HomeMy WebLinkAboutBRG Consulting Inc; 2005-12-06;AMENDMENT NO. 1 AGREEMENT WITH BRG CONSULTING, INC.
FOR PREPARATION OF AN ENVIRONMENTAL IMPACT REPORT FOR
MARINERS COVE EIR 05-04
THIS AGREEMENT, made and entered into as of the _ day of
. 2006, by and between the CITY OF CARLSBAD, a municipal
corporation, hereinafter referred to as "City," and BRG Consulting, Inc., hereinafter
referred to as "Consultant", shall serve to amend the previous contract dated December
6, 2005, attached hereto.
All provisions of the original contract shall remain in effect, except the
Work Program referenced in Section 1(a) shall be amended to include the additional
work outlined in the Consultant's revised proposal, dated October 17, 2006, attached
hereto, and the fee payable as referenced in Sections 4 and 5 of the contract shall be
increased by Ten Thousand, Six Hundred, and Seventy-Five dollars ($10,675.00) for the
additional work, making the maximum fees payable a total of Ninety Seven Thousand,
One Hundred, and Forty-Four dollars ($97,144.00).
IN WITNESS WHEREOF we have hereunto set our hands and seals.
CONTRACTOR: BRG Consulting, Inc.
BRG CONSULTING INC
Name of Contract
CITY OF CARLSBAD, a munici-
pal corporation of the State of
Californi
Bj
CiTy Managep-or Mayor
ATTEST:
(sign here)
ERICH R LATHERS, PRESIDENT
(print name/title
IE _
(sign here)
(print name/title)
APPROVED AS TO FORM:
RONALD R, BALL, City Attorney
•f --m..-- <-
""«,*,>*
Bv:
//Assistant Clfy Attorney
City Attorney Approved Version 03/17/04
1980 - 2005
October 17, 2006
Mr. Ghrister Westman
Planning Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
SUBJECT: MARINER'S COVE - SCOPE OF WORK AND COST AUGMENTATION
REQUEST FOR TRAFFIC ENGINEERING AND ENVIRONMENTAL
CONSULTING SERVICES
Dear Mr. Westman:
BRG Consulting, Inc. (BRG, Vendor #V010196)) is providing this scope of work and cost
augmentation request to the City of Carlsbad regarding the additional traffic engineering
services that were requested by the City. This scope of work and cost augmentation request is
proposed to amend the existing Agreement dated December 6, 2005 between the City and
BRG.
In the Request for Qualifications (September 6, 2005), traffic was not identified as an
environmental issue area to be included in the EIR. BRGs original scope of work and cost
estimate did not include meetings, discussions or incorporation of a traffic report into the EiR.
Upon further review by the City, it was determined that a traffic study would be needed.
Subsequently, Hallmark Communities identified that a traffic letter report had previously been.
prepared for the proposed project. The City reviewed the traffic letter report and determined
that additional analysis would be needed. After several rounds of review and discussion
between the City's traffic engineers and LOS Engineering Inc., a final scope of work was
developed and is provided below.
The most recent correspondence by City staff requested the analysis of roadway segments and
intersections where 20% of the project traffic is anticipated to travel. The project with 40 multi-
family units is calculated to generate a total of 320 Average Daily Trips (ADT), of which 20%
equals 64 ADT. Normally the number of study segments and intersections requires a magnitude
of 10 times that level of project traffic; however, it appears that the issue at hand is the extent of
potential traffic impacts to the surrounding neighborhood. Thus, LOS Engineering's proposal
includes the analysis of 6 segments and 3 intersections all of which are located in the
surrounding local neighborhood.
BRG Consulting, Inc. • Environmental Planning and Impact: Assessment • Land Use Planning and Permitting
304 Ivy Street • San Diego, California • 92IOI-2030 • 619-298-7127 FAX 619-298-0146
October17, 2006
C. Westman
Page 2
Scope of Work - Traffic Study (LOS Engineering, Inc.)
Task 1: Project Initiation and Data Collection
1) Coordinate with BRG and/or development team to learn the project objectives.
