HomeMy WebLinkAbout1998-02-10; City Council; Resolution 98-37\
,.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
0 e
RESOLUTION NO. 98-37 EXHIBIT 3
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, CALIFORNIA, FOR APPROVAL AND
ACCEPTANCE OF PROPOSAL FROM O'DAY
CONSULTANTS TO PROVIDE ENGINEERING SERVICES
ON REACH SAHI, SAH2 AND SAHT3B OF THE SOUTH
AGUA HEDIONDA INTERCEPTOR SEWER, CMWD
PROJECT NO. 92-406,35821
WHEREAS, Requests for Proposals were requested to provide the necessary
civil design services for preparation of design plans and specifications for Reach SAHI ,
SAH2 and SAH3B of the South Agua Hedionda Interceptor Sewer, CMWD Project No.
92-406; and Cannon Road Recycled Water and Potable Water Transmission Mains
Phase II, CMWD Project No. 88-602; and responses were received from Daniel Boyle
Engineering, Inc. and O'Day Consultants; and after review of the proposals, the staff
recommended O'Day Consultants based on an evaluation of their approach to the
design and as the most responsive in meeting the objectives of the design phase; and
WHEREAS, the City Council of the City of Carlsbad, California, has determined il
necessary and in the public interest for approval and acceptance of a proposal from
O'Day Consultants, Inc. to design plans and specifications for Reach SAHI , SAH2 anc
SAH3B of the South Agua Hedionda Interceptor Sewer, CMWD Project No. 92-406;
and
WHEREAS, funds appropriated in the amount of $5,125,000 have been
appropriated in the 1997-98 budget for the South Agua Hedionda Interceptor Phase I
and Phase II, and the project cost estimated for the civil design services for the Reach
SAHI, SAH2 and SAHT3B of the South Agua Hedionda Interceptor Sewer, CMWC
Project No. 92-406, is $70,000 for engineering services and $7,000 for contingencies
therefore, there are sufficient funds available for this project.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
e 0
I NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of
Carlsbad, California, as follows:
1. That the above recitations are true and correct.
2. That the attached three party agreement between O'Day Consultants, the
City of Carlsbad, and the Carlsbad Municipal Water District be approved and accepted;
, and
3. That the Mayor, as representative of the City of Carlsbad, is authorized and
directed to execute the proposed agreement between O'Day Consultants, the City of
Carlsbad, and the Carlsbad Municipal Water District.
PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council
of the City of Carlsbad, California, held on 10th day of February , 1998,
by the following vote to wit:
AYES: Council Members Lewis, Finnila, Nygaard, Kulchin, and Hall
NOES: None
ABSENT: None
ATTEST:
(SEAL)
28
0 0
AGREEMENT
THIS AGREEMENT is made and entered into as of the /o j4 day of
Feb Mnrv 9- 1998 , by and between the CITY OF CARLSBAD, a municipal
,-
corporation, hereinafter referred to as "City", CARLSBAD MUNICIPAL WATER
DISTRICT, a municipal corporation hereinafter referred to as "District", and
O'Dav Consultants , hereinafter referred to as "Contractor."
RECITALS
City requires the services of an engineerina degiqn Contractor to provide the
necessary enaineerinq services for preparation of Reach SAHl. SAH2 AND SAH3B of
the South Aaua Hedionda InterceDtor Sewer, CMWD Proiect No. 92-406; and District
requires the services of an enaineerina desian Contractor to provide the necessary
enaineerinq - services for preparation of Cannon Road Recvcled Water and Potable
Water Transmission Mains Phase II. CMWD Proiect No. 88-602; and Contractor
possesses the necessary skills and qualifications to provide the services required by
the City and the District;
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City, District and Contractor agree as follows:
1. CONTRACTOR'S OBLIGATIONS
(See attached Exhibit "A".)
1 rev. 01/13/98
0 0
2. CITY OBLIGATIONS
The City shall provide all existing street improvements plans for Cannon
Road and sewer improvements in Cannon Road.
