Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RJC Architects Inc; 2018-11-28; PSA19-545CA
PSA19-545CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 FARADAY OFFICE SPACE PLANNING, PROJECT NO. 4723 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between RJC ARCHITECTS, INC., a California corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Space Planning Services in accordance with the “Project Engineer’s Manual”, 2001 edition, as published by the City’s Engineering Department and Appendix “A” (“proposal”) attached for the Faraday Office Space Planning project (the “Project"). The Project services shall include creating conceptual floor plans to increase the number of offices and cubicles within the building. 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 ten (10) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the 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 the City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $30,000. DocuSign Envelope ID: 4BD2447C-776B-4B7C-A86D-4DF3F7E27950 August 14, 2019 PSA19-545CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT Faraday Office Space Planning Contractor shall utilize existing ACAD floor plans to develop alternative floor plans that would increase the number of offices and cubicles within the building. Work will be compensated on a Time and Materials basis utilizing rates included in the Master Agreement. TASK GROUP TIME & MATERIALS Prepare alternative floor plan layouts $30,000 TOTAL (Not-to-Exceed) $30,000 CONTRACTOR RJC ARCHITECTS, INC., a California corporation RJC ARCHITECTS, INC., a California corporation (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) James Robbins / Vice-President Daniel Stewart / Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Paz Gomez Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 4BD2447C-776B-4B7C-A86D-4DF3F7E27950 August 14, 2019 320 Laurel Street San Diego CA 92101 12th July, 2019 Brian Bacardi, Public Works Superintendent Public Works -General Services 405 Oak Ave, Carlsbad, CA 92008-3009 Re: Fee Proposal for On-Call Services - Task Order #2 Dear Brian, RJC | Steinberg Hart is pleased to present the following proposal to provide Architectural Space Planning services to the City of Carlsbad. Our proposal is based on an email received from you stating the City’s desire for space planning services for the Faraday building (68,000SF) to accommodate more staff. We understand this Task Authorization will be based on a time and material (not to exceed) fee of $30,000. We will advise the City once the T&M reached 80% of the total. This work is summarized as follows and will be on a Time & Materials basis: Planning 1) Attending, facilitating and documenting meetings with City Staff 2) Verifying existing space against City provided CAD dwgs (visual) 3) Creating space -use matrix and proposed additional spaces and staff. Test Fit Sketches 1) Creating test fit sketches showing options for area(s) lay-outs. Exclusions include furnishings and material recommendations; structural, MEP engineering services; hazardous materials survey; CASP survey; verifying ‘as-builts” and visualization drawings and/or sketches. All printing and presentation materials will be invoiced on a cost plus 15% basis Thank you for the opportunity to be of service to the City of Carlsbad. Please call with any questions you may have, you can reach us to discuss your questions or concerns regarding our scope or fees at 619-239-9292. Sincerely, Janene Christopher, AIA Principal, RJC | Steinberg Hart Appendix "A"PSA19-545CA - Task No. 2 DocuSign Envelope ID: 4BD2447C-776B-4B7C-A86D-4DF3F7E27950 PSA19-545CA - Task No. 2DocuSign Envelope ID: 4BD2447C-776B-4B7C-A86D-4DF3F7E27950 ACORD• CERTIFICATE OF LIABILITY INSURANCE 12/3/2019 I DATE (MM/DDIYYYY) ~ 12/7/2018 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 CON~TITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Lockton Insurance Brokers,LLC CONTACT NAME: CA License #OF15767 PHONE FAX IAlt' .. n ~v>I• IA/C Nol: 725 S. Figueroa Street, 35th fl. E-MAIL Los Angeles CA 90017 ADDRESS: 213-689-0065 INSURER(S) AFFORDING COVERAGE NAIC# INsuRER A, Travelers Indemnitv Co of CT 25682 INSURED RJC Architects Inc. INSURER B: Travelers Property Casualty Co of America 25674 1439092 RJC I Steinberg Hart INsuRER c : Lexinl!ton Insurance Comnanv 19437 320 Laurel Street INSURERD: San Diego CA 92 IO I INSURER E: INSURER F: COVERAGES STEAROI CERTIFICATE NUMBER: 15769004 REVISION NUMBER: xxxxxxx 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 THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A X COMMERCIAL GENERAL LIABILITY -□ CLAIMS-MADE [i] OCCUR A B ------------- ------------- GEN'L AGGREGATE LIMIT APPLIES PER: 7 POLICY [x] jr8-r □ LOG 7 OTHER: AUTOMOBILE LIABILITY ANY AUTO --OWNED SCHEDULED _ AUTOSONLY AUTOS X ~~RTig>S ONLY X ~~~d§~~~~ ~ UMBRELLA LIAB w OCCUR X EXCESS LIAB I I CLAIMS-MADE OED I I RETENTION $ WORKERS COMPENSATION B AND EMPLOYERS' LIABILITY Y/N ADDL SUBR ,u~n =m POLICY NUMBER y N 680-3K833774 N N BA-3K826236 N N CUP-3K826353 y UB-91901522 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) [ii] N/A If yes, describe under DESCRIPTION OF OPERATIONS below C Professional Liability N N 028174916 POLICY EFF POLICY EXP IMM/DD/YYYYl IMM/DD/YYYYl 12/3/2018 12/3/2019 12/3/2018 12/3/2019 12/3/2018 12/3/2019 12/3/2018 12/3/2019 12/3/2018 12/3/2019 I LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) $ I 000 000 $ 1000000 $ 5 000 PERSONAL & ADV INJURY $ 1 000 000 GENERAL AGGREGATE $ 