2) Coordinate or meet with the City of Carlsbad to scope the project analysis
requirements.
3) Collect Average Daily Traffic (ADT) volumes (24-hour machine counts) at the
following locations:
a. Hillside Dr. between Tamarack and Park Dr.
b. Park Dr. between Hillside Dr. and Neblina Dr.
c. Park Dr. between Neblina Dr. and Valencia Ave.
d. Park Dr. between Valencia Ave. and Alondra Way
e. Park Dr. between Alondra Way and Kelly Dr.
f. Kelly Dr. between Hillside Dr. and El Cam!no Real
4) Collect or obtain AM and PM peak hour intersection counts at three (3) locations in
the project area, which include:
a. Park Dr./Neblina Dr.
b. Park Dr./Valencia Ave.
c. Park Dr./Alondra Way
5) Visit the project site including the surrounding area to note existing conditions with
respect to: intersection control, intersection lanes, intersection signal phasing, street
widths, street types, surrounding parking restrictions, and any other needed traffic
control information.
6) Obtain relevant information from approved traffic reports for all short-term approved or
agency requested cumulative projects. Cumulative projects are other projects that are
planned but not completed but would generate traffic upon opening.
Task 2: Near-Term Analysis
1) Determine the existing peak hour Level of Service (LOS) at the key intersections using
either an Intersection Capacity Utilization (ICU) ratio or the 2000 Highway Capacity
Manual (HCM) methodology for City intersections and on the street segments using the
agency's table.
2) Prepare a traffic generation forecast for the project on an AM and PM peak hour and
ADT basis using applicable traffic generation rates. Assign the project traffic onto the
surrounding roadway network.
October 17, 2006
C. Westman
Pages
3) Determine the traffic generation, distribution, and assignment for all the short-term
approved or agency requested cumulative projects required for analysis by the agency.
4) Determine the intersection and roadway segment LOS for the study scenarios of
existing, existing + project, and existing + project +cumulative conditions.
5) Document the potential significant traffic impacts of the project based on the agency's
criteria.
6) Document measures required to mitigate the calculated project traffic impacts, if
mitigation measures are applicable.
th7) Prepare a corner, sight distance analysis at the project driveways based on the 85
percentile speeds along the project frontage.
th8) Document traffic calming, speeding, and accidents along Park. Document the 85
percentile speeds at three locations along Park, conduct field work, provide a list of
possible speed reduction measures, and include a table summarizing the City's
documented accidents along Park.
9) Incorporate the City's intersection warrant analyses at Park/Valencia, Park/Neblina,
and Park/Alondra into the traffic study.
10) Include a chapter on haul routes and construction traffic. Prepare intersection and
segment LOS calculations with the anticipated construction traffic.
11) Document and discuss the reduced roadway improvement of 40 feet on Park Drive.
12) Include a chapter for parking on-site, on the cul-de-sac adjacent to the project, and
estimate the parking demand for the trail users.
Task 3: Report and Meetings
1) Submit a draft traffic report to BRG for review. Make editorial changes if requested by
BRG and submit to the City.
2) Three hours are designated for meeting, hearing, or conference call time.
The proposed cost estimate to provide traffic-engineering services is Seven Thousand, Nine
Hundred and Twenty Five Dollars ($7,925.00). LOS Engineering, Inc. proposes be reimbursed
at the following rates for the tasks described above, inclusive:
1) Meetings shall be billed on a time and materials basis, portal to portal, at $125 per
hour.
2) Expenses, with the exception of mileage, shall be billed at cost plus 10 percent.
October17, 2006
C. Westman
Page 4
3) Mileage shall be billed at a rate of $0.50 per mile.
BRG Scope of Work
In the Request for Qualifications (September 6, 2005), traffic was not identified as an
environmental issue area to be included in the EIR. BRGs original scope of work and cost
estimate did not include meetings, discussions or incorporation of a traffic study into the EIR.
BRG has been providing project management services in the development of the traffic report
scope of work. BRG proposes to continue providing project management services during
preparation of the traffic study and will incorporate the traffic study into the EIR for a cost not-to-
exceed Two Thousand, Seven Hundred and Fifty Dollars ($2,750.00). This cost includes time
for the Principal, Project Manager, and Environmental Analyst.