The District shall provide all water and recycled water improvement plans
in Cannon Road and contacts for contacts use in acquiring information.
3. PROGRESS AND COMPLETION
The work under this contract will begin within ten (IO) days after receipt of
notification to proceed by the City Engineer or designee and be completed within one
hundred (100) calendar days of that date. Extensions of time may be granted if
requested by the Contractor and agreed to in writing by the City Engineer or designee.!
The City Engineer or designee will give allowance for documented and substantiated
unforeseeable and unavoidable delays not caused by a lack of foresight on the part of
the Contractor, or delays caused by City or District inaction or other agencies' lack of
timely action.
4. FEES TO BE PAID TO CONTRACTOR
The total fee payable for the services to be performed shall be $140,000. No
other compensation for services will be allowed except those items covered by
supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the
right to withhold a ten percent (10%) retention until the project has been accepted by
the City and the District.
2 rev. 01 /I 3/98
e 0
5. DURATION OF CONTRACT
This agreement shall extend for a period of thirtv (30)davs from date thereof.
The contract may be extended by the City ManagedExecutive Manager for one (1)
additional one (1 ) year periods or parts thereof, based upon a review of satisfactory
performance and the City's and the District's needs. The parties shall prepare
extensions in writing indicating effective date and length of the extended contract.
6. PAYMENT OF FEES
Payment of approved items on the invoice shall be mailed to the Contractor
within 30 days of receipt of the invoice.
7. FINAL SUBMISSIONS
Within five (5) days of completion and approval of the plans and sDecifications
for the desian services the Contractor shall deliver to the City the following items:
1. One set of original mylars containing the plans for the project.
2. One set of specifications for the project.
8. CHANGES IN WORK
If, in the course of the contract, changes seem merited by the Contractor, the
City or the District, and informal consultations with the other party indicate that a
change in the conditions of the contract is warranted, the Contractor, the City or the
District may request a change in contract. Such changes shall be processed by the
City in the following manner: A letter outlining the required changes shall be fowarded
to the City/District by Contractor to inform them of the proposed changes along with a
statement of estimated changes in charges or time schedule. A Standard Amendment
3 rev. 01 /I 3/98
0 0 ..
to Agreement shall be prepared by the City and the District and approved by the City
and the District according to the procedures described in Carlsbad Municipal Code
Section 3.28.172. Such Amendment to Agreement shall not render ineffective or
invalidate unaffected portions of the agreement.
9. COVENANTS AGAINST CONTINGENT FEES
The Contractor warrants that their firm has not employed or retained any
company or person, other than a bona fide employee working for the Contractor, to
solicit or secure this agreement, and that Contractor has not paid or agreed to pay any
company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideratiqn contingent upon, or resulting
from, the award or making of this agreement. For breach or violation of this warranty,
the City or the District shall have the right to annul this agreement without liability, or, in
its discretion, to deduct from the agreement price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or
contingent fee.
IO. NONDISCRIMINATION CLAUSE
The Contractor shall comply with the state and federal laws regarding
nondiscrimination.
1 I. TERMINATION OF CONTRACT
. In the event of,the Contractor's failure to prosecute, deliver, or perform the work
-.
as provided for in this contract, the City Manager/Executive Manager may terminate this
contract for nonperformance by notifying the Contractor by certified mail of the
4 rev. 01 /13/98
0 0
termination of the Contractor. The Contractor, thereupon, has five (5) working days to
deliver said documents owned by the City and the District and all work in progress to
the District Enqineer. The District Engineer shall make a determination of fact based
upon the documents delivered to City of the percentage of work which the Contractor
has performed which is usable and of worth to the City in having the contract
completed. Based upon that finding as reported to the City Manager, the Manager shall
determine the final payment of the contract.
