Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Michael Baker International Inc; 2018-11-28; PSA19-577CA
PSA19-577CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4 DESIGN AMENDMENT FOR THE STATE STREET DRAINAGE IMPROVEMENT PROJECT NO. 6608 This fourth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Civil Engineering in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated September 26, 2019, (“proposal”), attached as Appendix "A" for the State Street Drainage Design Amendment, (the “Project"). The Project services shall include Design Amendment for the final design of the drainage improvements on State Street. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) calendar year thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: FE9BA61E-E616-45D0-A1E3-24DB6EDA9CB2 October 7, 2019 PSA19-577CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is 5,000. TABLE 1 FEE ALLOTMENT DESIGN AMENDMENT FOR THE STATE STREET DRAINAGE IMPROVEMENT TASK GROUP TIME & MATERIALS 100% Submittal Design Amendment $5,000 TOTAL (Not-to-Exceed) 5,000 CONTRACTOR Michael Baker International Michael Baker International (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: FE9BA61E-E616-45D0-A1E3-24DB6EDA9CB2 October 7, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: FE9BA61E-E616-45D0-A1E3-24DB6EDA9CB2 State Street Drainage Design, Change Order 1 Page 1 Fee Allotment No. 2, Change Order 1 Project No.: 66083 Fee Allotment Number: 2, Change Order No. 1 Fee Allotment Title: State Street Drainage Design Consultant Project Manager: Scott Cartwright City of Carlsbad Project Manager: Danny Zimny Purpose This work will supplement Project Task Description & Fee Allotment No. 2 to the Master Agreement PSA19-577CA. The City of Carlsbad desires to proceed with construction of drainage improvements within the City of Carlsbad Northwest Quadrant on State Street between Carlsbad village Drive and Grand Avenue. This part of Carlsbad Village is subject to a high volume of both pedestrian and vehicular traffic. Over time, several isolated low spots have developed along the gutter line, most notably at the existing cross walks. Two restaurant seating pop-out have been constructed within the parking areas and can cause additional ponding during and after rain events. Scope of Services Task 1: Hydrology and Hydraulics Memo This task is unchanged from the previous scope of work. Task 2: Plans, Specifications, and Estimates (70% Design Level) This task is unchanged from the previous scope of work. Task 3: 100% Bid Package Additional effort is required for the preparation of the 100% bid package. The intent of the original scope was to design based on Alternative 2 from the Alternatives Analysis Northwest Quadrant Drainage Improvements State Street, January 2016. This alternative relied primarily on pipes and inlets to convey flow and did not include significant street improvements. Subsequently, the City requested that the design be revised to include curb and gutter improvements along the length of the project on both sides of the street. To design the top of curb and gutter flowline an additional sheet will be added to the plan set showing plan and profile of the right and left curbs and centerline. The City has also requested that a new sheet be added to the plan set showing signing and striping. These two new sheets and the associated design effort are the basis for this change order. The deliverables for the 100% submittal will still be as follows: - 100% Improvement Plans (digital) - 100% Project Specifications (digital) DocuSign Envelope ID: FE9BA61E-E616-45D0-A1E3-24DB6EDA9CB2 State Street Drainage Design, Change Order 1 Page 2 - 100% Cost Estimate (digital) Task 4: Final Submittal This task is unchanged from the previous scope of work. Task 5: Bid Support and Additional Engineering Services This task is unchanged from the previous scope of work. Task 6: Meetings and Coordination This task is unchanged from the previous scope of work. Updated Schedule Major design submittal milestones are as follows: Deliverable Submittal Date City Review Period 1 100% Submittal 10/2/19 10/3/19 – 10/16/19 2 Final Submittal 10/23/19 Cost Estimate Item Previous Cost Amended Cost Change Task 1 $4,700 $4,700 $0 Task 2 $18,000 $18,000 $0 Task 3 $7,000 $12,000 $5,000 Task 4 $3,500 $3,500 $0 Task 5 $8,500 $8,500 $0 Task 6 $4,000 $4,000 $0 ODC $500 $500 $0 Total $46,200 $51,200 $5,000 DocuSign Envelope ID: FE9BA61E-E616-45D0-A1E3-24DB6EDA9CB2 Holder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462415322665013070673265761777200723604013241331307340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723111416027202207033337242172100070233372420720010703333625316211107023327253162000071222373530721000703333625206201007022337252063100077756163351765540777777707000707007Certificate No :570078094027CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/30/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 24554XL Insurance America IncINSURER A: 20443Continental Casualty CompanyINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 20494Transportation Insurance Co.INSURER D: 37540Beazley Insurance Company, Inc.INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570078094027 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $100,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 08/30/2019 08/30/2020 General Liability 6078988730 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B08/30/2019 08/30/2020 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) BUA 6078988680 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2019 UmbrellaUMBRELLA LIABA 08/30/2020US00079952LI19A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEC08/30/2019 08/30/2020 AOS WC6078988727D 08/30/2019 08/30/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC6078988713 Per ClaimPSDEF190046008/30/2019 08/30/2020 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryE $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General & Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof, the policy provisions will governhow notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000027699 570078094027 570078094027 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Michael Baker International, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION C WC6078988694 08/30/2019 08/30/2020 CA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CG 20 10 (04-13) Page 1 of 1 CONTINENTAL CASUALTY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement CNA74987XX (1-15) Page 1 of 1 Policy No: 6078988730 Endorsement No: Continental Casualty Company Effective Date: 8/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement CG 20 37 (04-13) Policy No: 6078988730 Page 1 of 1 Endorsement No: 1 Effective Date: 08/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER: 6078988680 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MICHAEL BAKER INTERANTIONAL, LLC Endorsement Effective Date: 8/30/2019 SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA71527XX (Ed. 10/12) ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization for whom or which you are required by written contract or agreement to add as an additional insured on this policy. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 Insured Name: Michael Baker International, LLC Copyright CNA All Rights Reserved. CONTINENTAL CASUALTY COMPANY Workers Compensation Blanket Waiver of Our Right to Recover From Others Policy No: WC 6078988713 Policy Effective Date: 08/30/2019 Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: 08/30/2019 Endorsement Expiration Date: 08/30/2020 Endorsement No: Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, PA © Copyright CNA All Rights Reserved. This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CNA74702XX (1-15) Page 1 of 1 CONTINENTAL CASUATY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY – NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: Name of person or organization to whom notice will be sent: Address: 500 GRANT ST STE 5400PITTSBURGH, PA 15219 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 CNA86681XX (8-16) Page 1 Insured Name: MICHAEL BAKER INTERTNATIONAL, LLC © CNA All Rights Reserved. NOTICE OF CANCELLATION TO OTHERS ENDORSEMENT This endorsement modifies the notice of cancellation of insurance provided by this policy: In the event of cancellation of the insurance afforded by this policy, we agree to mail advance written notice to other persons or organizations subject to the following: 1. Number of days advance notice: 30 days, or as required by written contract or agreement. 2. Other person or organization: any person or organization to whom you are required by written contract or agreement to mail advance written notice of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1.Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30 2.Name and Address of Person or Organization: All other terms and conditions of the policy remain unchanged. © Copyright CNA All Rights Reserved. Form No: CNA87380XX (11-2016) Endorsement Effective Date: 8/30/2019 Endorsement No: 1 ; Page: 1 of 1 Endorsement Expiration Date: Policy No: WC 6078988713 Policy Effective Date: 8/30/2019 Policy Page: Underwriting Company: American Casualty Company of Reading, PA This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT Workers Compensation NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT PSA19-577CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6616 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide civil engineering/storm drain improvement services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated September 19, 2019, (“proposal”), attached as Appendix “A” for the Fire Station Drainage Improvements, (the “Project”). The Project services shall include preliminary site assessment, utility research, design permanent Best Management Practices (BMP’s) at Fire Stations 1,4, and 5, prepare final BMP Plans and final cost estimate, as well as bid support and additonal engineering services and coordination meetings. 