The total cost augmentation request associated with the additional traffic related work is for a
cost not-to-exceed Ten Thousand, Six Hundred, and Seventy-Five Dollars ($10,675.00). We
would not exceed the agreed upon budget without your prior authorization, and would conduct
other specific tasks upon your request and authorization.
BRG Consulting will invoice on a monthly basis for costs incurred during the preceding 30 days,
according to the terms and hourly rates of the December 6, 2006 agreement with the City.
Invoices are payable upon receipt.
Sincerely yours,
BRG CONSULTING, INC.
Patrick O'Neill
Project Manager
AGREEMENT WITH BRG CONSULTING, INC. FOR THE PREPARATION OF AN
ENVIRONMENTAL IMPACT REPORT - MARINERS COVE - EIR 05-04
THIS AGREEMENT, made this day of O$D& ,2045, between the
CITY OF CARLSBAD, a municipal corporation of the State of California, hereinafter
referred to as "CITY", and BRG Consulting, Inc. hereinafter referred to as
"CONTRACT0 R" .
RECITALS
WHEREAS, the CITY has entered into an agreement with Hallmark
Communities hereinafter called applicant, wherein the CITY agrees to prepare an
Environmental Impact Report (EIR) for the proposed project identified as EIR 05-041CT
04-271SDP 04-17KP 04-121HDP 05-04 - MARINERS COVE which is located south of
Park Drive adjacent to the Agua Hedionda Lagoon and more precisely shown on the
plat marked Attachment 1, attached hereto and made a part hereof; and
WHEREAS, the CONTRACTOR has the qualifications to prepare the required
Environmental Impact Report; and
WHEREAS, it is understood that the CONTRACTOR shall be an independent
contractor of the CITY;
NOW, THEREFORE, in consideration of their mutual covenants and conditions,
the parties hereto agree as follows:
1. CONTRACTOR OBLIGATIONS
CONTRACTOR shall prepare an Environmental Impact Report on the subject
project in accord with the California Environmental Quality Act as implemented by the
State Guidelines and by CITY in Title 19 of the Carlsbad Municipal Code and its
implementing resolutions. In carrying out this obligation the CONTRACTOR'S duties
1 Rev. 08-08-97
shall include the following:
(a) The CONTRACTOR shall, consistent with the Work Program contained in
Attachment 2, (1) make all necessary and required field explorations, reviews and tests;
(2) make all necessary and required laboratory tests and analyses; (3) appear and be
prepared to answer questions and prepare testimony on the final Environmental Impact
Report at all public hearings before the Planning Commission and the City Council prior
to the certification of the report; (4) make all reports necessary to comply with the
requirements of this section. Before preparing the draft report, the CONTRACTOR
shall prepare and submit preliminary reports (screen check EIRs) as specified in
Attachment 2 to the Planning Director for staff review. The CONTRACTOR shall revise
the preliminary report as requested by staff in order to make it suitable for draft EIR
review.
(b) CONTRACTOR shall prepare a draft report in compliance with the Work
Program contained in Attachment 2 on file at the Planning Department (unless
otherwise stated in this agreement), attached hereto and made a part hereof and with
applicable state law and CITY ordinances. The CONTRACTOR shall submit to CITY
the number of copies of the draft report specified in Attachment 2 plus a reproducible
master of the draft Environmental Impact Report to the CITY.
(c) CONTRACTOR shall attempt to determine as soon as possible in the
study of the area involved, those factors which could severely inhibit or prohibit the
proposed project. If it appears that such factors are present, CONTRACTOR shall so
inform the Planning Director who in turn will discuss with the applicant the feasibility of
continuing with the report. The objective of this subsection of the agreement is to
minimize the cost if these adverse factors exist.
