Loading...
HomeMy WebLinkAbout2003-10-14; City Council; 17348; Public Relations for Rancho Santa Fe Rd NorthAB# 17,348 IITG. 10/14/03 IEPT. ENG CITY OF CARLSBAD -AGENDA BILL TITLE: APPROVAL OF AGREEMENT FOR PUBLIC RELATIONS SERVICES WITH KATZ AND ASSOCIATES FOR RANCHO SANTA FE ROAD NORTH, PHASES 1 & 2, PROJECT NOS. 3190 & 3907 CITY ATTY. CITY MGR. RECOMMENDED ACTION: Adopt Resolution No. 2003-271 Katz and Associates for Rancho Santa Fe Road, Phases 1 & 2, Project Nos. 3190 & 3907. approving an agreement for Public Relations Services with ITEM EXPLANATION: The Rancho Santa Fe Road project consists of the widening and realignment of approximately 2.2 miles of Rancho Santa Fe Road from La Costa Avenue to Melrose Drive. The project will be constructed in two phases: Phase 1, from La Costa Avenue to San Elijo Road; and Phase 2, from San Elijo Road to Melrose Drive. Benefits of the project include reduced congestion, improved traffic flow and increased safety for travelers on the road. Additionally, this project will improve a vital link in the North County region’s roadway network. On November 19, 2002, City Council approved Resolution No. 2002-343 awarding a construction contract to ErrecaWHanson SJH Joint Venture, for the Rancho Santa Fe Road North, Phase 1 Realignment and Widening, Project No. 3190. Construction of Phase 2 is anticipated to start in at the beginning of 2004. Due to the significance to the community of the road realignment and widening project, staff feels it is important to keep the local residences and businesses notified of the progress of the project. The public relations consultant will assist the Construction Management Division in a number of areas. They will assist with media relations, news releases, operation of the project information telephone line, assist with community meetings, prepare and mail a quarterly project newsletter and other duties as requested by the City. Consistent with Carlsbad Municipal Code Section 3.28.070, requests for Qualifications for Public Relations firms were published and five responses were received by the City’s Engineering Department on September 25, 2002. After evaluation of the proposals by staff, Katz & Associates was found to be the most qualified firm. The attached contract with Katz & Associates has undergone a pre-award audit by Caltrans, which is required prior to the City awarding the contract for projects receiving federal funds. Staff recommends that the City Council approve the agreement with Katz & Associates to provide public relations services for Rancho Santa Fe Road North, Phases 1 €4 2. FISCAL IMPACT: BUDGET The cost of the Rancho Santa Fe Road North, Phase 1 and 2 projects are summarized in the following table. Costs shown for all Phase 1 tasks are based on actual costs and bids received and include design costs for Phase 2, which were incurred concurrently with Phase 1. All costs for Phase 2, except the remaining design costs, are estimated. 17,348 Page 2 of Agenda Bill No. Public relations Total appropriations for Rancho Santa Fe Road to date are $44.8 million. The costs associated with the Katz & Associates contract under consideration are summarized below and are included within the amounts on the above table under Construction Management and Support. $84,472 I $173,173 [ $247,645 FUNDING The Rancho Santa Fe Road Phase 1 and 2 projects will be funded with a combination of Community Facilities District No. 1 (CFD #I), Planned Community Facilities District No. 2 (CFD #2), Public Facilities Fee (PFF), Federal and State Grants, and reimbursements from other agencies and developers. ENVIRONMENTAL: The City Council at their meeting on June 2, 1992 passed Resolution No. 92-152 certifying EIR No. 91-1 for both Phase 1 and Phase 2 of the Rancho Santa Fe Road North project. The City Council at their meeting on April 25, 2000 passed Resolution No. 2000-128 approving Addendum No. 2 to the final EIR No. 91-1 for Rancho Santa Fe Road. This EIR covers the realignment and widening of Rancho Santa Fe Road from La Costa Avenue to Melrose Drive. EXHIBITS: 1. Resolution No. 2003-271 approving the agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 3190 and 3907. 2. Agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 3190 & 3907. DEPARTMENT CONTACT: David Hauser, (760) 602-2739, dhaus@ci.carlsbad.ca.us Doug Helming (760) 744-9801, douahei@aol.com 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 CI &; RESOLUTION NO. 2003-271 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT FOR PUBLIC RELATIONS SERVICES WITH KATZ & ASSOCIATES, FOR RANCHO SANTA FE ROAD NORTH, PHASES 1 & 2, PROJECT NOS. 31 90 2% 3907. WHEREAS, the City Council of the City of Carlsbad, California, considers it necessary and in the public interest to approve the agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 31 90 & 3907; and WHEREAS, the contractor, Katz & Associates, possesses the necessary skills and qualifications to provide the services described above; and WHEREAS, the agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 3190 & 3907, was submitted to Caltrans for a pre-award audit as required for projects receiving federal funding; and WHEREAS, Caltrans approved the agreement with the addition of references to certain sections in the Code of Federal Regulations. The requested sections have been inserted as requested by Caltrans; and WHEREAS, agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 31 90 & 3907 has been prepared and submitted here to. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. Ill Ill Ill Ill Ill Ill Ill 1 E 4 5 6 7 8 9 10 11 12 \ 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. That the agreement for public relations services with Katz & Associates for Rancho Santa Fe Road North, Phases 1 & 2, Project Nos. 31 90 & 3907 is hereby approved and the Mayor is authorized and directed to execute said agreement. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council ield on the 14th day of October , 2003 by the following vote, to wit: AYES: Council Members Hall, and Packard ITTEST: &,ce cIu7 . M. WOOD, City Clerk Page 2 of 2 of Resolution No. 2003-271. (SEAL) AGREEMENT FOR PUBLIC RELATIONS SERVICES WITH KATZ & ASSOCIATES FOR RANCHO SANTA FE ROAD NORTH, PHASES I AND 2, PROJECT NO. 3190 %t 3907 THIS AGREEMENT is made and entered into as of the @4mf&k 1s day of 9- 20 d.3 , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and KATZ & ASSOCIATES, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a public relations firm that is experienced in dealing with capital improvement roadway projects and is familiar with the City of Carlsbad. B. Contractor has the necessary experience in providing professional services and advice related to public relation 'aspects of public works projects, working with City staff, the Carlsbad City Council and contractors in the City of Carlsbad. 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 three (3) years from the date first above written.-The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed the amount of the original Agreement. 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 for each and every provision of this Agreement. TIME IS OF THE ESSENCE City Attorney Approved DEE Version #04.16.02 1 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be two hundred forty seven thousand six hundred forty five dollars ($247,645). 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 DBE Version #04.16.02 2 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmtess 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 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. 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 suwive 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'. IO. 1 Coveraqes 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 Liabilitv -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. City Attorney Approved DBE Version #04.16.02 3 7 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. 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 Providinq 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. City Attorney Approved DBE Version #04.16.02 4 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, or any State or Federal agency, during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of contractor under this Agreement. For City: Name Glenn Pruim Title Deputy Public Works Director Dept Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad CA 92008 Phone No. (7601 602-2407 For Contractor: Name Kathy Hancock Title Administrative Representative Address 4250 Executive Square, Suite 670 La Jolla CA 92037 Phone No. (858) 452-0031 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. City Attorney Approved DBE Version #04.16.02 5 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. 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. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION A. The City has established no goals for the participation of DBE for this Agreement. However, Contractor shall be fully informed respecting Part 26, Title 49, Code of Federal Regulations (CFR), which is incorporated by reference, and is urged to obtain DBE participation should a clearly defined portion of the work become available. It is the policy of City that certified DBE firms shall have the maximum opportunity to participate in the performance of Agreements financed in whole or in part with federal funds. Contractor shall ensure that certified DBE firms, as defined in the CFR, have the maximum opportunity to participate in the performance of this Agreement and shall take all necessary and reasonable steps, as set forth in CFR, Part 26, for such assurance. Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontractor. Failure to carry out the requirements of this paragraph shall constitute a breach of Agreement and may result in termination of this Agreement or such other remedy that City may deem appropriate. B. City Attorney Approved DBE Version M4.16.02 6 C. If DBE participation is obtained, Contractor shall maintain records of all subcontractor agreements entered into with DBE subcontractors and records of materials purchased from DBE suppliers. Such records shall show each subcontractor's and vendor's name and address and the actual dollars paid to each. Upon completion of the Agreement, a summary of these records shall be prepared, certified correct and submitted on the form "FINAL REPORT - UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE), FIRST - TIER SUBCONTRACTORS", or equivalent, by Contractor or his authorized representative to the City of Carlsbad's Contract Manager showing total dollars paid to each DBE subcontractor and supplier. Any DBE firm working as a subcontractor under this Agreement must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing, and supervising the work. Contractor shall make every reasonable effort to replace a certified DBE firm that is unable to perform the provisions of this contract with another certified DBE firm. D. E. 20. 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 (1 0) 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. 21. 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. City Attorney Approved DBE Version M4.16.02 7 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. 22. 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. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. 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. City Attorney Approved DBE Version W.16.02 8 \$ 25. COST PRINCIPLES A. The Contractor agrees that the Contract Cost principles and procedures, 48 CFR, Federal Acquisition regulations System, Chapter 1, part 31 et seq., shall be used to determine the allowability of individual items of cost. B. The Contractor also agrees to comply with Federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been made to Contractor that are determined by subsequent audit to be allowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31 et seq., OR 49 CFR, Part 18 Uniform Administration Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Consultant to City. D. Any subcontract entered into as a result of this contract, shall contain all the provisions of his article. 26. RETENTION OF AUDIT RECORDS A. The City, state, the state auditor, FHWA or any duly authorized representative of the Federal Government having jurisdiction under Federal law or regulations (including the basis of federal funding in whole or in part) shall have access to any books, records, and documents of the Contractor that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. B. Any subcontract entered into as a result of this contract, shall contain all the provisions of this article. 27. 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. 26. 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 DBE Version #04.16.02 9 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. KATZ & ASSOCIATES, INC., a California corporation *By: (sign here) (print nameltitle) ATTEST: 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- P res ide n t **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: %i-. d2 &h&v wty City Attorney City Attorney Approved DBE Version #04.16.02 10 State of California } County of San Diego } ss: On -WLV 30, appeared , before me, Brian D. Norris, Notary Public, personally personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) idare 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. Witness my hand and official seal. NOTES: This acknowledgement attached to Agreement for Public Relations Services between Katz & Associates and the City of Carlsbad, Project No. 3 190, page 10. EXHIBIT “A” SCOPE OF SERVICES Contractor will perform the Tasks as listed on the following two (2) pages on a time and materials basis not to exceed $247,645 without written authorization from the City of Carlsbad. Hourly rates as shown on the attached pages may be adjusted annually beginning January 1, 2004. Any requested change in hourly billing rate must be approved by the City of Carlsbad in writing prior to said rate increase going into effect. Contractor shall not begin work on any task unless specifically authorized in writing by the City to do so. Invoices will be monthly as the work progress with payment due within thirty (30) working days from the date the invoices are received by the City of Carlsbad. Exhibit “A - Page 1 of 2 0 0 (if - 0 N 0 2 N h v) N 2 r . N H 0 v) (9 (if 0 I- N 0 N b m z m m 0 0) - mo v Ob N 7 2 v) N 0 2 0 b (9 m 0 0 ow v) 3 0 T N "6 N m m 6 WRITTEN CONSENT OF DIRECTORS OF KATZ 81 ASSOCIATES, INC. The undersigned, constituting the Directors of KATZ & ASSOCIATES, INC. (“the Corporation”), hereby consent to the adoption of the following resolutions: RESOLVED, that Sara M. Katz, President of the Corporation, be and hereby is authorized and directed to sign the attached contract with the City of Carlsbad named “Agreement for Public Relations Services for Rancho Santa Fe Road North, Phases 1 and 2, Project No. 3190, PWENG384.” RESOLVED FURTHER, that the Directors be and hereby are authorized to take any and all further action as they deem necessary or advisable to accomplish the transaction described above. Dated: Jul~~. 2003 Patricia A. Tennyson I, James Cardwell, Secretary of Katz& Associates, Inc. hereby certify that the above resolution was duly adopted by all of the Directors of Katz & Associates, Inc. on July 23, 2003 by written consent. Dated: Julya, 2003 KRJ4972.WPD