2 000 000 PRODUCTS • COMP/OP AGG $ 2 000 000 ~~~~~~~llNGLE LIMIT $ l 000 000 BODILY INJURY (Per person) $ XXX:XXXX BODILY INJURY (Per acciden2 _$ X½)(XXXX ___ _ ip~~~;,~t?AMAGE $ XX:XXXXX EACH OCCURRENCE AGGREGATE PER I X STATUTE I OTH-ER E.L. EACH ACCIDENT $ xxxxxxx $ 9 000 000 $ 9 000.000 $ xxxxxxx $ 1 000.000 EL DISEASE -EA EMPLOYEE $ 1 000.000 EL DISEASE -POLICY LIMIT $ J 000 000 Each Claim: $5,000,000, Per Policy Agg: $5,000,000. DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Re: Agreement Name: Master Agreement for Architecture/Bridging Agreement#: PSA l 9-545CA. The City of Carlsbad is an Additional lnsured(s) as per the attached endorsement or policy language. Waiver of subrogation applies as per the attached endorsements or policy language. CERTIFICATE HOLDER 15769004 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York NY 10163-4668 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPR ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code: D54 I 6 I 9 Certificate ID: I 5769004 Policy Number:680-3K833774 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that you agree in a " written contract requiring insurance" to include as an additional insured on this Coverage Part, but: A. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and B. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the " written contract requiring insurance" applies, or in connection with premises owned by or rented to you. The person or organization does not qualify as an additional insured: C. With respect to the independent acts or omissions of such person or organization; or D. For "bodily injury", "property damage" or "personal injury" for which such person or organization has assumed liability in a contract or agreement. The insurance provided to such additional insured is limited as follows: E. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this Coverage Part. F. This insurance does not apply to the rendering of or failure to render any "professional services". G. In the event that the Limits of Insurance of the Coverage Part shown in the Declarations exceed the limits of liability required by the " written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that " written contract requiring insurance". This endorsement does not increase the limits of insurance described in Section Ill Limits Of Insurance. H. This insurance does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the " written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The 2. The following is added to Paragraph 4.a. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover. However, if you specifically agree in the " written contract requiring insurance" that this insurance provided to the additional insured under this Coverage Part must apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organizations as a named insured for such loss, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have signed that " written contract requiring insurance". But this insurance provided to the additional insured still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under any other insurance. CGD3810915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission Attachment Code: D541619 Certificate ID: 15769004 Commercial General Liability 3. The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others TO Us, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of "your work" performed by you, or on your behalf, done under a "written contract requiring insurance" with that person or organization. We waive this right only where you have agreed to do so as part of the "written contract requiring insurance" with such person or organization signed by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. 4. The following definition is added to the DEFINITIONS Section: "Written contract requmng insurance" means that part of any written contract under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After you have signed that written contract; b. While that part of the written contract is in effect; and c. Before the end of the policy period. CG D3 81 0915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 2 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission Attachment Code: D542440 Certificate ID: 15769004 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A)- POLICY NUMBER: UB-9J901522 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium. Schedule Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. Job Description ARCHITECTS This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12/3/2018 Policy No. UB-9J901522 Insured RJC Architects Inc. Insurance Company Travelers Property Casualty Co of America Endorsement No. Premium Page 1 of 1 Attachment Code: D464010 Certificate ID: 15769004 December 7, 2018 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York, NY 10163-4668 Re: Notice of Cancellation Clause To Whom It May Concern: As a service to our valued client, Lockton will provide at least thirty (30) days notice of cancellation to the certificate holder listed on the attached Acord 25 certificate of insurance should any policy described on the attached certificate be 1) cancelled by the insurer, other than for non-payment of premium, and 2) cancelled more than 30 days prior to the expiration date of the policy, except 10 days notice of cancellation for non-payment of premium. If notice is mailed, proof of mailing notice to the certificate holder to the postal mailing address as shown in the schedule will be sufficient proof of notice. Thank you and please contact our office if you have any questions. Regards, Karle Kern Senior Vice President PSA19-545CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between RJC ARCHITECTS, a California corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Architectural Design Services in accordance with all applicable standards of the 2016 California Building Standards Code, and the proposal dated December 5, 2018, (“proposal”), attached as Appendix "A" for the Faraday Center Office Remodel, (the “Project"). The Project services shall include architectural design for the demolition and rentavation work of wall, ceilings, and flooring to specified areas referenced in the attahced drawing. Services also include bidding and construction administration support. 