This agreement may be terminated by either party upon tendering thirty (30)
days written notice to the other party. In the event of such suspension or termination,
upon request of the City or the District, the Contractor shall assemble the work produd
and put same in order for proper filing and closing and deliver said product to City or
the District. In the event of termination, the Contractor shall be paid for work performed
to the termination date; however, the total shall not exceed the lump sum fee payable
under paragraph 4. The City Manager/Executive Manager shall make the final
determination as to the portions of tasks completed and the compensation to be made.
12. DISPUTES
If a dispute should arise regarding the performance of work under this
agreement, the following procedure shall be used to resolve any question of fact or
interpretation not otherwise settled by agreement between parties. Such questions, if
they become identified as a part of a dispute among persons operating under the
provisions of this contract, shall be reduced to writing by the principal of the Contractor
or the City Engineer or designee. A copy of such documented dispute shall be
5 rev. 01 /I 3/98
0 0
forwarded to both parties involved along with recommended methods of resolution
which would be of benefit to both parties. The City Engineer or designee or principal
receiving the letter shall reply to the letter along with a recommended method of
resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the
aggrieved party, a letter outlining the dispute shall be forwarded to the City Council or
the Board of Directors for their resolution through the Office of the City
ManagedExecutive Manager. The City Council or the Board of Directors may then opt
to consider the directed solution to the problem. In such cases, the action of the City
Council or the Board of Directors shall be binding upon the parties involved, although
nothing in this procedure shall prohibit the parties seeking remedies available to theq
at law.
13. CLAIMS AND LAWSUITS
The Contractor agrees that any contract claim submitted to the City or the District
must be asserted as part of the contract process as set forth in this agreement and not
in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges
that if a false claim is submitted to the City or the District, it may be considered fraud
and the Contractor may be subject to criminal prosecution. The Contractor
acknowledges that California Government Code sections 12650 et sea., the False
Claims Act, provides for civil penalties where a person knowingly submits a false claim
to a public entity. These provisions include false claims made with deliberate ignorance
of 'the false information or in reckless disregard of the truth or falsity of information. If
the City of Carlsbad or the Carlsbad Municipal Water District seeks to recover penalties
6 rev. 01/13/98
0
.I
0
pursuant to the False Claims Act, it is entitled to recover its litigation costs, including
attorney's fees. The Contractor acknowledges that the filing of a false claim may subject
the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented to act as a Contractor on any public work or improvement for a period of
up to five years. The Contractor acknowledges debarment by another jurisdiction is
grounds for the City of Carlsbad or the Carlsbad Municipal Water Distri to disqualify
the Contractor from the selection process. /&initial)
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026,
3.32.027 and 3.32.028 pertaining to false claims are incorporated herein, by reference. k nitial j 14. STATUS OF THE CONTRACTOR -
The Contractor shall perform the services provided for herein in Contractor's own
way as an independent Contractor and in pursuit of Contractor's independent calling,
and not as an employee of the City or the District. Contractor shall be under control of
the City and the District only as to the result to be accomplished, but shall consult with
the City and the District as provided for in the request for proposal. The. persons used
by the Contractor to provide services under this agreement shall not be considered
employees of the City or the District for any purposes whatsoever.
The Contractor is an independent Contractor of the City and the District. The
payment made to the Contractor pursuant to the contract shall be the full and complete
compensation to which the Contractor is entitled. The City and the District shall not
make any federal or state tax withholdings on behalf of the Contractor or hidher
7 rev. 0 1 /I 3/98
0 e .*
employees or subcontractors. The City and the District shall not be required to pay any
workers' compensation insurance or unemployment contributions on behalf of the
Contractor or hidher employees or subcontractors. The Contractor agrees to indemnify
the City and the District within 30 days for any tax, retirement contribution, social
security, overtime payment, unemployment payment or workers' compensation
payment which the City and the District may be required to make on behalf of the
Contractor or any employee or subcontractor of the Contractor for work done under this
agreement or such indemnification amount may be deducted by the City and the District
from any balance owing to the Contractor.
The Contractor shall be aware of the requirements of the Immigration Reform
and Control Act of 1986 and shall comply with those requirements, including, but not
limited to, verifying the eligibility for employment of all agents, employees,
subcontractors and Consultants that are included in this agreement.