2 Rev. 08-08-97
(d) CONTRACTOR shall prepare and file with the CITY written responses to
all comments received subsequent to public notice that the draft Environmental Impact
Report has been filed. CONTRACTOR shall also prepare any response necessary to
matters raised at the public hearings. The written responses shall be prepared in a form
that will permit the responses to be incorporated into the final Environmental Impact
Report.
2. CITY OBLIGATIONS
(a) The CITY will make payment to the CONTRACTOR as provided for in this
agreement.
(b) The CITY will make available to the CONTRACTOR any documents,
studies, or other information in its possession related to the proposed project.
(c) The CITY will review the Preliminary Report presented by the
CONTRACTOR within fourteen working days of their receipt and make written
comments to the CONTRACTOR within that time period.
(d) The CITY shall provide the CONTRACTOR with copies of all written
comments received on the draft Environmental Impact Report subsequent to public
notice that the draft Environmental Impact Report has been filed and is available for
public review.
3. TIME OF COMPLETION
Time is of the essence in carrying out the terms of this agreement. It is
understood that inclement weather conditions may delay the completion of field work.
The CONTRACTOR will be allowed as many additional days as are necessary to
compensate for days lost due to inclement weather. The CONTRACTOR shall submit
to the CITY five copies of the Preliminary Environmental Impact Report within six weeks
3 Rev. 08-08-97
of the signing of this agreement by both concerned parties. The CONTRACTOR shall
submit to the CITY copies of the draft Environmental Impact Report as specified in
Attachment 2 within ten working days of the completed staff review of the Preliminary
Environmental Impact Report.
4. PAYMENT
The CONTRACTOR will be paid a maximum of Eighty-six thousand four hundred
sixty-nine dollars ($86,469.00) for all work necessary to carry out the requirements of
this agreement. Actual payment shall be based on the cost of the report based on the
costs as set forth in Attachment 3 on file at the Planning Department. The
CONTRACTOR shall be paid within 21 days, in response to invoice, for 50 percent of
the compensable services for the completion of the screen check draft Environmental
Impact Report in accordance with Paragraph 1 above. The CONTRACTOR will be paid
up to an additional 40 percent upon acceptance by the CITY of the response to
comments from the CONTRACTOR, the final 10 percent will be paid, not to exceed the
maximum amount provided in its agreement, within 21 days after receipt of invoice, to
be submitted after the certification of the Environmental Impact Report by the City
Council.
5. LIMITS OF THE OBLIGATION
The limits of the obligation of the CITY under this agreement is the sum of
$86,469.00 which amount is estimated to be sufficient to compensate the
CONTRACTOR for all services performed hereunder during the terms of this
agreement. In the event at any time it appears to the CONTRACTOR that said sum
may not be sufficient, he shall immediately so notify the Planning Director. He will not
perform any work or incur any obligation beyond said sum of Eighty-six thousand four
4 Rev. 08-08-97
hundred sixty-nine dollars ($86,469.00) without appropriate amendment to this
agreement.
6. CHANGES IN WORK
If, in the course of this contract, changes seem merited by the CONTRACTOR or
the CITY and informal consultations indicate that a change in the conditions of the
contract is warranted, the CONTRACTOR or the CITY may request a change in the
contract. Such changes shall be processed by the CITY in the following manner. A
letter outlining the required changes shall be forwarded to the CITY or CONTRACTOR
to inform them of the proposed changes along with a statement of estimated changes
in charges or time schedule. After reaching mutual agreement on the proposal, a
supplemental agreement shall be prepared by the CITY and approved by the CITY
according to the procedures described in Carlsbad Municipal Code Section 3.28.080.
Such supplemental agreement shall not render ineffective or invalid unaffected portions
of the agreement. Changes requiring immediate action by the CONTRACTOR or the
CITY shall be ordered by the Planning Director who will inform a principal of the
CONTRACTOR'S firm of the necessity of such action and follow up with a supplemental
agreement covering such work.
The lump sum amounts detailed in this agreement shall be adjusted for changes,
either additive or deductive, in the scope of work, provided such changes are processed
according to the procedures in this paragraph.