2. PROGRESS AND COMPLETION Contractor’s receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, “Fee Allotment”, herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix “A”, attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix “A”. Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C October 15, 2019 PSA19-577CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor’s services for this Project Task Description and Fee Allotment is $29,000. TABLE 1 FEE ALLOTMENT FIRE STATIONS DRAINAGE IMPROVEMENTS TASK GROUP TIME & MATERIALS Preliminary site assessment $2,500 Existing utility research $1,000 BMP design plans and estimate (70% design level) $12,000 100% submittal $5,000 Final Submittal $2,500 Bid support and additional engineering services $2,500 Meetings and coordination $3,000 Reimbursable expenses $500 TOTAL (Not-to-Exceed) $29,000 CONTRACTOR Michael Baker International Michael Baker International (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C October 15, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C Michael Baker International September 19, 2019 Contract Agreement for Carlsbad Fire Station BMPs A-1 ATTACHMENT “A” SCOPE OF SERVICES UNDERSTANDING OF PROJECT City of Carlsbad is planning to construct permanent Best Management Practices (BMP’S), at various City Fire Stations, as a continuous measure to meet National Pollutant Discharge Elimination (NPDES) Permit (Order No. R9-2013-0001 as amended) requirements. The BMP construction would help to mitigate or eliminate the impact of the washing runoffs produced by the Fire Apparatus at the stations, prior to any discharge entering to the City’s storm drain system. BMPs would be installed at Fire Stations 1, 4, and 5. City of Carlsbad is currently using temporary means and practices to comply with the current NPDES permit requirements at the stations. Among the City’s existing Fire Stations, Fire Station no. 3, and no. 6, are operating with permanent BMPs, which were incorporated as part of the recent facility renovations at those locations and are no longer in need of additional improvement. At Fire Station No. 4 there are existing plans to add building facilities to the station. These plans should be considered when recommending and designing BMPs for this station. TASK 1 PRELIMINARY SITE ASSESSMENT The Consultant to conduct an initial site assessment and document the results for Fire Stations 1, 4, and 5 within a memorandum. This assessment will identify potential permanent BMPs locations. During meeting with City and Fire Department staff on 9/3/19, the activities which could result in discharge to the MS4 include vehicle and hose washing. All indoor activities drain into interior inlets that are assumed to drain directly to the sewer and would not be subject to MS4 Permit requirement and will not be included in this Scope of Services. The memo will include schematic BMP alternatives for each of the fire stations (up to 2 BMPs per station, 6 total BMPs). BMP sizing will be based on City provided information regarding rate, duration, and frequency of washing. This information will be used to calculate an approximate volume of runoff. TASK 2 EXISTING UTILITY RESEARCH It is assumed that the City will provide any available as-built drawings for each of the 3 fire stations (including Building Plans). The Consultant will conduct supplemental existing utility research utilizing data available through the City’s Public Records Search and by contacting franchise utility companies. DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C Michael Baker International September 19, 2019 Contract Agreement for Carlsbad Fire Station BMPs A-2 TASK 3 BMP DESIGN PLANS AND COST ESTIMATE (70% DESIGN LEVEL) The 70% design will be prepared based on the City of Carlsbad Engineering Standards, the schematic BMP alternatives developed in Task 1, and City feedback on the Task 1 deliverable. • The plans are anticipated to include the following: o Title sheet, notes, and details – two (2) sheets o BMP Design Sheets – one (1) sheet for each fire station, three (3) total sheets (1”=10’-20’ scale) • Cost Estimate will be based upon Regional Standard Unit prices and historic data from other similar projects designed for the City. • Storm Water Standards Questionnaire Form E-34. We assume that the questionnaire will show that this is a Standard Project and not a Priority Development Project. • Standard Project Requirement Checklist Form E-36. All deliverables will be submitted digitally to the City. TASK 4 100% SUBMITTAL The 70% deliverables will be revised based upon City comments. • 100% BMP Plans based on 70% City comments • 100% Cost Estimate based on 70% City comments All deliverables will be submitted digitally to the City. TASK 5 FINAL SUBMITTAL The 100% deliverables will be revised based upon City comments. • Final BMP Plans (1 mylar set, 2 full size bond sets) • Final Cost Estimate (digital) TASK 6 BID SUPPORT AND ADDITIONAL ENGINEERING SERVICES THROUGH PROJECT COMPLETION The Consultant will attend a pre-bid meeting and help the City respond to contractor questions. Technical bid questions will be fielded and responded to within two (2) business days. If necessary, design plans will be updated to address questions and comments (up to two [2] addenda). Assistance will also be provided in reviewing contractor bids. The Consultant will also review design-related submittals and shop drawings for conformance with contract documents. Written responses will be provided within ten (10) working days. Up to three (3) submittals (including resubmittals) are anticipated. The Consultant will attend meetings as needed (assume 2 meeting). RFI’s will be reviewed and responded to within five (5) working days. Up to three (3) RFI’s are anticipated. The Consultant will prepare as-built drawings based on redline mark-ups provided by the City. DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C Michael Baker International September 19, 2019 Contract Agreement for Carlsbad Fire Station BMPs A-3 TASK 7 MEETINGS AND COORDINATION The Consultant shall allot a budget of 20 hours to attend meetings and coordinate issues directly pertinent to this scope of work with City of Carlsbad staff and other project consultants. Hours exceeding this initial budget, if necessary, shall be authorized by the client prior to performance of work beyond this amount. ADDITIONAL SERVICES Services that are not specifically identified herein as services to be performed by Michael Baker International or its consultants are considered “Additional Services” for purposes of this scope of services. Client may request that Michael Baker perform services that are Additional Services, however, Michael Baker is not obligated to perform such Additional Services unless an amendment to this work request has been fully executed setting forth the scope, schedule, and fee for such Additional Services. NOTES Consultant’s obligations are based upon the following: 1) Survey mapping, right of way delineation, and private easement research are all assumed unwarranted. Schematic right-of-way and property lines will be included on the plans based on survey/mapping files provided by the City. 2) This scope does not include processing and coordination with resource agencies, including, but not limited to, U.S. Army Corps of Engineers, U.S. Fish and Wildlife Service, California Department of Fish and Game, and the Regional Water Quality Control Board. These services are assumed unwarranted. 3) It is assumed that project improvements do not warrant modifications to existing irrigation or traffic signals. Therefore, design services related to these efforts have not been included within this scope of work. 4) It is assumed that project specifications are either not warranted or will be prepared by City staff. CLIENT RESPONSIBILITIES 1. Client shall provide all requested “as-built” drawings and utility records relevant to the scope of work. 2. Client shall provide detailed topographic information covering the project limits. 3. Client will provide information regarding rate, duration, and frequency for each fire station for hose washing and for vehicle washing. DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C Michael Baker International September 19, 2019 Contract Agreement for Carlsbad Fire Station BMPs B-1 Proposed Compensation Client agrees to compensate Consultant for such services as indicated below: Monthly on a time and materials (T&M) basis not to exceed the master contract schedule of compensation. Reimbursable expenses such as reproduction shall be billed at cost plus 10% handling. CARLSBAD FIRE STATION BMPS Task 1 Preliminary Site Assessment ........................................................................................ $2,500 Task 2 Existing Utility Research .............................................................................................. $1,000 Task 3 BMP Design Plans and Estimate (70% Design Level) ................................................. $ 12,000 Task 4 100% Submittal ........................................................................................................... $ 5,000 Task 5 Final Submittal ............................................................................................................. $ 2,500 Task 6 Bid Support and Additional Engineering Services ....................................................... $ 2,500 Task 7 Meetings and Coordination ......................................................................................... $ 3,000 Reimbursable Expenses (Reproduction, Delivery, etc.) .................................................. $500 TOTAL $29,000 Progress billings will be forwarded to Client on a monthly basis. These billings will include the fees earned for the billing period plus all direct costs advanced by Consultant. Client will make every reasonable effort to review invoices within fifteen (15) working days from date of receipt of the invoices and notify Consultant in writing of all items that are alleged to be incorrect. DocuSign Envelope ID: 817AE45D-34BA-4660-AC4B-79DFD4B4096C Holder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462415322665013070673265761777200723604013241331307340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723111416027202207033337242172100070233372420720010703333625316211107023327253162000071222373530721000703333625206201007022337252063100077756163351765540777777707000707007Certificate No :570078094027CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/30/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 24554XL Insurance America IncINSURER A: 20443Continental Casualty CompanyINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 20494Transportation Insurance Co.INSURER D: 37540Beazley Insurance Company, Inc.INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570078094027 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $100,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 08/30/2019 08/30/2020 General Liability 6078988730 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B08/30/2019 08/30/2020 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) BUA 6078988680 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2019 UmbrellaUMBRELLA LIABA 08/30/2020US00079952LI19A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEC08/30/2019 08/30/2020 AOS WC6078988727D 08/30/2019 08/30/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC6078988713 Per ClaimPSDEF190046008/30/2019 08/30/2020 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryE $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General & Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof, the policy provisions will governhow notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000027699 570078094027 570078094027 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Michael Baker International, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION C WC6078988694 08/30/2019 08/30/2020 CA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CG 20 10 (04-13) Page 1 of 1 CONTINENTAL CASUALTY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement CNA74987XX (1-15) Page 1 of 1 Policy No: 6078988730 Endorsement No: Continental Casualty Company Effective Date: 8/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement CG 20 37 (04-13) Policy No: 6078988730 Page 1 of 1 Endorsement No: 1 Effective Date: 08/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER: 6078988680 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MICHAEL BAKER INTERANTIONAL, LLC Endorsement Effective Date: 8/30/2019 SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA71527XX (Ed. 10/12) ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization for whom or which you are required by written contract or agreement to add as an additional insured on this policy. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 Insured Name: Michael Baker International, LLC Copyright CNA All Rights Reserved. CONTINENTAL CASUALTY COMPANY Workers Compensation Blanket Waiver of Our Right to Recover From Others Policy No: WC 6078988713 Policy Effective Date: 08/30/2019 Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: 08/30/2019 Endorsement Expiration Date: 08/30/2020 Endorsement No: Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, PA © Copyright CNA All Rights Reserved. This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CNA74702XX (1-15) Page 1 of 1 CONTINENTAL CASUATY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY – NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: Name of person or organization to whom notice will be sent: Address: 500 GRANT ST STE 5400PITTSBURGH, PA 15219 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 CNA86681XX (8-16) Page 1 Insured Name: MICHAEL BAKER INTERTNATIONAL, LLC © CNA All Rights Reserved. NOTICE OF CANCELLATION TO OTHERS ENDORSEMENT This endorsement modifies the notice of cancellation of insurance provided by this policy: In the event of cancellation of the insurance afforded by this policy, we agree to mail advance written notice to other persons or organizations subject to the following: 1. Number of days advance notice: 30 days, or as required by written contract or agreement. 2. Other person or organization: any person or organization to whom you are required by written contract or agreement to mail advance written notice of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1.Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30 2.Name and Address of Person or Organization: All other terms and conditions of the policy remain unchanged. © Copyright CNA All Rights Reserved. Form No: CNA87380XX (11-2016) Endorsement Effective Date: 8/30/2019 Endorsement No: 1 ; Page: 1 of 1 Endorsement Expiration Date: Policy No: WC 6078988713 Policy Effective Date: 8/30/2019 Policy Page: Underwriting Company: American Casualty Company of Reading, PA This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT Workers Compensation NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT PSA19-577CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 66083 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, a Pennsylvania corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide civil design services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated April 12, 2019, (“proposal”), attached as Appendix "A" for the State Street Drainage Design, (the “Project"). The Project services shall provide a drainage analysis and improvement plan of the segment of State Street between Carlsbad Village Drive and Grand Avenue to enhance pedestrian mobility during rain events. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two (2) calendar years thereafter. Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $46,200. DocuSign Envelope ID: CBACA0F6-61D0-4CC2-A06F-F09CD5EBA12E April 24, 2019 PSA19-577CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT STATE STREET DRAINAGE DESIGN TASK GROUP TIME & MATERIALS Hydrology and hydraulics Memo $4,700 Plans, specifications and cost estimate (70% design submittal) $18,000 Plans, specifications and cost estimate (100% design submittal) $7,000 Final Submittal $3,500 Bid support and additional engineering services through project completion $8,500 Meetings and coordination $4,000 Reimbursable expenses $500 TOTAL (Not-to-Exceed) $46,200 CONTRACTOR Michael Baker International Michael Baker International (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: CBACA0F6-61D0-4CC2-A06F-F09CD5EBA12E April 24, 2019 A-1 APPENDIX A SCOPE OF SERVICES UNDERSTANDING OF PROJECT The City of Carlsbad desires to proceed with construction of drainage improvements within the City of Carlsbad Northwest Quadrant on State Street between Carlsbad village Drive and Grand Avenue. This part of Carlsbad Village is subject to a high volume of both pedestrian and vehicular traffic. Over time, several isolated low spots have developed along the gutter line, most notably at the existing cross walks. Two restaurant seating pop-out have been constructed within the parking areas and can cause additional ponding during and after rain events. TASK 1 HYDROLOGY AND HYDRAULICS MEMO Contractor will prepare a hydrology and hydraulics memo. The memo will include a hydrologic analysis for the drainage to determine project site peak flows from State Street to the proposed tie-in. Hydraulic calculations will be performed to determine the appropriate size for the proposed lateral and inlet. TASK 2 PLANS, SPECIFICATIONS, AND ESTIMATES (70% DESIGN LEVEL) The 70% design will be prepared based on the City of Carlsbad Engineering Standards. • The Improvement Plans are anticipated to include the following: o Title sheet, notes, and details – two (2) sheets o Storm Drain (plan/profile) – two (2) sheets (1”=20’ scale) • Cost Estimate will be based upon Regional Standard Unit prices and historic data from other similar projects designed for the City. • Draft Project Specifications based upon Greenbook Standards and a template to be provided by the City. • Storm Water Standards Questionnaire Form E-34. It is assumed that the results of the questionnaire will show that this is a Standard Project and not a Priority Development Project. • Standard Project Requirement Checklist Form E-36. All deliverables will be submitted digitally to the City. TASK 3 100% SUBMITTAL The 70% deliverables will be revised based upon City comments. • 100% Improvement Plans • 100% Project Specifications revised based upon City comments. • 100% Cost Estimate revised based upon City comments All deliverables will be submitted digitally to the City. TASK 4 FINAL SUBMITTAL The 100% deliverables will be revised based upon City comments. • Final Improvement Plans (1 mylar set, 2 full size bond sets) • Final Project Specifications (digital) • Final Cost Estimate (digital) DocuSign Envelope ID: CBACA0F6-61D0-4CC2-A06F-F09CD5EBA12E A-2 TASK 5 BID SUPPORT AND ADDITIONAL ENGINEERING SERVICES THROUGH PROJECT COMPLETION Contractor will attend a pre-bid meeting and help the City respond to contractor questions. Technical bid questions will be fielded and responded to within two (2) business days. If necessary, PS&E will be updated to address questions and comments (up to two [2] addenda). Assistance will also be provided in reviewing contractor bids. Contractor will also review design-related submittals and shop drawings for conformance with contract documents. Written responses will be provided within ten (10) working days. Up to ten (10) submittals (including resubmittals) are anticipated. Contractor will attend meetings as needed (assume 4 meeting). RFI’s will be reviewed and responded to within five (5) working days. Up to three (3) RFI’s are anticipated. Contractor will prepare as-built drawings based on redline mark-ups provided by the City. TASK 6 MEETINGS AND COORDINATION Contractor shall allot a budget of 24 hours to attend meetings and coordinate issues directly pertinent to this scope of work with City of Carlsbad staff and other project consultants. Hours exceeding this initial budget, if necessary, shall be authorized by the client prior to performance of work beyond this amount. An issues memo will be developed and included with each milestone submittal. The memo will include design considerations which require City input/feedback. ADDITIONAL SERVICES Services that are not specifically identified herein as services to be performed by Michael Baker International or its consultants are considered “Additional Services” for purposes of this scope of services. City may request that Contractor perform services that are Additional Services, however, Contractor is not obligated to perform such Additional Services unless an amendment to this work request has been fully executed setting forth the scope, schedule, and fee for such Additional Services. NOTES Contractor’s obligations are based upon the following: 1) Survey mapping, right of way delineation, and private easement research are all assumed unwarranted since all work is understood to be within City right of way. Schematic right-of-way and property lines will be included on the improvement plans based on survey/mapping files provided by the City. 2) This scope does not include processing and coordination with resource agencies, including, but not limited to, U.S. Army Corps of Engineers, U.S. Fish and Wildlife Service, California Department of Fish and Game, and the Regional Water Quality Control Board. These services are assumed unwarranted. 