15. CONFORMITY TO LEGAL REQUIREMENTS.
The Contractor shall cause all drawings and specifications to conform to all
applicable requirements of law: federal, state and local. Contractor shall provide all
necessary supporting documents, to be filed with any agencies whose approval is
necessary.
The City or the District will provide copies of the approved plans to any other
agencies.
8 rev. 01 /I 3/98
e 0
16. OWNERSHIP OF DOCUMENTS
All plans, studies, sketches, drawings, reports, and specifications as herein
required are the property of the City and the District, whether the work for which they
are made be executed or not. In the event this contract is terminated, all documents,
plans, specifications, drawings, reports, and studies shall be delivered forthwith to the
City or the District. Contractor shall have the right to make one (1) copy of the plans for
hislher records.
17. REPRODUCTION RIGHTS
The Contractor agrees that all copyrights which arise from creation of the work
pursuant to this contract shall be vested in City and District and hereby agrees ts
relinquish all claims to such copyrights in favor of City and District.
18. HOLD HARMLESS AGREEMENT
Contractor agrees to indemnify and hold harmless the City of Cartsbad and the
Carlsbad Municipal Water District and its officers, officials, employees and volunteers
from and against all claims, damages, losses and expenses including attorney fees
arising out of the performance of the work described herein caused in whole or in part
by any willful misconduct or negligent act or omission of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable, except where caused by the active negligence,
sole negligence, or willful misconduct of the City of Carlsbad and/or the Carlsbad
Municipal Water District.
-.
Contractor shall at its own expense, upon written request by the City and/or the
9 rev. 0 1 /I 3/98
0 * ..
Carlsbad Municipal Water District, defend any such suit or action brought against the
City, and/or the Carlsbad Municipal Water District, its officers, officials, employees and
volunteers. Contractors indemnification of City and the Carlsbad Municipal Water
District shall not be limited by any prior or subsequent declaration by the Contractor.
19. ASSIGNMENT OF CONTRACT
The Contractor shall not assign this contract or any part thereof or any monies
due thereunder without the prior written consent of the City and the District.
20. SUBCONTRACTING
If the Contractor shall subcontract any of the work to be performed under this
contract by the Contractor, Contractor shall be fully responsible to the City and the
District 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
contract shall create any contractual relationship between any subcontractor of
Contractor and the City or the District. The Contractor shall bind every subcontractor
and every subcontractor of a subcontractor by the terms of this contract applicable to
Contractor's work unless specifically noted to the contrary in the subcontract in question
approved in writing by the City or the District.
21. PROHIBITED INTEREST
No official of the City or the District who is authorized in such capacity on behalf
of the City or the District to negotiate, make, accept, or approve, or take part in
negotiating, making, accepting, or approving of this agreement, shall become directly or
10 rev. 01 /I 3/98
0 0
indirectly interested personally in this contract or in any part thereof. No officer or
employee of the City or the District who is authorized in such capacity and on behalf of
the City or the District to exercise any executive, supervisory, or similar functions in
connection with the performance of this contract shall become directly or indirectly
interested personally in this contract or any part thereof.
22. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or employee of the
City or the District, either before, during or after the execution of this contract, shall
affect or modify any of the terms or obligations herein contained nor entitle the
Contractor to any additional payment whatsoever under the terms of this contract.
23. SUCCESSORS OR ASSIGNS
Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all
terms, conditions, and provisions hereof shall inure to and shall bind each of the parties
hereto, and each of their respective heirs, executors, administrators, successors, and
assigns.
24. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first written
above.
25. CONFLICT OF INTEREST
The City has determined, using the guidelines of the Political Reform Act and the
City's conflict of interest code, that the Contractor will not be required to file a conflict of
interest statement as a requirement of this agreement. However, Contractor hereby
11 rev. 01 /I 3/98
0 .. e
acknowledges that Contractor has the legal responsibility for complying with the
Political Reform Act and nothing in this agreement releases Contractor from this
responsibility.