7. COVENANTS AGAINST CONTINGENT FEES
The CONTRACTOR warrants that their firm has not employed or retained any
company or person, other than a bona fide employee working for the CONTRACTOR,
to solicit or secure this agreement, and that CONTRACTOR has not paid or agreed to
5 Rev. 08-08-97
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 shall 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 such fee, commission, percentage, brokerage fees, gift, or contingent
fee.
8. N 0 N DISC RI M I NATl ON CLAUSE
The CONTRACTOR shall comply with the state and federal laws regarding
nondiscrimination.
9. TERMINATION OF CONTRACT
The CITY may terminate this agreement at any time by giving written notice to
the CONTRACTOR of such termination and specifying the effective date thereof, at
least fifteen days prior to the effective date of the termination. In the event of
termination, all finished or unfinished documents and other materials prepared pursuant
to this agreement shall become its property. Upon termination for reasons other than
breach of this agreement CITY shall pay CONTRACTOR the reasonable value of the
services completed to the date of notice of determination.
IO. DISPUTES
If a dispute should arise regarding the performance of work under this
agreement, the following procedure shall be used to resolve any question of fact or
interpretation not otherwise settled by agreement between parties. Such questions, if
they become identified as a part of a dispute among persons operating under the
provisions of this contract, shall be reduced to writing by the principal of the
6 Rev. 08-08-97
CONTRACTOR or the CITY Planning Director. A copy of such documented dispute
shall be forwarded to both parties involved along with recommended methods of
resolution which would be of benefit to both parties. The CITY Planning Director or
principal receiving the letter shall reply to the letter along with a recommended method
of resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the
aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for
their resolution through the office of the City Manager. The City Council may then opt
to consider the directed solution to the problem. In such cases, the action of the City
Council shall be binding upon the parties involved, although nothing in this procedure
shall prohibit the parties seeking remedies available to them at law.
1 I. CLAIMS AND LAWSUITS
The CONTRACTOR agrees that any contract claim submitted to the City must
be asserted as part of the contract process as set forth in this agreement and not in
anticipation of litigation or in conjunction with litigation. The CONTRACTOR
acknowledges that if a false claim is submitted to the City, it may be considered fraud
and the CONTRACTOR may be subject to criminal prosecution. The CONTRACTOR
acknowledges that California Government Code Sections 12650 et seq., the False
Claims Act, 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 of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is
entitled to recover its litigation costs, including attorney’s fees. The CONTRACTOR
acknowledges that the filing of a false claim may subject the CONTRACTOR to an
administrative debarment proceeding wherein the CONTRACTOR may be prevented to
7 Rev. 08-08-97
act as a contractor on any public work or improvement for a period of up to five (5)
years. The CONTRACTOR acknowledges debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the CONTRACTOR from the selection
process. 6 (Initial)
The provisions of Carlsbad Municipal Code Sections 3.32.025, 3.32.026,
3.32.027 and 3.32.08 pertaining to false claims are incorporated herein by reference.
OZ'' I n it ia I )
12. STATUS OF THE CONTRACTOR
The CONTRACTOR shall perform the services provided for herein in
CONTRACTORS own way as an independent contractor and in pursuit of
CONTRACTOR'S independent calling, and not as an employee of the CITY.
CONTRACTOR shall be under control of the CITY only as to the result to be
accomplished, but shall consult with the CITY as provided for in the request for
proposal. The persons used by the CONTRACTOR to provide services under this
agreement shall not be considered employees of the CITY for any purposes
what soever.
The CONTRACTOR is an independent contractor of the CITY. The payment
made to the CONTRACTOR pursuant to the contract shall be the full and complete
compensation to which the CONTRACTOR is entitled. The CITY shall not make any
federal or state tax withholdings on behalf of the CONTRACTOR or hidher employees
or subcontractors. The CITY shall not be required to pay any workers' compensation
insurance or unemployment contributions on behalf of the CONTRACTOR or hidher
employees or subcontractors, on behalf of the CONTRACTOR. The CONTRACTOR
agrees to indemnify the CITY for any tax, retirement contribution, social security,
8 Rev. 08-08-97
overtime payment, or workers' compensation payment which the CITY may be required
to make on behalf of the CONTRACTOR or any employee of the CONTRACTOR for
work done under this agreement.