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 sixty (60) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $53,830. DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 January 25, 2019 PSA19-545CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT DESIGN, CONSTRUCTION DRAWINGS, PROJECT COST ESTIMATE, AND CONSTRUCTION ADMINISTRATION TASK GROUP TIME & MATERIALS Design Development $1,980 Construction Drawings / Specifications / Permitting $45,330 Project Cost Estimate $2,400 Bidding and Construction Administraion $4,120 TOTAL (Not-to-Exceed) $53,830 CONTRACTOR RJC ARCHITECTS, INC. a California corporation RJC ARCHITECTS, INC. a California corporation (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) James Robbins / Vice-President Daniel Stewart / Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 January 25, 2019 320 Laurel Street San Diego CA 92101 December 5th, 2018 Brian Bacardi, Public Works Superintendent Public Works -General Services 405 Oak Ave, Carlsbad, CA 92008-3009 Re: Fee Proposal for On-Call Services - Task Order #1 Dear Brian, It was a pleasure meeting you to review RJC | Steinberg Hart’s first project under our on-call service contract with the City of Carlsbad. RJC | Steinberg Hart is pleased to present the following proposal to provide Architectural and Engineering services to the City of Carlsbad. Our proposal is based on our site visit on 31 November, 2018 and the attached sketches (received from the City). We are prepared to provide the requested services for a stipulated sum of: Fifty Three Thousand Eight Hundred and Thirty Dollars ($53,830). Please see attached Compensation and Payment for fee and breakdown by phase. We understand this first Task Authorization will be for the design, preparation of construction documents and construction administration services for the approximately 2,000 square feet of improvements to the existing Faraday Center administration building located at 1635 Faraday Avenue, Carlsbad, CA 92008.This work is summarized as follows: First Floor work 1) Converting one (1) large office into two (2) smaller offices. 2) Converting the existing copy room into an office. 3) Create a space to accommodate six (6) cubicles currently used as awaiting/reception area. Second Floor work 1) Converting an existing cubicle space into three (3) separate offices. 2) Creating two (2) new cubicle spaces where existing file cabinets are currently located Work will include architectural design for demolition and renovation work for wall, ceilings and flooring finishes (carpet and ceiling tiles will be available for owner) and based on the attached sketches provided by the City. Electrical work includes power, lighting and data. Mechanical work assumed the existing HVAC system to be reused and is adequate for proposed renovations and includes Title 24 documentation, thermostat relocation as necessary, ductwork and system re- configuration. Bidding and Construction Administration support including one (1) site visit by the team. Proposal includes AutoCAD plans, specifications (based on Master Specs) and calculations, field investigation, one meeting with the A/E team during the schematic phase and navigating the plan check submittal process to get City approval for construction. Division 1 specs are assumed to be by City. Exclusions include structural engineering, hazardous materials survey; ADA upgrades including path of travel to renovated areas (City to provide letter to Building official that existing path of travel is compliant); Title 24 calculations for building envelope; signal systems design (voice/data, Appendix "A" PSA19-545CA DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 December 28, 2018 P02 AV, fire alarm, security), emergency power systems, measured ‘as-builts” and visualization drawings and/or sketches. The desired timeline for the project documents to be completed and ready for bidding by February 15, 2019 is achievable pending contact and fee agreement is completed within the next week. Thank you for the opportunity to be of service to the City of Carlsbad. Please call with any questions you may have, you can reach us to discuss your questions or concerns regarding our scope or fees at 619-239-9292. Sincerely, Janene Christopher, AIA Principal, RJC | Steinberg Hart Appendix "A" PSA19-545CA DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 December 28, 2018 P03 COMPENSTATION and PAYMENT Design Development $ 1,980 Construction Drawings / Specifications / Permitting $45,330 Opinion of Probable Cost at 100% $ 2,400 Bidding and Construction Administration $ 4,120 TOTAL FEE $53,830 Appendix "A" PSA19-545CA DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 Appendix "A" PSA19-545CA DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 Appendix "A"PSA19-545CAEXISTINGDocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 Up to Six CubiclesAppendix "A"PSA19-545CAPROPOSEDV. 