3) It is assumed that project improvements do not warrant modification to existing irrigation or traffic signals. Therefore, design services related to these efforts have not been included within this scope of work. DocuSign Envelope ID: CBACA0F6-61D0-4CC2-A06F-F09CD5EBA12E A-3 CITY RESPONSIBILITIES 1. City shall provide all requested “as-built” drawings and utility records relevant to the scope of work. 2. City shall provide off-site topography necessary to establish drainage areas beyond the surveying limit of work. 3. City shall provide detailed topographic information covering the project limits. 4. City shall provide requested pothole information. PROPOSED COMPENSATION Progress billings will be forwarded to City monthly on a time and materials (T&M) basis. These billings will include the fees earned for the billing period plus all direct costs advanced by Contractor. See Task breakdown below. Reimbursable expenses such as reproduction shall be billed at cost plus 10% handling. 2019 NORTHWEST QUADRANT DRAINAGE IMPROVEMENTS – STATE STREET Task 1 Hydrology and Hydraulics Memo ................................................................... $4,700 Task 2 Plans, Specifications, and Estimates (70% Design Level) ........................... $18,000 Task 3 100% Submittal ............................................................................................. $7,000 Task 4 Final Submittal .............................................................................................. $3,500 Task 5 Bid Support and Additional Engineering Services .......................................... $8,500 Task 6 Meetings and Coordination ........................................................................... $4,000 Reimbursable Expenses (Reproduction, Delivery, etc.) .................................... $500 TOTAL $46,200 DocuSign Envelope ID: CBACA0F6-61D0-4CC2-A06F-F09CD5EBA12E BHolder Identifier : 7777777707070700077763616065553330773617556304557607453136772406310073650566157330020762404113472110207126051332630112071662775364323300776605153645631207744015352274570077727252025773110777777707000707007 6666666606060600062606466204446200622002606224020006222204260040202062200042422400020620200626024000006002004062262022060220062622402000600222624006022206222006240002602066646062240664440666666606000606006Certificate No :570072755456CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/24/2018 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 23035Liberty Mutual Fire Ins CoINSURER A: 42404Liberty Insurance CorporationINSURER B: AA1128623Lloyd's Syndicate No. 2623INSURER C: 24554XL Insurance America IncINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570072755456 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $300,000 $10,000 $2,000,000 $4,000,000 $4,000,000 A 08/30/2018 08/30/2019 General Liability TB2681004145718 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000A08/30/2018 08/30/2019 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) AS2-681-004145-728 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2018 UmbrellaUMBRELLA LIABD 08/30/2019US00079952LI18A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEB08/30/2018 08/30/2019 Workers Comp - AOS $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WA768D004145778 Per ClaimPSDEF180046008/31/2018 08/30/2019 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryC $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: All Operations. City of Carlsbad is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD1635 Faraday Ave.Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Policy Number Issued by Liberty Mutual Fire Insurance Co. TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT – SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Conditions will not apply. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". Schedule Person or Organization: All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Page of© 2013 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1LC 24 20 02 13 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 POLICY NUMBER: TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. © Insurance Services Office, Inc., 2012 Page of 1 1CG 20 10 04 13 LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Policy Number TB2-681-004145-718 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY – UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Organization(s): Email Address or mailing address: Number Days Notice: Per schedule on file with the Company 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 POLICY NUMBER: TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. © Insurance Services Office, Inc., 2012 Page of 1 1CG 20 37 04 13 Policy Number: Issued By: Schedule LIM 99 01 05 11 © 2011, Liberty Mutual Group of Companies. All rights reserved.Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Name of Other Person(s)/ Email Address or mailing Number Organization(s): address: Days Notice: A.If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B.This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. AS2-681-004145-728 Liberty Mutual Fire Insurance Co. Per schedule on file with the Company Per schedule on file with the Company 30 PSA19-577CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6608 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, a Pennsylvania corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide drainage engineering services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and Appendices "A" and “B” for the Northwest Quadrant Drainage Improvements, (the “Project"). The Project services shall include provide preliminary and final design of ten drainage improvements within the North West Quadrant of the City. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two (2) years thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $87,500. DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 February 28, 2019 PSA19-577CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT Northwest Quadrant Drainage Improvements TASK FEE Preliminary site assessment memo $2,500 Existing utility research $4,000 Preliminary storm water analysis (phase I and II) $15,000 60% Submittal for phase I Sites $27,000 Recommendation memo for phase II sites $5,500 100% submittal for phase I sites $15,000 Final submittal for phase I sites $6,000 Phase I bid support and additional engineering services through construction $3,500 Meetings and coordination $8,500 Reimbursable expenses $500 TOTAL (Not-to-Exceed) $87,500 CONTRACTOR Michael Baker International Michael Baker International (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 February 28, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 A-1 APPENDIX “A” SCOPE OF SERVICES UNDERSTANDING OF PROJECT The City of Carlsbad has identified ten sites with various drainage issues within the City of Carlsbad Northwest Quadrant Drainage Area. These issues range from simple nuisance ponding, to more severe risk to public health and safety. The purpose of this work effort is to analyze these drainage issues and provide remediation measures. Due to the variability in size and complexity and to expedite construction of smaller sites, the ten project sites will be organized into two phases. Sites involving less complex surface improvements and clear City preferred remediation measures will be included as Phase I projects for analysis and design through this scope of work. Analysis and recommendations will be included for Phase II sites, with design to be completed through a separate scope of work following analysis, recommendations, and City feedback under this scope. TASK 1 PRELIMINARY SITE ASSESSMENT MEMORANDUM Contractor will conduct an initial preliminary site assessment and document the results within a memorandum. This assessment will identify the overall deficiency, potential remediation measures, necessary survey limits, extents of existing utilities assessment and potholing, geotechnical considerations, and potential options for a multi-benefit solution by providing stormwater quality benefits. Additionally, this assessment will clarify the criteria for whether sites are considered part of Phase I or Phase II. For the purpose of development of this current scope the following breakdown is assumed (see Appendix “B” for locations and additional details): - Phase I o Site 1 – Buena Vista Circle o Site 3 – Pacific Gutterline o Site 4 – Cypress Gutterline o Site 5 – Cypress/Ocean o Site 9 – Skyline/Westhaven - Phase II o Site 2 – State Street D-25 o Site 6 – Washington Gutterline o Site 7 – James Drive o Site 8 – 4280 Highland o Site 10 - State Street TASK 2 EXISTING UTILITY RESEARCH (PHASE I AND II) Contractor will conduct as-built and utility research for both Phase I and Phase II sites consistent with the extents outlined in Task 1. Contractor will research existing utility information within the project vicinity by utilizing data available through the City’s Public Records Search and by contacting