The CONTRACTOR shall be aware of the requirements of the Immigration
Reform and Control Act of I986 and shall comply with those requirements, including,
but not limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and CONTRACTORS that are included in this agreement.
13. OWNERSHIP OF DOCUMENTS
All documents and materials prepared pursuant to this agreement are the
The CITY shall have the unrestricted authority to publish, property of the CITY.
disclose, distribute and otherwise use, in whole or in part, any reports, data, or other
materials prepared under this agreement.
14. REPRODUCTION RIGHTS
The CONTRACTOR agrees that all copyrights which arise from creation of the
work pursuant to this contract shall be vested in CITY and hereby agrees to relinquish
all claims to such copyrights in favor of CITY.
15. RELEASE OF INFORMATION BY CONTRACTOR
Any reports, information or other data, prepared or assembled by the
CONTRACTOR under this agreement shall not be made available to any individual or
organization by the CONTRACTOR without prior written approval of the CITY.
16. HOLD HARMLESS AGREEMENT
CONTRACTOR agrees to indemnify and hold harmless the City of Carlsbad and
its officers, officials, employees and volunteers from and against all claims, damages,
9 Rev. 08-08-97
losses and expenses including attorney fees arising out of the performance of the work
described herein caused in whole or in part by any willful misconduct or negligent act or
omission 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, except
where caused by the active negligence, sole negligence, or willful misconduct of the
City of Carlsbad.
CONTRACTOR shall at its own expense, upon written request by the City,
defend any such suit or action brought against the City, its officers, officials, employees
and volunteers. CONTRACTOR’S indemnification of City shall not be limited by any
prior or subsequent declaration by the CONTRACTOR.
17. ASSIGNMENT OF CONTRACT
CONTRACTOR shall not assign this contract or any part hereof or any monies
due or to become due thereunder without prior written consent of the CITY.
18. SUBCONTRACTING
If the CONTRACTOR shall subcontract any of the work to be performed under
this contract by CONTRACTOR, the CONTRACTOR shall be fully responsible to the
CITY for the acts and omissions of its subcontractor and of the persons either directly
or indirectly employed by its subcontractor, as it is for the acts and omissions of
persons directly employed by it. Nothing contained in this contract shall create any
employee or contractual relationship between any subcontractor of CONTRACTOR and
the CITY. The CONTRACTOR shall bind every subcontractor and every subcontractor
of the subcontractor by their terms of this contract applicable to its work unless
specifically noted to the contrary in the subcontract in question approved in writing by
the CITY.
10 Rev. 08-08-97
19. PROHIBITED INTEREST
No official of the CITY who is authorized in such capacity on behalf of the CITY
to negotiate, make, accept or approve, or to take part in negotiating, making, accepting
or approving any architectural, engineering, inspection, construction, or material supply
contract or subcontract in connection with the construction of the project, shall become
directly or indirectly interested personally in this contract or in any part thereof. No
officer, employee, architect, attorney, engineer or inspector of or for the CITY who is
authorized in such capacity and on behalf of the CITY to exercise any executive,
supervisory or other similar functions in connection with the performance of this contract
shall become directly or indirectly interested personally in this contract or any part
he reof.
20. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee or the
CITY, either before, during or after the execution of this contract, shall affect or modify
any of the terms or obligations herein contained, nor shall such verbal agreement or
conversation entitle the CONTRACTOR to any additional payment whatsoever under
the terms of this contract.
21. SUCCESSOR OR ASSIGNS
Subject to the provision of Paragraph IO, "Hold Harmless Agreement", all terms,
conditions, and provisions hereof shall inure to and shall bind each of the parties
hereto, and each of their respective heirs, executors, administrators, successors, and
assigns.
Ill
11 Rev. 08-08-97
22. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first written
above.
23. CONFLICT OF INTEREST
The 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 four categories.