26. INSURANCE
The Contractor shall obtain and maintain for the duration of the contract and any
and all amendments insurance against claims for injuries to persons or damage to
property which may arise out of or in connection with performance of the work
hereunder by the Contractor, his agents, representatives, employees or subcontractors.
Said insurance shall be obtained from an insurance carrier admitted and authorized to
do business in the State of California. The insurance carrier is required to have a
current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for
insurance as stated in Resolution No. 91403 and the District's policy for insurance as
stated in Resolution No. 772.
A. Coveraaes and Limits.
Contractor shall maintain the types of coverages and minimum limits
indicated herein, unless a lower amount is approved by the City Attorney/General
Counsel or City Manager/Executive Manager:
1. Comprehensive General Liability Insurance. $1,000,000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain .aggregate limits, general aggregate limits shall apply
separately to the work under this contract or the general aggregate shall be twice the
required per occurrence limit.
-.
12 rev. 01 /I 3/98
0 0
2. Automobile Liability (if the use of an automobile is involved for
Contractor's work for the City/District). $1,000,000 combined single-limit per accident
for bodily injury and property damage.
3. Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the Labor Code of the State of California and
Employer's Liability limits of $1,000,000 per accident for bodily injury.
4. Professional Liability. Errors and omissions liability appropriate to
the contractor's profession with limits of not less than $1,000,000 per claim. Coverage
shall be maintained for a period of five years following the date of completion of the
work. !
B. Additional Provisions.
Contractor shall ensure that the policies of insurance required under this
agreement contain, or are endorsed to contain, the following provisions.
1. The City and the Carlsbad Municipal Water District shall be named
as additional insureds on all policies excluding Workers' .Compensation and
Professional Liability.
2. The Contractor shall furnish certificates of insurance to the City
before commencement of work.
3. The Contractor shall obtain occurrence coverage, excluding
Professional Liability which shall be written as claims-made coverage.
4. This insurance shall be in force during the life of the agreement and
any extension thereof and shall not be canceled without 30 days prior written notice to
13 rev. 01 /I 3/98
0 0
the City sent by certified mail.
5. If the Contractor fails to maintain any,of the insurance coverages
required herein, then the City will have the option to declare the Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order that the required coverages may be maintained. The Contractor is
responsible for any payments made by the City to obtain or maintain such insurance
and the City may collect the same from the Contractor or deduct the amount paid from
any sums due the Contractor under this agreement.
!
14 rev. 01 /I 3/98
,. 0 0
27. RESPONSIBLE PARTIES
The name of the persons who are authorized to give written notices or to receive
written notice on behalf of the City/District and on behalf of the Contractor in connection
with the foregoing are as follows:
For CitylDistrict: Title William E. Plummer. District Enaineer
Name Carlsbad MuniciDal Water District
Address 5950 El Camino Real
Carlsbad. California 92008
For Contractor: Title Patrick N. O'Dav. President
Name O'Dav Consultants
Address 2320 Camino Vida Roble. Suite B
Carlsbad. California 92009
ArchitecVLicense Number: RCF 272 1 e
ArchitecffLicense Number:
28. BUSINESS LICENSE
Contractor shall obtain and maintain a City of Carlsbad Business License for the
duration of the contract.
29. ENTIRE AGREEMENT
This agreement, together with any other written document referred to or
contemplated herein, embody the entire agreement and understanding between the
parties relating to the subject matter hereof. Neither this agreement nor any provision
hereof may be amended, modified, waived or discharged except by an instrument in
15 rev. 01/13/98
.e 0
writing executed by the party against which enforcement of such amendment, waiver or
discharge is sought.