franchise utility companies. TASK 3 PRELIMINARY STORMWATER ANALYSIS (PHASE I AND II) Contractor will conduct a Preliminary Stormwater Analysis to evaluate the following anticipated issues associated with the design: • Develop existing hydrology (project design flow rates) based on the City of Carlsbad Engineering Standards and the County Hydrology Manual. • Develop existing and proposed condition drainage facility hydraulics calculations (street conveyance, inlet capacity, pipe capacity, BMP calculations). The extent of analysis at each project site varies and will be documented in Task 1 prior to beginning Task 3. DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 A-2 TASK 4 60% SUBMITTAL FOR PHASE I SITES The 60% design will be prepared based on the City of Carlsbad Engineering Standards and based on the assessment from Task 1. • The Improvement Plans are anticipated to include the following: o Title sheet, notes, and details – two to three (2-3) sheets o Improvement Plan Sheets (plan/profile) – assumed seven (7) plan sheet (1” = 20’ scale). • Cost Estimate for the Phase I sites will be based upon Regional Standard Unit prices and historic data from other similar projects designed for the City. The estimate will be broken out by site and will also include a section for overall shared costs for Phase I (i.e. mobilization, erosion control, etc.) • Storm Water Standards Questionnaire Form E-34 for the entire project (Phase I and Phase II). It is assumed that the results of the questionnaire will show that this is a Standard Project and not a Priority Development Project. • Standard Project Requirement Checklist Form E-36 for the entire project (Phase I and Phase II). All deliverables will be submitted digitally to the City. TASK 5 RECOMMENDATIONS MEMORANDUM FOR PHASE II SITES Contractor will provide recommendations for the sites identified in Task 1 as Phase II sites. Unlike the Phase I sites, the solution to these issues is not immediately apparent and requires additional survey, utility, hydrologic, and/or geotechnical information. Additional analysis from Tasks 2 and 3, as well as analysis of survey and geotechnical information will provide a basis for these recommendations. These recommendations will be submitted for City review and selection of a preferred design alternative for all Phase II sites. This task cannot be completed until all requested information from Task 1 has been received. Some of this information is understood to be prepared by other consultants under separate contracts. TASK 6 100% SUBMITTAL FOR PHASE I SITES The 60% deliverables will be revised based upon City comments (and potholing results, if applicable). • 100% Improvement Plans • Draft Project Specifications based upon Greenbook Standards and a template to be provided by the City. • 100% Cost Estimate • Updated Stormwater Analysis o Addressing any changes based on City comments o Including final calculations for Phase I sites All deliverables will be submitted digitally to the City. DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 A-3 TASK 7 FINAL SUBMITTAL FOR PHASE I SITES The 100% deliverables will be revised based upon City comments. • Final Improvement Plans (1 mylar set, 2 full size bond sets) • Final Project Specifications (digital) • Final Cost Estimate (digital) • Final Form E-34 (digital) • Final Form E-36 (digital) TASK 8 PHASE I BID SUPPORT AND ADDITIONAL ENGINEERING SERVICES THROUGH PROJECT COMPLETION Contractor will attend a pre-bid meeting and help the City respond to contractor questions. Technical bid questions will be fielded and responded to within two (2) business days. If necessary, PS&E will be updated to address questions and comments (up to two [2] addenda). Assistance will also be provided in reviewing contractor bids. Contractor will also review design-related submittals and shop drawings for conformance with contract documents. Written responses will be provided within ten (10) working days. Up to five (5) submittals (including resubmittals) are anticipated. Contractor will attend meetings as needed (assume 1 meeting). RFI’s will be reviewed and responded to within five (5) working days. Up to three (3) RFI’s are anticipated. Contractor will prepare as-built drawings based on redline mark-ups provided by the City. TASK 9 MEETINGS AND COORDINATION Contractor shall allot a budget of 50 hours to attend meetings and coordinate issues directly pertinent to this scope of work with City of Carlsbad staff and other project consultants. Hours exceeding this initial budget, if necessary, shall be authorized by the City prior to performance of work beyond this amount. An issues memo will be developed and included with each milestone submittal. The memo will include design considerations which require City input/feedback. NOTES Contractor’s obligations are based upon the following: 1) Survey mapping, right of way delineation, and private easement research are all assumed unwarranted since all work is understood to be within City right of way. Schematic right-of-way and property lines will be included on the improvement plans based on survey/mapping files provided by the City. 2) This scope does not include processing and coordination with resource agencies, including, but not limited to, U.S. Army Corps of Engineers, U.S. Fish and Wildlife Service, California Department of Fish and Game, and the Regional Water Quality Control Board. These services are assumed unwarranted. 3) It is assumed that project improvements do not warrant modification to existing irrigation or traffic signals. Therefore, design services related to these efforts have not been included within this scope of work. DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 A-4 CITY RESPONSIBILITIES 1. City shall provide all requested “as-built” drawings and utility records relevant to the scope of work. 2. City shall provide off-site topography necessary to establish drainage areas beyond the surveying limit of work. 3. City shall provide detailed topographic information covering the project limits. 4. City shall provide requested geotechnical information. 5. City shall provide requested pothole information. PROPOSED COMPENSATION Progress billings will be forwarded to City monthly on a time and materials (T&M) basis. These billings will include the fees earned for the billing period plus all direct costs advanced by Contractor. See Task breakdown below. Reimbursable expenses such as reproduction shall be billed at cost plus 10% handling. 2019 NORTHWEST QUADRANT DRAINAGE IMPROVEMENTS Task 1 Preliminary Site Assessment Memo .............................................................. $2,500 Task 2 Existing Utility Research ................................................................................ $4,000 Task 3 Preliminary Stormwater Analysis (Phase I and II) ........................................ $15,000 Task 4 60% Submittal for Phase I Sites .................................................................. $27,000 Task 5 Recommendations Memo for Phase II Sites .................................................. $5,500 Task 6 100% Submittal for Phase I Sites ................................................................ $15,000 Task 7 Final Submittal for Phase I Sites ................................................................... $6,000 Task 8 Phase I Bid Support and Additional Engineering Services ............................. $3,500 Task 9 Meetings and Coordination ........................................................................... $8,500 Reimbursable Expenses (Reproduction, Delivery, etc.) .................................... $500 TOTAL $87,500 DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 APPENDIX "B" LOCATION MAP DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 1 23 45 6 10 7 9 8 HAYMAR C R E S T AVILA WI L S O N CO V E SIERRA MORENAADAMSCANNONEUREKA S K Y L I N ELEE CATAL INAOAK L A P O R T A L A D A DATEREFUGIOANCHOR S U NNYH I L L SEVILLADAVISLI N M A R LONGVIEWS Y M E PAR KHOOVERMAGNOLI A A R L A N D H IG H L A N D MARIAA P P I A N OLIVEISLEM A D I S O N FALCON AGUILA ALONDR ALINDA AUSTIN BUENA HORIZONI-5 C A N N O N N B O N R A M P CYNTHIA GRANADA S EA C R E S T ST A T E TY L E R YOURELL CARLSBAD VILLAGEPIO P I C O BRUCEMARRON HEMLOCKBLENKARNEA N N CAMEO A D A I R MAPLEARGO S Y M C K I N L E Y MAY P O L L YBEECHH O P E ACACIAHOSPR O O S E V E L T HI B I S C U S CLEARVIEWKALPATI STRATFORD SCOTTSONORAN A U T I C A LCHERRY JUNIPERBRADY SEQUOIAY V E T T E I-5 TAMARACK SB OF F RAMP SCHOONERLIDOHOMEKIRK LI N C O L N LO N G ANDREALANAIESMAT HARRISON TRIESTE REDWOOD AZUREMA E Z E L WALNUT MCCAULEYDONNAVAN C O U V E R LO R N A OXFORDMONROEHILLSIDE HIGH RIDGEHILLVIEWFRAZIERBASSWOODJANISALDER BRYCECARLSBADW O O D L A N D TAMARACK KIMBERLY TEL E S C O P E AMESH O L L Y B R A E AVOCAD O VIA SANTOS PINEJE F F E R S O N SUNRISERI S I N G G L E N O C E A N YOSEMITE CAROLCAMELLI A SYCAMOREFLOWER F I E L D S DANAGL O R I A VIA ASTUTOOUTLOOKW A S H I N G T O N ENDEAVORPALMS P A N I S H MARKLEWISCIPRIANOPLAZA LAGUNA H A R D I N G H O P E A V A L L E Y R O Y A LCANYON C E L I N D A CORDO B A BUENA VISTA VILLAGEFOREST CHINQUAPINVA L L E Y KNOWLES NEBLINAI- 5 RID G E C R E S T PA L I S A D E S CHESTNUTTUTTLEPRIVATE EA S T P O I N T E E L C AM I NO R EA L JAMES LAS FLORES OLYMPIA PUBLIC A C C E S S I-5 A D AM SJEFFERSON MAGNOLIA T R I E S T EPIO P ICO YOSEMITECHESTNUTPRIVATESKYLINEJEFFERSONAPPIANTAMARACK ADAMSPARKI- 5 M A D I S O N EL CAM INO REAL I- 5 CANNON I- 5 PRIVATE C A R L S B A D SKYLINEI- 5JEFFERSON PARK I- 5 PRIVAT E HAYMAR PRIVATE PRIVATE MARRON MON R O E TAMARACK T R I E S T E HILLSIDEPALM PARKBASSWOOD I-5 MARRON J E F F E R S O N PRIVATE I- 5 I- 5 PARKHOSPR O O S E V E L T HOSP C A R L SBAD I- 5 I- 5 I- 5 TAMARACKADAMSISLETA M A R A C K PRIVATE I-5APPIANHOSP PARKSUNNYHILL CHESTNUT D O N N A S T A T E HILLSIDEPRIVATE I- 5 PINEHI G H L A N D A D AM S TA M A R A C K I- 5 M O N R O E HI G H L A N DOAK M O N R O E HI G H L A N D I- 5 A D A M S I- 5 PARKCARLSBADST A T E JEFFERSONPINEPIO PICOHIL L S I D E J A M E SPRIVATEI- 5 R O O S E V E L T I- 5 I- 5 I-5PARKHOSPI- 5JEFFERSON