24. INSURANCE
The CONTRACTOR shall obtain and maintain for the duration of the contract
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
work hereunder by the CONTRACTOR, its agents, representatives, employees or
subcontractors. Said insurance shall 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-:VI and shall meet the
City’s policy for insurance as stated in Resolution No. 91-403.
A. Coveraqes and Limits.
CONTRACTOR shall maintain the types of coverages and minimum limits
indicated herein, unless a lower amount is approved by the City Attorney or City
Manager:
I. Comprehensive General Liability Insurance. $1,000,000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits shall apply
separately to the work under this contract or the general aggregate shall be twice the
12 Rev. 08-08-97
required per occurrence limit.
2. Automobile Liability (if the use of an automobile is involved for
CONTRACTOR'S work for the City). $1,000,000 combined single-limit per accident for
bodily injury and property damage.
3. Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the Labor Code of the State of California and
Employer's Liability limits of $1,000,000 per accident for bodily injury.
B. Additional Provisions.
CONTRACTOR shall ensure that the policies of insurance required under
this agreement contain, or are endorsed to contain, the following provisions.
1. The City shall be named as an additional insured on all policies
excluding Workers' Compensation.
2. The CONTRACTOR shall furnish certificates of insurance to the
City before commencement of work.
3.
4.
The CONTRACTOR shall obtain occurrence coverage.
This insurance shall be in force during the life of the agreement
and any extension thereof and shall not be canceled without 30 days prior written notice
to the City sent by certified mail.
5. If the CONTRACTOR fails to maintain any of the insurance
coverages required herein, then the City will have the option to declare the
CONTRACTOR in breach, or may purchase replacement insurance or pay the
premiums that are due on existing policies in order that the required coverages may be
maintained. The CONTRACTOR is responsible for any payments made by the City to
obtain or maintain such insurance and the City may collect the same from the
13 Rev. 08-08-97
CONTRACTOR or deduct the amount paid from any sums due the CONTRACTOR
under this agreement.
25. RESPONSIBLE PARTIES
The name of the persons who are authorized to give written notices or to receive
written notice on behalf of the City and on behalf of the CONTRACTOR in connection
with the foregoing are as follows:
For City: Title:
Name:
Address:
For Contractor: Title:
Name:
Address:
ArchitecVLicense Number:
Architect/License Number:
26. BUSINESS LICENSE
Senior Planner
Christer Westman
1635 Faradav Avenue
Carlsbad CA 92008
Senior Project Manaqer
Tim Gnibus
304 Ivy Street
San Dieao CA 92101-2030
CONTRACTOR shall obtain and maintain a City of Carlsbad Business License
for the duration of the contract.
27. ENTIRE AGREEMENT
This agreement, together with any other written document referred to or
contemplated herein, embody the entire agreement and understanding between the
parties relating to the subject matter hereof. Neither this agreement nor any provision
hereof may be amended, modified, waived or discharges except by an instrument in
14 Rev. 08-08-97
writing executed by the party against which enforcement of such amendment, waiver or
discharge is sought.
Executed by CONTRACTOR this 3rd day of November , 200l.
CONTRACTOR:
BRG CONSULTING INC
(BRG Consulting, IncJ
BY (sign here) .
(print name/title)
Bv:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: *-
Citymanager
ATTEST:
A
(Proper notarial acknowledgment of execution by CONTRACTOR must be attached).
(Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant
treasurer must sign for corporations. 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.)
(If signed by an individual partner, the partnership must attach a statement of partnership
authorizing the partner to execute this instrument).
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
15 Rev. 08-08-97
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO
On ww 5 Loor before me, w c /‘C ycpt.
Notary Public, personally appeared E R 1 c H 9
[ \A1 personally known to me - or [a govedto me on the basis of satisfactory evidence to
be the psson(s) whose -nacne(s)iS/are subscribed to the within instrument and
acknowledged to me that k/she/they executed the same in his/her/their authorized
c_apacity(ies), and that by his/her/their sgnaUs(s) on the instrument the person(s), or
the entity upon behalf of which the person(s) acted, executed the instrument.
F?Z i A r r-, elr s
WITNESS my hand and official seal.
(Signature of NotaryY