HomeMy WebLinkAboutRBF Consulting; 2007-07-31;PWENG615
AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR
PROFESSIONAL TRAFFIC ENGINEERING SERVICES
(RBF CONSULTING, INC.)
This Amendment No. 2 is entered into and effective as of the / / ^"~ day of
_, 2009, extending and amending the agreement dated
July 31, 2007 (the "Agreement") by and between the City of Carlsbad, a municipal corporation,
("City"), and RBF Consulting, Inc., a California corporation ("Contractor") (collectively, the
"Parties").
RECITALS
A. On May 20, 2008, the Parties executed Amendment No. 1 to the Agreement to
extend and fund the Agreement for a period of one (1) year and for an additional ten thousand
dollars ($10,000); and
B. The Parties desire to alter the Agreement's scope of work to include, response to
comment on the La Costa Town Square EIR documents, and for attendance at hearings and
briefings as required; and
D. The Parties desire to extend the Agreement for a period of five (5) months; and
E. The Parties have negotiated and agreed to a supplemental scope of work and
fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of
Services and Fee.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. In addition to those services contained in the Agreement, as may have been
amended from time to time, Contractor will provide those services described in Exhibit "A".
2. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed twenty thousand dollars ($20,000).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City.
3. Contractor will complete all work described in Exhibit "A" by December 31, 2009.
4. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
5. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
6. The individuals executing this Amendment 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 Amendment.
CONTRACTOR
RBF CONSULTING, INC.,
a California corporation
CITY OF licipal
sign here)
"^fc/ly^fv.t/i
int narne/title)(print narne/title)
(J
LORRAINE M.WOODf )
City Clerk U ^^
fflif^.r f\CT
?>v»««vi\fe^<t/r O •<
(print name/title)''/ * •A- x \^x
'"'i.t^*
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a Corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
*Group A.
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:
RONALD R. BALL, City Attorney
By:_
Deputy City Attorne
City Attorney Approved Version #05.22.01
EXHIBIT "A"
SCOPE OF SERVICES AND FEE
La Costa Town Square Third Party Review
RBF Consulting will continue to provide third party review services to City of Carlsbad for the La
Costa Town Square project.
Task 1: Response to Comments on EIR
RBF Consulting will work together with City staff in preparing responses to comments received
on the traffic analysis section of the EIR.
Task 2: Preparation for Public Hearings
RBF Consulting will work together with City staff in preparing presentation materials for the
Planning Commission and City Council meetings for the project. Materials to be prepared will
include a summary report of project findings and mitigation measures and power point
presentations. As necessary, RBF will work together with the traffic engineer responsible for
preparing the traffic impact analysis report to resolve any issues and/or in the development of
exhibits for the presentations.
Task 3: Meeting Attendance
RBF will meet with City of Carlsbad staff as necessary in preparing for the public hearings. This
includes strategy meetings prior to public hearings and meetings with commissioners/council
members.
Task 4: Public Hearing Attendance
RBF will attend Planning Commission and City Council Hearings for the project and present
prepared information as necessary as directed by City staff. RBF will be prepared to assist in
answering questions regarding the findings of the traffic impact analysis report at each meeting.
Fee Proposal
RBF Consulting will provide the services outlined in Exhibit "A" on a time and materials basis for
a fee not to exceed $20,000. Standard hourly billing rates for 2009 are as follows:
Project Manager $160
Project Engineer $145
Transportation Planner $110
Assistant Planner $ 90
Staff anticipated to be involved in the project include: Dawn Wilson (Project Manager),
Stephanie Cheng (Transportation Planner), Scott Eisenhart (Project Engineer) and Kiley
Wallace (Assistant Planner).
City Attorney Approved Version #05.22.01
AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR
PROFESSIONAL TRAFFIC ENGINEERING SERVICES
(RBF CONSULTING, INC.)
This Amendment No. 1 is entered Jnto and effective as of the day of
-^"^ , 200tf , extending and amending the agreement dated
July 31, 2007 $ne s Agreement") by and between the City of Carlsbad, a municipal corporation,
("City"), and RBF CONSULTING, INC., ("Contractor") (collectively, the "Parties") for
PROFESSIONAL TRAFFIC ENGINEERING SERVICES
RECITALS
A. The Parties desire to alter the Agreement's scope of work to extend and fund the
Agreement for a period of one (1) year.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of one (1) year ending on July 31, 2009 on a time and materials basis not-
to-exceed Ten Thousand dollars ($10,000).
3. City will pay Contractor for all work associated with those services described in
Exhibit "A" on a time and materials basis not-to-exceed Ten Thousand dollars ($10,000).
Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include
hours performed, hourly rates, and related activities and costs for approval by City.
4. Contractor will complete all work described in Exhibit "A" by July 31, 2009.
5. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
6. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version #05.22.01
7. The individuals executing this Amendment 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 Amendment.
CONTRACTOR
RBF CONSULTING, INC
CITY OF CARLSBAD, a municipal
corporation of the State ofjCalifornia
**T^ City Manager or Mayor
ATTEST:
(e-mail address)
Jprint name/title)
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If a Corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
*Group A.
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:
RONALD R. BALL, City Attorney
City Attorney Approved Version #05.22.01
Exhibit "A"
Scope of Work
La Costa Town Square Third Party Review
To complete RBF's involvement in the La Costa Town Square Third Party review efforts,
we will complete the following tasks:
Task 1: Preparation for Public Hearings
RBF Consulting will work together with City staff in preparing presentation materials for
the Planning Commission and City Council meetings for the project. Materials to be
prepared will include a summary report of project findings and mitigation measures and
power point presentations. As necessary, RBF will work together with the traffic
engineer responsible for preparing the traffic impact analysis report to resolve any issues
and/or in the development of exhibits for the presentations.
Task 2: Meeting Attendance
RBF will meet with City of Carlsbad staff as necessary in preparing for the public
hearings. This includes strategy meetings prior to public hearings and meetings with
commissioners/council members.
Task 3: Public Hearing Attendance
RBF will attend Planning Commission and City Council Hearings for the project and
present prepared information as necessary as directed by City staff. RBF will be
prepared to assist in answering questions regarding the findings of the traffic impact
anlaysis report at each meeting.
RBF Consulting will provide the services outlined above on a time and materials basis
for a fee not to exceed $10,000. Standard hourly billing rates for 2008 are as follows:
Project Manager $160
Project Engineer $145
Transportation Planner $110
Assistant Planner $ 90
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of _
On
Date
before me,
personally appeared UOU&lQ^> ^ •
//• &/ia£.
Here Insert Name and Titfc of the Officer
<>co+l
Name(s) of Slgner(s)
DIANE M. ELIAS \
C.OMM. #1501373 *
NOTARY PUBLIC "CALIFORNIA §
SAN DIEGO COUNTY "tCommission Expires July 17.2008 f
MWWWWVWWUVWWVVWVWWWWvC
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
fealsbe/they executed the same in -bie/her/their authorized
capacity (ies), and that by hie/hsr/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.
Place Notary Seal Above
WITNESS my hand and official seal.
Signature.
OPTIONAL -
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: CiTrt. p-f
Document Date: "
ttI -fo <- $4.rVurV> ce *
Signer(s) Other Than Named Above: —~
Capacity(ies) Claimed by Signer(s)
Signer's Name:
D Individual
[fr Corporate Officer
D Partner — D Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
D Other:
Signer Is Representing: .
RIGHTTHUMBPRINT
OF SIGNER
Top of thumb here
. Number of Pages:.
Signer's Name:
D Individual
D Corporate Officer — Title(s):
D Partner — n Limited D General
D Attorney in Fact
D Trustee
D Guardian or Conservator
[Bother:
RIGHTTHUMBPRINT
OF SIGNER
Top of thumb here
Signer Is Representing:.
AGREEMENT FOR
PROFESSIONAL TRAFFIC ENGINEERING SERVICES
(RBF CONSULTING, INC.)
JTHIS AGREEMENT is made and entered into as of the O/ day of
L^X/jUL^ 20 OJ . by and between the CITY OF CARLSBAD, a municipal
corporation, Gifcity"), and RBF CONSULTING, a California corporation ("Contractor").
RECITALS
A. City requires the professional services of a professional Engineering
Contractor that is experienced in roadway, drainage, and traffic engineering.
B. Contractor has the necessary experience in providing professional
services and advice related to roadway, drainage, and traffic engineering.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services
(the "Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one (1) year from the date
first above written. The City Manager may amend the Agreement to extend it for one (1)
additional one (1) year period or parts thereof in an amount not-to-exceed
fifteen thousand dollars ($15,000) per Agreement year. Extensions will be based upon a
satisfactory review of Contractor's performance, City needs, and appropriation of funds
by the City Council. The parties will prepare a written amendment indicating the
effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #11.28.06
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be fifteen thousand dollars ($15,000). No other compensation for the Services will
be allowed except for items covered by subsequent amendments to this Agreement.