HIGHLANDCHESTNUTI- 5 SUNNYHILLMARRON I- 5 C A RLSB A D B L S C O A S T H Y PACIFIC OCEAN AGUA HEDIONDA LAGOON N.W. QUADRANT DRAINAGE PROGRAMPublic Works - Transportation Engineering1635 Faradasy Avenue Carlsbad, CA 92008www.carlsbadca.gov Q:\Public Works\PW Common\Capital Improvement Program Projects\66081-NW Quadrant Storm Drain Program\Active projects\FY 18-19 Project CIP# 6608Fiscal Year 18-19 Project DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 @ @ @ N N N §| !! !! !! !! !!KREMEYERKREMEYERBUENA VISTABUENA VISTA9B-S293 9B-49 9B-S296 9B-44 9B-45 9B-48 9B-63 9B-J290 9B-J294 9B-J295 9B-J291 9B-J292 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment UnitStorm ChannelChannelType Channel Connectivity Flow Ditch Swale I- 5DAVISBUENA VISTA OAKM A DIS O N CYNTHIA S TA TE PIO PICO BEECHH O P ER O O SE VELT STRATFORD PACIFICLANAI PINEJEFFERSONO C E A N LAGUNACARLS BADHIGHLANDKNOWLES GRANDTUTTLEI- 5 I- 5 M A DIS O NO AKI-5 PINEI-5 OAKSTATE PINEI- 5 I- 5 I-5 STATE I-5 I-5 OAKBuena Vista Circle Drainage Improvement 0 50 10025Feet 6608 ± PROJECT DESCRIPTIONImprove the drainage condition of Buena Vista Circle through the installation of a comprehensive drainage system including a cross gutter and infiltration swale. SITE 1 Photo Point 2 Photo Point 1 DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 1 Buena Vista Circle CIP# 6608 NW Quadrant Drainage Program FY 18-19 Bundle Photo Point 1: Sediment Compiled at low point in road Photo Point 2: Barren Swale on east side of Buena Circle DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 "!±b $1 *)N *)66 IN RCPSTATE ST ALLEY S T A T E 9B-S263 9B-6 9B-8 9B-57 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal PipeCured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel DAVISM A DIS O N STATE TYL E RBEECHR O O S EV E LTPACIFIC LIN C O LNOAKCARLSBADO CE A N W A S HIN G TO N LAGUNA PINEG A R FIE L D TUTTLEHOMES TA TE M A DIS O N ST ATE PACIFIC OCEAN State Street D-25 0 5025Feet SITE 2 ± PROJECT DESCRIPTION Proposed Pipe Alignment Convert the existing D-25 to a curb inlet to service drainage from street and privatelot. Existing conditon creates street ponding and backs water into private lot. Luginto existing 66 Inch RCP. Photo Point 1Photo Point 2 DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 2 2562 State Street CIP# 6608 NW Quadrant Drainage Program FY 18-19 Bundle Photo Point 1: Extent of ponding in gutter Photo Point 2: Outflow pipe of D-25 DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 $1$1$1 *)*)*)*) N NNNN NN N N N N *) "?B "?B"?B !! !!!! 9A-19 PRIVATEGARF I EL DGARFIELDMOUNTAIN VIEW O C E A N O C E A N NORMANDYPACIFIC9A-S2209A-S221 9A-S222 9A-24 9A-26 9A-22 9B-61 9A-28 9B-62 9A-1 9A-159A-16 9A-209A-21 9A-23 9A-259A-27 9A-S219 9A-S2259A-S226 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit DAVISM A DIS O N STATE TYL E RBEECHR O O S EV E LTPACIFIC LIN C O LNOAKCARLSBADO CE A N W A S HIN G TO N LAGUNA PINEG A R FIE L D TUTTLEHOMES TA TE M A DIS O N ST ATE PACIFIC OCEAN Pacific Gutterline Improvements 0 50 10025Feet SITE 3 ± Text PROJECT DESCRIPTIONInstall aprox. 700 LF of rolled curb and gutter along the south side of Pacific Streetto reduce erosion along existing pavement. Parking areas to be rocked to providearmouring of exposed dirt. Rolled curb to transition to a cross gutter and curb/gutterat east and west terminus. Proposed Rolled Curb and Gutter DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 3 Pacific Gutter line Improvement CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo Point 1: Erosion over shoulder parking/edge of pavement failing Photo Point 2: Sedimentation on street DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 $1 *)*) *) N "?B "?B "?B !!CARL SBADPACIFICCYPRESS B E A C H A C C E S S O C E A N G A R FIE L D 9C-2 9C-1 9C-S2019C-S202 9C-S203 9C-3 9C-S200 9C-5 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit DAVISM A DIS O N STATE TYL E RBEECHR O O S EV E LTPACIFIC LIN C O LNOAKCARLSBADO CE A N W A S HIN G TO N PINELAGUNA G A R FIE L D TUTTLEHOMES TA TE ST ATE PACIFIC OCEAN Cypress Gutterline Improvements 0 50 10025Feet 6608 ± Text PROJECT DESCRIPTIONInstall aprox. 600LF of rolled curb and gutter along the north and south sides of Cypress Street to reduce erosion along existing pavement. Parking areas to be rocked to provide armouring of exposed dirt. Rolled curb to transition to a cross gutter and curb/gutter at east and west terminus. Proposed Rolled Curb and Gutter SITE 4 DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 4 Cypress Gutter Line Improvement CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo Point 1: Sedimentation on Cypress Street DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 $1 *)B N !! O C E A N C YP RE SS B E A C H A C C E S S 9C-59C-3 9C-4 9C-1 9C-S200 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal PipeCured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel DAVISM A DIS O N STATE TYL E RBEECHR O O S EV E LTPACIFIC LIN C O LNOAKCARLSBADO CE A N W A S HIN G TO N PINELAGUNA G A R FIE L D TUTTLEHOMES TA TE ST ATE PACIFIC OCEAN Cypress / Ocean Drainage 0 5025Feet 6608 ± PROJECT DESCRIPTIONImprove the drainage condition of the intersection of Ocean and Cyrpess to remove standing water. This may be accomplished through the installation/repair of surfaceimprovements, area drain or green infrastructure. Proposed Pipe AlignmentProposed Area Drain SITE 5DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 5 Ocean Cypress Drainage Improvement CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo 1: Ponding of Cross Gutter Photo 2: Standing water at Cross Gutter DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 @*)*) *)*)CARLSBAD VILLAGEW A S HIN G T O N S T A T E S T A L L E Y 9D-S4439D-128 9D-459D-44 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal PipeCured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel DAVISM A DIS O N STATE TYL E RBEECHR O O S EV E LTPACIFIC LIN C O LNOAKCARLSBADO CE A N W A S HIN G TO N LAGUNA PINEG A R FIE L D TUTTLEHOMES TA TE M A DIS O N ST ATE PACIFIC OCEAN Washington Gutterline Improvement 0 5025Feet 6608 ± PROJECT DESCRIPTION Proposed Pipe Alignment Alleviate nuisance ponding along the Washington Gutterline through thecombination of Curb/Gutter replacement with an area drain and possible green street planter box. Proposed Area Drain Proposed Planter Box SITE 6DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 6 6608 NW QUAD 2018-2019 Nuisance Water Ponding in Gutter Line Possible Planter Box Location of Nuisance Water Treatment Washington Gutter Line Improvement DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 *)*)*)*)*)*) N "?B "?B "?B "?B "?B "?B !! !! !! V A L L E Y B O NITABONITA VALLEYST JAMESFRAZIERJ A M E S 10B-54 10B-47 10B-51 10B-48 10B-S21510B-S216 10B-S217 10B-S241 10B-S242 10B-S243 10B-S244 10B-S245 10B-49 10B-50 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel I-5 ADAMSEUREKAOAKHI G H L ANDCYNTHIA PIO PICO M C KIN LEY STRATFORD B R A D YLIDONEWLANDH A R DIN G MAEZEL H ILLV IE WFRAZIERBASSW OODYADAWO O D L A N DPINE MONROE S P A NIS H CANYON VALLEY KNOWLES JAMESBUENA VISTA CHE STNU TPINEI- 5 PINEOAKVALLEYPINEI- 5 I- 5 I- 5 I-5 I- 5 I- 5 OAKI- 5 OAKOAKJames Drive Drainage Improvements 0 10050Feet 6608 ± PROJECT DESCRIPTION D-25 asset ID 10B-47 becomes pressurized and lid becomes displaced. Curb pop outs in part of the Valley 5 development causes James Drive to become inudated from curb to curb. A storm drain system needs to be installed to alleviate street flooding. SITE 7 Convert D-25 to Curb Inlet Proposed Storm Drain Alignment DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 7 James Drive Drainage Improvement CIP# 6608 NW Quadrant Drainage Program FY 18-19 Bundle Photo 1: Blown D-25 Grate Photo 2: Gutter Spread DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 *)*) V A L L E Y BASSWOOD10B-53 10B-S64 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel PINEADAMSOAKEUREKACH E STN U TM A G N O LIA A R L A N D H I GH L A N D LIN DAF A L C O N LE EC R E S T BLENKARNEA N N M C KINLE Y B RAD YCARLSBAD VILLAGELI DOELMWOODNEW LANDMAEZEL D ONNAMONROE FRAZIERYADACANYON VALLEYPIO PI COJ AMESI-5 OAKI-5 VALL E YJAMESOAKOAK Carlsbad High School D-25 0 5025Feet 6608 ± PROJECT DESCRIPTION Curb outlet servicing Carlsbad High School becomes pressurized and manhole lidbecomes displaced. Improvement needs to eliminate saftey hazard through a manhole locking lid or modified curb inlet with a tie in to existing system at asset ID 10B-S64. SITE 8DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 8 Carlsbad High School D‐25 CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo 1: D‐25 Grate DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 WE S T HA V E NPARKS K Y L IN E Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel S K Y LIN ELEE PARKEL CAMI NO REALM A G N O LIASUNNYHI LLMARI ACAMEO MAY SCOTTS EAV IE WKIRKANDREAA LDERH O LLY B R A EDONNA J E A N N E WOODVALE TA M ARA C K V A L L E Y CHESTNUT M O N R O E SKYLINEPARKM O N R O E PARKSkyline and Westhaven Surface Drainage 0 5025Feet 6608 ± PROJECT DESCRIPTION Cross gutter at Skyline flows to the north and often holds water. Continuation of thecross gutter to the south or west across Westhaven may resolve ponding waterissue. Install curb and gutter at toe of slope Remove and replace cross gutter SITE 9DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 9 Skyline and Westhaven Cross Gutter CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo 1: Extend Cross Gutter through intersection Photo 2: Install curb and gutter at toe of slope DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 $1 $1 $1 $1 $1 $1 $1 $1 *)*)*)*)N N *) *) "?B "?B "?B *) *) *) *) *) *) *) *) N *) *) *) *) !! !! !! !! !! !! !! !! !! 9D-91 GRANDOAK AVALLEYS T AT E ST A LL E Y CARLSBAD VILLAGET Y L E R S T A L L E Y W A S HIN G T O N S T A T E R O O S E V E LT 9D-S447 9D-135 9D-136 9D-92 9D-J440 9D-93 9D-J456 9D-J441 9D-J4429D-J439 9D-89 9D-73 9D-50 9D-62 9D-51 9D-63 9D-S454 9D-S455 9D-48 9D-49 9D-66 9D-46 9D-165 9D-1649D-166 9D-55 9D-56 9D-54 9D-57 9D-53 9D-52 9D-74 9D-47 9D-S423 9D-S446 Legend Storm InletStructureType *)Inlet "?B Area DrainNCatch Basin ëRiser *)Curb Inlet §|Headwall Storm Discharge PointStructureType *)Curb Outlet@Outfall B Outfall Headwall Storm CleanoutCleanout Type $1 Cleanout "!