Executed by Contractor this 26th
CONTRACTOR:
O'DAY CONSULTANTS ~WC 4
(name of Contra t )
By:3qk&,
by:,^
Patrick N. O'Day, President
(print namehitle)
Patrick- N.O'Day, Secretary (print namehitle)
ATTEST:
. ALETHA L. RA'tlTENKRANZ \
ATTEST:
AL+w$Tkiw+\
, -
Secretary
(Proper notarial acknowledgment of execution by Contractor must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary
under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
d- /p"-
16 rev. 01 /I 3/98
e e
EXHIBIT "A" 0479
DESIGN APPROACH
FOR WATER, PECYCLED WATER AND SEWER IN CANNON ROAD
FROM
LEGODRIVETOELCAMINOREAL
Consultant has prepared roadway pians for the entire length of this project, includii the water,
recycled water, and sewer for the portion from Leg0 Drive to Pointe Avenue, and has prepared a
preliminary design of the water, recycled water, sewer and sewer force main and lift station for
the remainder of the project. Geotechnical investigation has been done for the project area, but
did aot include resistivity and corrosion reports, so additional investigations are included in this
approach. New tratfic control plans are necessary only at the El Camino Real intersection, as
traflic control for the intersection at Leg0 Drive is included in the existing roadway plans, and the
remainder of the roadway is new road with no need for construction trafEc control. Utdity
coordination has been accomplished with the roadway plans, but additional coordination will be
needed due to known conflicts with the water main in El Camino Real. It is envisioned that the
CMWD plans will be stand-alone plans and the plans and specifications will be added to the City's
roadway bid as an addendum.
scope I: Geotechnid conditions in this area include cut areas of Quatermy-aged Terrace
Deposits, Santiago Formation and compacted fill. The section fiom Leg0 Drive to
Macario Canyon has recently been graded with Leighton and Associates providing
geotechni4 services. The section fiom Macario Canyon to El Camino Real has
previouily been rough-graded under.& observation and testing of 0th" and
Leighton and Associates has reviewed the As-Graded Geotechnicai report for this
area. Conwhat will review the existing geotechnical reports and provide a
summary of the subsurface conditions, and will make borings of 5 to 10 feet in
depth at roughly 500 foot spacings to evaluate engineering characteristics of the so& along the alignment and the chemical characteristics of the soils. Laboratory
testing will include an whation of the soils chemical characteristics and pertinent
engineering properties. Some of the soils within the Carisbad area have been
found to have a high potential for causing corrosion of buried metal conduits. In
addition, areas of soil that have been utitized for agricultud purposes or the
alhivial areas which drain from agriculturaI areas sometimes have soils with high
suffate of chloride cmcentratious. This can result in deterioration of concrete if
not.properly planned fbr. The proposed geotecbnical investigation will include a
suite of tests to evaluate the chemical characteristics of the soils witbin the
minimum resistivity, soluble sulfate content, and chloride concentrations. 'Ihe
geotechnical report will present the results of these findings and provide
appropriate r-endations to be utilized in the design process. If higbly
corrosive soils are identified, one of the recommendations may be to enlist the
services of a corrosion engineer.
-_ proposed. aligmnents. These tests will include determination of the soil pH,
e 0
Design Approach Leg0 Drive
Page 2 of 3
Scope II: Potholing.
Consdtant will pothole to expose the existing he1 lines, belonging to Santa Fe and
Pacific Pipeline, m El Camino Real and survey to locate that line horizontally and
vertically, limited to one day of backhoe with operator and one day of surveying
crew.
Scope III: Engineering Drawings.
Consuitant will prepare plans for approximately 7,550 lineal feet of 16-iich
diameter water, 7,070 lineal feet of 24-inch diameter and 960 16-inch diameter
recycled water, and, 3,800 lineal feet of 24-inch diameter and 1,490 lineal feet of
16 -inch diameter sewer fiom Leg0 Drive to El Camino Real, including the bridge
crossings of the Macario Canyon and the Agua Hedionda Creek Channel.
Scope IV: Bridge plan revisions.
A Revision to the Macario Canyon Bridge plans to accommodate two 16-iich
diameter recycled water pipelines and one 16-inch diameter water pipeline.
