlsbad Blvd El Arbol Dr 11 Carlsbad Blvd Cannon Rd Palomar Airport Rd 12 Avenida Encinas Cannon Rd Palomar Airport Rd 13 Palomar Airport Rd Carlsbad Blvd Avenida Encinas 14 College Blvd Faraday Ave Palomar Airport Rd 15 El Camino Real Faraday Ave Palomar Airport Rd 16 Poinsettia Ln Cassia Rd El Camino Real 17 Poinsettia Ln Carlsbad Blvd Avenida Encinas 18 Carlsbad Blvd Ponto Dr Avenida Encinas