±b Water Treatment Unit Storm PipeMaterialAsbestos Cement Pipe Corrugated Metal Pipe Cured-in-place Pipe High-density Polyethylene Polyvinyl Chloride Reinforced Concrete Box Reinforced Concrete Pipe Steel STATEBEECH R O O S EVE LT TYLE R LIN C O LN M A DIS O N G A R FIE LD OAKC A RL S B A D W A S HIN G T O N TYL E R S T A LL EY ST AT E S T A L L E Y GRANDR O O S E VELT S T ALL E YCHRISTIANSEN O C E A N OAKSTATE STATE M A DIS O N STATE ST ALLEY OAKR O O S E VELT OAKST ATE GRANDGRANDState Street South of Grand 0 10050Feet SITE 10 ± PROJECT DESCRIPTIONSurface ponding occurs in the street section of State Street between Grand and Carlsbad Village Drive. Project will place catch basins and use trenchlesstechnologies to restrore pedistrain mobility. Surface improvements will supplementthe storm drain to improve drainage condition. DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 Site 10 State Street Between Grand and CVD CIP# 6608 NW Quadrant Drainage Program FY 18‐19 Bundle Photo 1: State Street Mid‐Block Looking South Photo 2: State Street Mid‐Block Looking North DocuSign Envelope ID: 43D61CA8-C0D4-4D58-AB6D-8E51E22CE402 BHolder Identifier : 7777777707070700077763616065553330773617556304557607453136772406310073650566157330020762404113472110207126051332630112071662775364323300776605153645631207744015352274570077727252025773110777777707000707007 6666666606060600062606466204446200622002606224020006222204260040202062200042422400020620200626024000006002004062262022060220062622402000600222624006022206222006240002602066646062240664440666666606000606006Certificate No :570072755456CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/24/2018 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 23035Liberty Mutual Fire Ins CoINSURER A: 42404Liberty Insurance CorporationINSURER B: AA1128623Lloyd's Syndicate No. 2623INSURER C: 24554XL Insurance America IncINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570072755456 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $300,000 $10,000 $2,000,000 $4,000,000 $4,000,000 A 08/30/2018 08/30/2019 General Liability TB2681004145718 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000A08/30/2018 08/30/2019 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) AS2-681-004145-728 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2018 UmbrellaUMBRELLA LIABD 08/30/2019US00079952LI18A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEB08/30/2018 08/30/2019 Workers Comp - AOS $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WA768D004145778 Per ClaimPSDEF180046008/31/2018 08/30/2019 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryC $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: All Operations. City of Carlsbad is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD1635 Faraday Ave.Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Policy Number Issued by Liberty Mutual Fire Insurance Co. TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT – SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Conditions will not apply. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". Schedule Person or Organization: All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Page of© 2013 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1LC 24 20 02 13 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 POLICY NUMBER: TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. © Insurance Services Office, Inc., 2012 Page of 1 1CG 20 10 04 13 LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Policy Number TB2-681-004145-718 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY – UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Organization(s): Email Address or mailing address: Number Days Notice: Per schedule on file with the Company 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 POLICY NUMBER: TB2-681-004145-718 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. © Insurance Services Office, Inc., 2012 Page of 1 1CG 20 37 04 13 Policy Number: Issued By: Schedule LIM 99 01 05 11 © 2011, Liberty Mutual Group of Companies. All rights reserved.Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Name of Other Person(s)/ Email Address or mailing Number Organization(s): address: Days Notice: A.If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B.This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. AS2-681-004145-728 Liberty Mutual Fire Insurance Co. Per schedule on file with the Company Per schedule on file with the Company 30 PSA 19-577CA MASTER AGREEMENT FOR STORM DRAIN ENGINEERING SERVICES MICHAEL BAKER INTERNATIONAL THIS AGREEMENT is made and entered into as of the 2.<f3:t6. day of ~J~ , 2018, by and between the City of Carlsbad, a municipal corporation, ("City"), and Michael Baker International, a Pennsylvania corporation, hereinafter referred to as "Contractor." RECITALS A. The City requires the professional services of a consulting firm that is experienced in storm drain engineering services. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to storm drain engineering services. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ) No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows: 1. scopE OF WORK The City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action. City Attorney Approved Version 6/12/18 PSA 19-577CA 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed two hundred fifty thousand dollars ($250,000) per Agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of 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. 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. City Attorney Approved Version 6/12/18 2 PSA 19-577CA The parties expressly agree that any payment, attorney's fee, costs or expense the City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or the City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. The City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for the City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to the City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 PSA 19-577CA 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by the City to obtain or maintain insurance and the City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. The City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS UCENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of the City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to the City. Contractor will have the right to make one ( 1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-577CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of the Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name Timothy Thiele Title Vice President and Office Manager 500 Grant Street Address Suite 5400 Pittsburgh, PA 19103 Phone No. 760-603-6243 Email tthiele@mbakerintl.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFUCT Of INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes0 NoD 17. GENERAL COMPLIANCE WIJH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or the City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained City Attorney Approved Version 6/12/18 5 PSA 19-577CA is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. The City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, the City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUIJS By signing this Agreement, Contractor agrees that any Agreement claim submitted to the City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-577CA 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. succEssoRs AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon the City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of the City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. pueuc AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA 19-577CA 27. AUJHPBIIY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this _____ day of __________ , 2018. CONTRACTOR MICHAEL BAKER INTERNATIONAL, a Pennsylvania corporation By: ~-Zdl&f 1 (sign here) Tim Thiele, Vice President (print name/title) By:~ {s(ghere) Steven Huff, Assistant Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor ATTEST: If required by the City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group a Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ~~A~ ~~~~ C.c.~~L [~~,,Z:~~~~,~~t~! City Attorney Approved Version 6/12/18 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of &V\ DH~-s-:v on Oc.\obef \1, '2.u\<l:" • Date before me, Bc>.0notuk%<kilk ~e.J>1.c.. Here Insert Name and Ti7e of th~ er personally appeared :I IV\'\ :( h,e.\ C, ... Nam~ of Signer"1 who proved to me on the basis of satisfactory evidence to be t~e erson'8')' whose name~ is/~ subscribed, to the within instrum~n and acknowledged to me that he/sj;l(!/t executed the same in hislt°✓r~ir authorized capacity(i , and that by his/~t~ir signature{,i{ o the instrument the person"8r. or the entity upon behalf of whic the person~ acted, e/4cuted the instrument. Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer -Title(s): ______ _ • Partner -• Limited • General • Individual • Attorney in Fact • Trustee • Guardian of Conservator • Other: Signer is Representing: __________ _ ©2017 National Notary Association Signer's Name: • Corporate Officer -Title(s): ______ _ • Partner -• Limited • General • Individual • Attorney in Fact • Trustee • Guardian of Conservator • Other: Signer is Representing: __________ _ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 •----- A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of () KMN \7 \:. ) On '-Jt~ (lb~, l \) J a,()\ 1 before me, _f-'--_) ""--'----'-' \---'-\ ,_p_ffi.___~'--'-~-"----1_0_,_j _r'--J-=trl..,_·().~f--+~~r~V\..,_\o_l\-_~ __ _ Date Here Insert Name and Title of the Officer personally appeared __ 5~· ~±~~~;J~U\-·~_.\-\~\,\--t_-t ______________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. a PHILLIP MASTO Notary Public • California z 1 Orange County I z Comml11ion # 2172414 - Jo o o o o ,Ml :0T't [•tr:,s B'f t1 •2t2& I Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature {JJJJ_,.