B. Revision to the Agua Hedionda Channel Bridge plans to: provide cantilever
widening of the bridge deck for 16-inch water and 24-inch recycled water
mains, and to widen the spacing of the pilings to six &-et, to accommodate a
42-inch steel casing for the 30-inch sewer main. The redesign is made complex
as the bridge is on a cwve so that the pw cannot be uniformly widened.
Scope V: Specificatio~.,:,. = -. -I . .. .
. -.- -. ” - .. I .*T” .. . ” ,
Consukant will. ~- pgepare special provisions to the Ci bid specifications, using ”&.- I
E”;.
er dish of boilerplate specifications. .-.; . . - ., . . .‘*+“.Z
~ z:.. ... .
-.
. -. -
” . _., scope VI:
,_ -
-€onsuitant will p-ep&e quantity and construction cost estimates for the project.
.. .
-
'. z! e c
3 aY
d g%
ae:
aa
3:
g5f 4p gz
at t'
5 3 2 5
2 0
0 0
- 1 z -
"CO s -
2
z2
- * - -
(3
52 P
-
- -E "" ~".". -
cy s - d=z %" s - - z
8 r ~ .- " - _.
(Y - 5: -
$s -
5
-3
" -
Ib
2y - "E *:A
f -
g?=zP8%BB823%
2,
a NCY~Y-~ t
mw i
f 8 +ahPS?rlLo SI-SP EE28gn2$ <I- 4 :3
2,zoHg 8ggE ma
g g f Yztg
st "2 W ""Gpgpg., ELSakZ
Qrwm~~~ts~oa~=
d
-
,
I t
n n
s
F
3 U
[I !
I1 ~
P
0 e
=ZF
gss2
Gape
9
Er g
mg
+~ et E9 r e $B
Snz
a Q
$j: ,. e
33 lz8
0 a
STATE OF CALIFORNIA 1
COUNTY OF San Diego
lss.
On 1-26-98 before me, Cathlynn E. Aguirre,:;:Ndtary Public
DATE NAME AND TITLE OF OFFICER
Personally appeared Patrick N. O'Day
NAME@) OF SIGNER(S)
personally known to me - to be the person(@ whose naml
is/are subscribed to the within instrument and acknowledged to me that he/- executed the same in hidW
authorized capaci&(ies), and that by his/lan&& signature(* on the instrument the person(*, or the entity upon beha
which the person@) acted, executed the instrument.
WITNESS my hand and official seal. Carm.#l131484 ;D NOTARYPUBUCWFORHA v) W" L -
.. - I .. ' A::: .;. <'
. ~. ,. -~., : l.. ,;y
-, " , , . ; ., , , , . -. ;'
(This area for official n&' ,,..&** :! : ':P , ;.'-..:
.,, , , ,. . . . , . " ".
. SIGNATURg OF NOTARY 0 .- . .b . ,* , . ,. ,,;>f;:;$. :', . ;< .', x ::; : ,:'!
,;, j:'.,-&. - .:< , '"
rl .:;g;q .' .,_,_, (.( -! (f'?;. : ' '.
,,3',: [\.' :' . :.%:
>' ., -i\ .t.
.,:.;:.,/ :..,: ,,.;>.; $3 ', .e.
, . .,. /zj_ ; ; 1 : . ' 1 . .
'%. , . ;, i -; 1 ':. , '\;. ..
: .:
~ ,. .. . ..
. . ._ . .. I
I .L-.. i", :. . . . .. .. ..
Title or Type of Document B Thr - ee party Professional Services Agreement ~;.;"-.'-., . t .'
Date of Document undated No. of Pages 19 ..
Signer(s) other than named above None
. .- : .. , .. .. ..
..