2NEW OFFICEAPPROX. 13' x 9'TWO NEW OFFICEAPPROX. 13' x 10'DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 Appendix "A"PSA19-545CAEXISTINGExisting conditions.DocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 Appendix "A"PSA19-545CAPROPOSEDNewCubicleNewCubicleNewOfficeNewOfficeNewOfficeDocuSign Envelope ID: 3CD04ABB-E55F-4EF7-A35E-A4B3092C2813 PSA 19-545CA MASTER AGREEMENT FOR ARCHITECTURE/BRIDGING SERVICES RJC ARCHITECTS, INC. THIS AGREEMENT is made and entered into as of the 2 8~ day of }:]l~VV\.\.6?:uY , 2018, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and RJC Architects, Inc., a California corporation, hereinafter referred to as "Contractor." RECITALS A. The City requires the professional services of a consulting firm that is experienced in the architecture and bridging field. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to architecture and bridging. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ) No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows: 1. SCOPE OF WORK The City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and City Attorney Approved Version 6/12/18 PSA 19-545CA unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed three hundred thousand dollars ($300,000) per Agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, the City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for the City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 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 the City. Contractor will be under control of the 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 the 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. The City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. The 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 the City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the 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, the 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 the City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to the 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 the 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 the 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 attorneys fees arising out of the performance of the work described herein caused by any negligence, City Attorney Approved Version 6/12/18 2 PSA 19-545CA 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 the 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 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 the 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. The 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 the 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 the 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. City Attorney Approved Version 6/12/18 3 PSA 19-545CA 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 the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by the City to obtain or maintain insurance and the 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. The 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 the 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 the 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 the 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 the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-545CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name James Robbins Title Principal-In Charge Address 320 Laurel Street San Diego, CA 92101 Phone No. 619-239-9292 Email jrobbins@rjcarchitects.com 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. 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 D 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 the 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 City Attorney Approved Version 6/12/18 5 PSA 19-545CA 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, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the 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 the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the 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 the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. The 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, the 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 the 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 the 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 the 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 the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-545CA 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 the 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 the 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. 26. PUBLIC AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA 19-545CA 27. 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. . Executed by Contractor this OI 1fr', " day of ~ , 2018. CONTRACTOR RJC Architects, Inc., a California corporation By: ~-e-) _____ _ c l(JAAAeS. &b~s r i/4,·e ftes,<i~t: (print n-ame/title) By~ (sign here) (Zs.IA S f-t:,w ~ ,,..f, ~~ ,-. e f ~7 (print name/fitle) CITY OF CARLSBAD, a municipal corporation of the State of California By: rli{/ 1/4,; I H81, Mayor ATTEST: If required by the 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 Chairman, President, or Vice-President Group 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. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: .n~A ~ ., ~Deputy CityAttor y City Attorney Approved Version 6/12/18 8 State of California ~("\ County of , • CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT On _r_o....,.f_o_a_/~2-0-1-· -8----before me, -~R,_o_· b_' _-e_rt'_(h-er-e G_ins~e-rt0-na_,m(_!----K-··r:7_ti-tle_o_f -th-e o-ffi-c-er-) ----- personally appeared __ J_o_· _m_._1 -e_<~ _ __,_R_,__a_b_b_l--r-Q-~ _--;;o=n=d=--_D_~~'~~--_+e_vJ_C\_i;;_+~--- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _K:M_a_. Jj_~-+------- 1············i "owun AL~N GOLDYN : e·. . Net;iry Pu_blic -Cilifornia z < • ~ :I .. ' ~ Sin _D,ego County ; • Cemm1ss1en # 2231792 My Ce pir~s Mar 22, 2022 OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthoriLed document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of ___ C oo-tral+ tor ~C"Vl°Ce.S" -- containing /0 pages. and dated _10/oi/-z<;,,l 8 The signer(s) capacity or authority is/are as: I I lndividual(s) [__] Attorney-in-Fact bb, . X CorporateOfficer(s) Jam~, l::o U\\ -Vac,e Aes,~t- Title(s) Dan ~c:;f t -SE'U ~.-ta. f ( J Guardian/Conservator [ _ _] Partner -Limited/General J Trustee(s) [ J Other representing: _______________ _ Name(s) of Person(s) or Ent1ty(1es) Signer 1s Representing Additional Information Method of Signe_r lde_ntificatiCJ_n Proved to me on the basis of satisfactory evidence: LO form(s) of ident11ication () credible w,tness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other D Additional Signer(s) [] Signer(s) Thumbprint(s) • i) C opyriyht 200/-2011 Notary Rotary, Inc PO Box /4 1400, Des Moines, IA 50311-0507 All Rights Re)erved Item Number 101 772 Please contact your Authorized Reseller to purchase copies of this form PSA 19-545CA EXHIBIT "A" SCOPE OF SERVICES Perform a variety of architecture and bridging tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Bridging Document Development B. Complete Design Services C. Conceptual Design D. Design Administration Services (RFI, ASI, Review) E. Space Programming Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 FEE SCHEDULE HOURLY RATES For hourly or Additional Services as agreed to by both parties, the Architect's hourly rates as of January 1, 2018 are set forth on the right. The rates represent the range for professional and administrative personnel. Project-specific roles for personnel will be established with the appropriate rate. REIMBURSABLE EXPENSES Travel outside San Diego County, printing and reproduction for use by Owner, and express messenger services shall be billed at 115% of actual cost. SUB-CONSULTANT HOURLY RATES MICHAEL BAKER INTERNATIONAL Civil Engineer Name Title James Haughey Principal TBD Project Manager TBD Project Engineer TBD Design Engineer/Senior Designer/Mapper TBD Designer/CAD Technician TBD Clerical DEC ENGINE!,::RS Mechanical Engineer Name Title Chris Deck Principal TBD Project Manager TBD Staff Engineer TBD Designer TBD Drafting TBD Word Processing Rate $250 $215 $155 $140 $105 $65 Rate $215 $165 $125 $95 $65 $55 PSA 19-545CA RJC I STEINBERG HART Architect Name Title James Robbins Principal Janene Christopher Quality Assurance Dan Stewart Project Manager Bob Goldyn Project Manager/LEED John Hinkel Project Manager Peter Wurst Project Manager TBD Senior Designer TBD Project Architect TBD Job Captain TBD Designer TBD Administrative AARK ENGINEERING Structural Engineer Name Title Mark Van Bibber Principal Structural Engineer TBD Senior Managing Engineer TBD Senior Project Manager TBD Project Manager TBD Senior Project Engineer TBD Project Engineer TBD Senior Designer TBD Designer TBD Administrative/Clerical TBD Registered Structural Engineer Expert Witness Testimony MICHAEL WALL ENGINEERING Electrical Engineer Name Title Guy Carpino Principal Electrical Engineer George Younan Electrical Engineer Jen York CAD Bernadette McMurtry Clerical Rate $250 $200 $175 $175 $175 $175 $150 $150 $125 $120 $80 Rate $165 $145 $133 $128 $123 $118 $95 $80 $60 $295 Rate $200 $125 $85 $65 City of Carlsbad Master Agreement Consultant Services: Fee Schedule 1 10 ACORD9 CERTIFICATE OF LIABILITY INSURANCE 12/3/2018 I DATE (MMIDD/YYYY) ~ 10/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Lockton Insurance Brokers,LLC CONTACT NAME: CA License #OF 15767 PHONE I FAX IA/C No Extl: (A/C No): 725 S. Figueroa Street, 35th fl. E-MAIL Los Angeles CA 90017 ADDRESS: 213-689-0065 INSURER(S) AFFORDING COVERAGE NAIC# 1NsuRER A: Travelers Indemnitv Co of CT 25682 INSURED RJC Architects Inc. INSURER B: Travelers Property Casualty Co of America 25674 1439092 RJC I Steinberg Hart 1NsuRER c , Lexirnzton Insurance Comnanv 19437 320 Laurel Street INSURER D: San Diego CA 9210 I INSURER E: INSURER F: COVERAGES STEAROl CERTIFICATE NUMBER: 15646935 REVISION NUMBER: xxxxxxx 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 THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE ,.,~n lun,n POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY y N 680-3K833774 12/3/2017 12/3/2018 EACH OCCURRENCE $ I 000 000 ~ ~ CLAIMS-MADE [i] OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1000000 MED EXP (Any one person) ~ $ 5,000 PERSONAL & ADV INJURY ~ $ 1.000 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2.000 000 Fl [x] PRO-•LOC PRODUCTS -COMP/OP AGG $ 2,000 000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY N N BA-3 K826236 12/3/2017 12/3/2018 COMBINED SINGLE LIMIT $ I 000 000 (Ea accident) - ANY AUTO BODILY INJURY (Per person) $ xxxxxxx >--OWNED SCHEDULED BODILY INJURY (Per accident) $ xxxxxxx ~ AUTOS ONLY -AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ xxxxxxx AUTOS ONLY AUTOS ONLY (Per accident) - $ xxxxxxx B UMBRELLA LIAB H OCCUR N N CUP-3K826353 12/3/2017 12/3/2018 EACH OCCURRENCE $ 9 000 000 ~ X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 9 000 000 OED I I RETENTION $ $ xxxxxxx WORKERS COMPENSATION y I PER I I OTH-B UB-91901522 12/15/2017 12/3/2018 X STATUTE ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE ~ E.L. EACH ACCIDENT $ I 000 000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ I 000 000 If yes, describe under E.L. DISEASE -POLICY LIMIT $ I 000 000 DESCRIPTION OF OPERATIONS below C Professional Liability N N 028174916 12/3/2017 12/3/2018 Each Claim: $5,000,000, Per Policy Agg: $5,000,000. DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) TIIIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER, APPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERM(S) REFERENCED. RE: AGREEMENT FOR ARCHITECTURE/BRIDGING SERVICES; PSA l 9-545CA. City of Carlsbad/CMWD is an Additional Insured(s) as per the attached endorsement or policy language. Insurance provided to Additional Insured(s) is primary and non-contributory as per the attached endorsements or policy language. Waiver of Subrogation for Workers Compensation policy applies as per the attached endorsements or policy language. CERTIFICATE HOLDER 15646935 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York NY 10163-4668 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPR All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD / I Attachment Code: D541619 Certificate ID: 15646935 Policy Number:680-3K833774 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART (1 )1. The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that you agree in a " written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a. A. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. B. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the " written contract requiring insurance" applies, or in connection with premises owned by or rented to you. The person or organization does not qualify as an additional insured: c. C. With respect to the independent acts or omissions of such person or organization; or d. D. For "bodily injury", "property damage" or "personal injury" for which such person or organization has assumed liability in a contract or agreement. The insurance provided to such additional insured is limited as follows: e. E. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this Coverage Part. f. F. This insurance does not apply to the rendering of or failure to render any "professional services". g. G. In the event that the Limits of Insurance of the Coverage Part shown in the Declarations exceed the limits of liability required by the " written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that " written contract requiring insurance". This endorsement does not increase the limits of insurance described in Section Ill Limits Of Insurance. H. This insurance does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the " written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The 2. 2. The following is added to Paragraph 4.a. of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover. However, if you specifically agree in the " written contract requiring insurance" that this insurance provided to the additional insured under this Coverage Part must apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organizations as a named insured for such loss, and we will not share with the other insurance, provided that: (2) (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (3) (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have signed that " written contract requiring insurance". But this insurance provided to the additional insured still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under any other insurance. CG D3 81 0915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission Attachment Code: D541619 Certificate ID: 15646935 Commercial General Liability 3. The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others TO Us, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of "your work" performed by you, or on your behalf, done under a "written contract requiring insurance" with that person or organization. We waive this right only where you have agreed to do so as part of the "written contract requiring insurance" with such person or organization signed by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. 4. The following definition is added to the DEFINITIONS Section: "Written contract requiring insurance" means that part of any written contract under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After you have signed that written contract; b. While that part of the written contract is in effect; and c. Before the end of the policy period. CG D3 81 0915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 2 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission Attachment Code: D542440 Certificate ID: 15646935 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A)- POLICY NUMBER: UB-9J901522 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be 0% of the California workers' compensation premium. Schedule Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNSIH THIS WAIVER. ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNSIH THIS WAIVER. Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1211512017 Policy No. UB-9J901522 Insured RJC Architects Inc. Insurance Company Travelers Property Casualty Co of America Endorsement No. Premium Page 1 of 1