-£ ro l\?Iito Signa ~re of Notary Public ----------------OPTIONAL---------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: ____________ _ • Corporate Officer -Title(s): ______ _ • Corporate Officer -Title(s): ______ _ • Partner -• Limited • General • Partner -• Limited • General • Individual • Attorney in Fact • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Trustee • Guardian or Conservator •Other: ______________ _ • Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: ________ _ • ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PSA 19-577CA EXHIBIT "A" scopE PE SERVICES Perform a variety of storm drain engineering services related tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Hydro Modification.Retention and Low Impact Design B. Hydrology and Hydraulics Studies C. NPDES Compliance Training and Program Monitoring D. Plan Review and Compliance E. Storm Drain Design F. Storm Water Management Plans (SWMP) G. Storm Water Pollution Prevention Plans (SWPPP) Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 r ~ City of Carlsbad FEE SCHEDULE 1· PSA 19-577CA Master Agreement Consulting Services 14. STORM DRAIN ENGINEERING Pricing shall remain firm for the three (3) year term of the Agreement Michael Baker Staff NAME TITLE HOURLY RATE 1. Scott Cartwright, PE Project Manager $230 2. Staff Technical Manager $210 3. Darren Choy, PE, ENV SP Senior Engineer $185 Kevin Evarts, PE 4. Staff Landscape Architect $175 5. Staff Project Engineer $175 6. Eric Edge, PE, CFM, ENVSP Design Engineer $160 Christopher Leary, PE 7. Miguel Avalos, EIT Designer $130 8. Staff Assistant Engineer $105 9. Staff Engineering Aid $85 10. Staff Office Support/Clerical $75 Survey/Construction Management Personnel 11. Staff 2-Person Survey Crew $290 12. Staff I-Person Survey Crew $175 13. Staff Licensed Surveyor $200 14. Staff Field Supervisor $180 15. Staff Construction Manager $240 16. Staff Construction Technician $95 Subconsultants (if applicable) NAME 1. N/A Expenses DESCRIPTION 1. Mileage 2. Copy services 3. Shipping / Mailing Michael Baker INTERNATIONAL TITLE COST At the IRS approved rate At Cost At Cost HOURLY RATE $ % MARKUP N/A 10% 10% Master Agreement Consulting Services-Discipline 14. Storm Drain Engineering 1 () _______.., I DATE(MM/DD/YYYY) ACC,Rc,• CERTIFICATE OF LIABILITY INSURANCE 08/24/2018 ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Aon Risk services central, Inc. PHONE (866) 283-7122 I r..e~. No.l: (800) 363-0105 Pittsburgh PA office (A/C. No. Ext): EQT Plaza~ suite 2700 E-MAIL 625 Liberty Avenue ADDRESS: Pittsburgh PA 15222-3110 USA INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A: Liberty Mutual Fire Ins co 23035 Michael Baker International. Inc INSURER 8: Liberty Insurance Corporation 42404 5 Hutton Centre Drive suite 500 INSURERC: Lloyd's syndicate No. 2623 Ml128623 Santa Ana CA 92707 USA INSURER D: XL Insurance America Inc 24554 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570072755456 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested 'LrR TYPE OF INSURANCE iNso wvo POLICY NUMBER IMMIDD/YYYYl IMM/DD/Yffi LIMITS A X COMMERCIAL GENERAL LIABILITY TB2 1114~4'.:>/.HS U~/ jU/ LUH U~/ jU/ LU~~ EACH OCCURRENCE $2,000,000 -D CLAIMS-MADE [JoccuR General Liability U/"\IVl/"\\.:JC: IU Hc:1'11 c:u $300,000 PREMISES (Ea occurrence) -MED EXP (Any one person) $10,000 -PERSONAL & ADV INJURY $2,000,000 ,_ $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE Fl [~YRO-@Loe $4,000,000 POLICY X JECT PRODUCTS -COMP/OP AGG OTHER: A AUTO MOBILE LIABILITY AS2-681-004145-728 08/30/2018 08/30/2019 COMBINED SINGLE LIMIT $2,000,000 (Ea accident) Commercial Auto -AOS -BODILY INJURY ( Per person) X ANY AUTO -OWNED ~ SCHEDULED BODILY INJURY (Per accident) -AUTOS ONLY AUTOS -NON-OWNED PROPERTY DAMAGE HIRED AUTOS (Per accident) -ONLY -AUTOS ONLY D X UMBRELLA LIAB H OCCUR US000 7995 2 LI 18A 08/30/2018 08/30/2019 EACH OCCURRENCE $10,000,000 -umbrella AGGREGATE $10,000,000 EXCESS LIAB CLAIMS-MADE DE• I X I RETENTION $10,000 8 WORKERS COMPENSATION AND WA768D004145778 08/30/2018 08/30/2019 XI HfruTE I jOTH-EMPLOYERS' LIABILITY Y/N Workers Comp -AOS ER ANY PROPRIETOR I PARTNER I EXECUTIVE ~ E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $1,000,000 C E&o-PL-Primary PSDEF1800460 08/31/2018 08/30/2019 Per Claim $5,000,000 Professional Liab. and CP Aggregate $5,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached W more space is required) RE: All Operations. City of Carlsbad is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A waiver of subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE \NILL BE DELIVERED IN ACCORDANCE INITH THE POLICY PROVISIONS. City of Carlsbad/CMWD AUTHORIZED REPRESENTATIVE 1635 Faraday Ave. Carlsbad CA 92008 USA ~~g~ ~~ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD (ll 0 z .s "' c.J ;;:: t'. GI (J ✓ --~ !!11....11 --= ~ ~ ~ ~ - PolicyNunber lB2-681-004145-718 Issued by Liberty Mutual Fire lnsLrance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT -SCHEDULED ADDITIONAL INSURED This endorsement modifies inst.ranee provided urder the followirg: COMMERCIAL GENERAL LIABILllYCOVERAGE PART PRODUCTS/COMPLElED OPERATIONS LIABILllYCOVERAGE PART LIQUOR LIABILllYCOVERAGE PART If you are obligated under a written agreement to provide liability insu-ance on a primary, excess. contirgent, or any other basis for at¥ person or orgarization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV -Conditions will not apply. If the applicable written agreement does not specify on what basis the liability inst.ranee will apply, the provisions of Paragraph 4. Other Inst.ranee of Section IV - Conditions will govern. However. tlis insu-ance is excess over at¥ other insurance available to the additional insured for wtich it is also covered as an additional insured by attachment of an endorsement to another policy providirg coverage for the same "occu-rence", claim or "suit". Schedule Person or Organization: All persons or orgarizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense. to provide additional inst.red status. LC 24 20 0213 © 2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office. Inc .. with its permission. POLICY NUMBER: TB2-681-004145-718 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insuance provided under the followirYJ: COMMERCIAL GENERAL LIABILl1Y COVERAGE PART A. Section II -Who Is An Insured is amended to incll.de as an additional insl.l"ed the person(s) or orgarization(s) shown in the Schedule, but only with respect to liability for "bodily irjuy'', "property damage" or "personal and advertisirYJ iriury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those actirYJ on yol.l" behalf; in the performance of yol.l" OrYJOirYJ operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured ony applies to the extent permitted by law; and 2. If coverage provided to the additional insl.l"ed is required by a contract or agreement, the insurance afforded to such additional insl.l"ed will not be broader than that wtich you are required by the contract or agreement to provide for such additional insl.l"ed. B. With respect to the i nsuance afforded to these additional insl.l"eds, the followirYJ additional exclusions apply: This insurance does not apply to "bodily iriury" or "property damage" occurrirYJ after: 1. All work, incll.dirYJ materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of wtich the injury or damage arises has been put to its intended use by any person or organization other than another contractor or sl.bcontractor erYJaged in performirYJ operations for a principal as a part of the same project. C. With respect to the insuance afforded to these additional insl.l"eds, the followirYJ is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insu-ed is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amol.11t of insuance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; wtichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Location(s) Of Covered Operations All locations as required by a written contract or agreement entered into prior to an "occurence" or offense. Information reql.ired to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2-681-004145-718 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY -UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: OrQanization(s): Per schedule on file with the 30 Company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 010511 © 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: TB2-681-004145-718 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insLrance provided under the followirg: COMMERCIAL GENERAL LIABILllYCOVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILllY COVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of tlis endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insLrance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that wtich you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds. the followirg is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insLrance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of lnsLrance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense. to provide additional insured status. Location And Description Of Completed Operations All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information reqLired to complete this Schedue, if not shown above, will be shown in the Declarations. CG 20370413 © Insurance Services Office. Inc .• 2012 Page 1 of 1 Policy Number: AS2-681-004145-728 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Email Address or mailing Organization(s): address: Per schedule on file with the Per schedule on file with the Company Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 0511 © 2011, Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of $ 250 Person or Organization VVhere required by contract or written agreement prior to loss and allowed by law. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-68D-004145-778 Issued to Michael Baker International, LLC WC 04 03 06 Ed: 04/1984 Job Description Effective Date Premium$ Page 1 of 1