1 ~~~ ~~~~~~~~~ ~
CMWD 88-602,92406
06/14/95
VI/ LV~ au OULT L&. &I PhA IB.SW~ mmI(AIym AWN.Y _w*
555Q Baltimore Dr. E;W.te 100 %a Me~a CA 91942
” Pa maa CA 91942 I ”” COMP- 4FFMLwp14
-8 R. &iabUSh
PhmraNo. 619-464-6851 kW 619-464-2901 ,_ r JF; ”” v;pLLGey Y?O~ ~ ms. - co. -I-” ASSOCXATFJ3 1IJT-Z- INS
“””“”
army C~WUI~ZUI~~, rc. jwERIm mRI8TS ms # 7220 Avesida bcinas - Ste 204 Carlabad CA 92009
---..---.-- COMPAW 0
. - .- . .-..-
L CQNTIWXOR‘S PRDT
- -..-
”
NO~COWNEDAWOS
”
1,ooo,oao
25,000
CARLEBAD EIJMICD?AL SX!?EZ& DZbJC. THE DISTBICT h THE CITP OF
5950 EL C- REA&
CARLgaAD Ck 91008
-c3kmamD
01-26-1998 01:I”M P. 01
~. -. .. _"_" ~~~ ~ ~~" ~ . ._. . -- - . - - - - .- - - . . . ".
.. 0. 0
CUY OF CARLS5AD
INFOmXON SHEET FOR BUSINESS LICENSE RENEWAL WfIACEMEM7 FOR LOST FORM)
TYPE OF WSINES
FLAT FEE ,m.- - 0 0
PENALTY FEE {PAST WE So DAYS , 25%. 90 DAYS = So%) ; d5"ad
TOTAL - ".os !
a& -
I-zb-clg c.
DATE
-.
Ar;r. mmy P
P.Glru?RE
01-26-1998 11:15fW 7604348164 P.
.." - - -. "-" .*"'..-."LC. "e -"A4 1U.CI.U -&as -11a rcIHiLi Sd
.. k+w.r-.'. ". . .. .. .A . - -
~
..
SdQ
Ca 7 ifornia OFflCE OF THE SECRETARY OF STATE p ~~
"
I a2
I
I, MARCH FUNG EU, Secret- of State of the State
! of California, hexeby certify:
That the annexed transcript has been compared with
the record an file in this office, of which it purports to be !
a cupy, and that same is full, true and correct,
I
I
IN WXTUESS WHEmuR, 1 em!mxw &iS~band&tbe- SddtkS~d~tbEF
SEP 2.9 ma
w%L "-
-e-- lu w *IT 88-14-1597 El4tsBR1 6242338115 -8 @A- P. 02
I" - " - - " "e .I Ius-. YYLk. "N. ".L """ "- ---- . . ..
-. *e ,@ ENDORSED FILED
SEP3 3 198t l.Ctw?97 I.Ikdmd*-.C" .It*-i6Rh.L,
.. r, "tB~rroqrd#w
rdholru prpr
-s 08 3-a
OF
O'wCz a3amxMm. Doc.
ONEr !?he nime of this corpoxatia ia WDay Cbrrsul", &a.
TWO: The putpose of this corporatim io t~ eagage in any lawful
act 01: activity for ubfch a corporation map bo ozganizd under the
General Corpolratfoa sau af Califozaia other th~ tbe banking Mess,
tba trust -y busiueaa, or the practloc of a profes:ariah pewit- to
be incorpsrated by the Califeraia Corporati- Code.
!
TBISBr The name md addrear in tM8 state of tb corpolcrt$on8 8
a- d initial agmt for senrim of process is:
PatxicL 1p. O'pay 3lS bk~tb Clementhe Street
dc-fik, California 92054
POtfRt Thi8 carpcation is ruthOrird to ism olrlp m Clam of
sharea ef Etoclt which shalX bs &aignrrtd carma stock, *e tatal aurnber
of shares it 18 autborizd to imue is 10 11000 abues.
/
nA!rgb: 9/z2/f/ mmxa nomum O'DES~, -9 D-
X herekg blare tht 1 am tk persan ubo executed the foxegoin9 Articles
af Ixacorporation, whicb execution ir rqy ask and deed.
#
'u P=a lnm4aM 0".
86-14-1997 64: 39en 613233m 15 P. 83