The City reserves the right to withhold a ten percent (10%) retention until City has
accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by
the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attorney Approved Version #11.28.06
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, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will survive the expiration or early
termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:V".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and
employees make no representation that the limits of the insurance specified to be
carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If
Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial 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 will apply
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 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 and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
City Attorney Approved Version #11.28.06
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 General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor
under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of
the Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
City Attorney Approved Version #11.28.06
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For City: For Contractor:
David Mauser RBF Consulting, &&?%
Deputy City Engineer -Richard Lucera'bavA3n
Public Works, Engineering Senior Associate
City of Carlsbad 5050 Avenida Encinas
1635 Faraday Avenue Carlsbad CA 92008
Carlsbad CA 92008 (760)476-9193
(760) 602-2739
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
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
City Attorney Approved Version #11.28.06
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
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not otherwise
settled by agreement between the parties. Representatives of Contractor or City will
reduce such questions, and their respective views, to writing. A copy of such
documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative
receiving the letter will reply to the letter along with a recommended method of
resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City
Manager. The City Manager will consider the facts and solutions recommended by each
party and may then opt to direct a solution to the problem. In such cases, the action of
the City Manager will be binding upon the parties involved, although nothing in this
procedure will prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will not exceed the lump sum fee payable under this Agreement. City will make the
final determination as to the portions of tasks completed and the compensation to be
made.
City Attorney Approved Version #11.28.06
6
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to
City must be asserted as part of the Agreement process as set forth in this Agreement
and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that
California Government Code sections 12650 et sea., the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is
entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor
on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #11.28.06
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
RBF CONSULTING, itfef; a
California corporation
*By:
(sign here)
Richard A Rubin. Senior Vice Pres
(print name/title)
Rickrubin@rbf.com
(e-mail address)
**By:
CITY OF CARLSBAD, a municipal
corporation of th? State-6? California
City Manager ui Mayor
or Authorized Signatory
ATTEST:
(sigprthere)'
Douglas J Frost. CFO
(print name/title)
dfrosst@rbf.com
(e-mail address)
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a Corporation. Agreement must be signed by one corporate
officer from each of the following two groups.
'Group A.
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:
RONALD R. BALL, City Attorney
)eputy City Attorney
8
City Attorney Approved Version #11.28.06
EXHIBIT "A"
SCOPE OF WORK
RBF Consulting will complete the following tasks in support of the continuing 3rd Party
review services for the La Costa Town Center traffic study:
Task 1. Traffic Study Review Continuation
RBF Consulting will continue to review the traffic report and provide
comments to City of Carlsbad staff and project's traffic consultant as
information is submitted.
Task 2. Summary of Comments
RBF Consulting will provide the City with a memorandum summarizing
our comments, along with a red-lined copy of the report for your use. We
will be available to meet with City staff or with the engineer responsible
for the traffic study to review the comments.
To complete the review, RBF Consulting anticipates a minimum of three
new versions of the traffic impact analysis report, proving two rounds of
comments:
1. Revised Submittal - RBF reviews the document and
provides "1st round level of detail" comments, which
includes a detailed assessment of information provided in
the appendix of the report. This level of review will
continue until a complete version of the appendix is
submitted with the report;
2. Final Draft Submital - Review report to ensure that
previous comments provided by RBF are incorporated into
the report; RBF will review the document and provide "2nd
round" level of comments, which includes a brief review of
appendix for completion and review of findings of traffic
report; and
3. Final Report Submittal - RBF will review the document to
ensure that all previous versions of the comments are
included in the report.
Once we have completed the review of the Final Report, a letter will be
submitted by RBF Consulting to the City approving the traffic impact
analysis report.
Task 3. Meetings
RBF Consulting will attend a maximum of 3 meetings to discuss this
project. This addendum excludes attendance at public hearings.
Exhibit "B"
Fee Statement
RBF Consulting will complete the tasks outlined in Exhibit "A" for the La Costa Town
Center Third Party Review for a lump sum fee of $15,000:
Taskl
Task 2
Task3
TOTAL
Traffic Study Review
Summary of Comments
Meetings
$10,000
$ 4,000
$ 1.000
$15,000
A breakdown of our billing rates are provided with this fee statement. The staff assigned
to work on this project are as follows:
Office Personnel
Dawn Wilson
David Mizell
Tim Strow
Erik Dixon
Senior Project Engineer
Transportation Planner
Transportation Planner
Transportation Analyst II
Billing Rate
$160
$ 98
$ 90
$ 85
The fees included in this scope of work are in addition to any remaining budget that may
have been left in the previous work programs for the La Costa Town Square project.
The remaining budget should not be deducted from this fee proposal.