HomeMy WebLinkAboutCHANG CONSULTANTS; 2012-11-28; CA906PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 6
PROJECT NO. 66181
CA906
This and Fee Allotment, is entered into on
-:::-:::-:--:-:~~~-i!=-~"7--:,..._"""""'~~;:::;?-~..,-------,-' pursuant to an Agreement between CHANG
JP: S, a sol propnetors 1p ("Contractor") and the CITY OF CARLSBAD, ("City")
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
r erence.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated June 9, 2015, ("proposal"), attached as Appendix "A"
for the Agua Hedionda Creek -Coman Property Creek Restoration, (the "Project").
The Project services shall include modeling, analysis and preparation of a letter report and
recommendations for civil design incorporating bioengineering to support preparation of
improvement plans and cost estimates for the slope repair project. The project is located
in Agua Hedionda Creek on the Coman poperty APN 209-040-15-00.
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 by November 15, 2015. Working days are
defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works
Construction (Green Book). In no event shall Contractor work beyond the term or
authorized compensation of the 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 time and materials as specified in Table 1.
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 $26,000.
City Attorney Approved Version 1/30/13
CA906
TABLE 1 FEE ALLOTMENT NO. 6
Agua Hedionda Creek -Coman Property Creek Restoration
TASK GROUP LUMP SUM FEE
Modeling, analysis and preparation of a letter report and $26,000
recommendations for civil design incorporating bioengineering to
support preparation of improvement plans and cost estimates for
the slop repair project in Agua Hedionda Creek
TOTAL (Not-to-Exceed) $26,000
Executed by Contractor this ____ day of _____________ , 2015.
CONTRACTOR
CHANG CONSULTANTS, a sole
proprietorship
By:
(name of Contractor)
Wayne W. Chang
Sole Proprietor-Principal
(print name/title)
CHANG CONSULTANTS, a sole
proprietorship
(name of Contractor)
By:
(sign here)
(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
pg~ Date , (t<,/J~ By:
Patrick Thomas
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
2 City Attorney Approved Version 1/30/13
Civil EngineeringoHydrologyoHydraulicsoSedimentation
June9,2015
Sherri Howard
City of Carlsbad
Public Works Department
1635 Faraday Avenue
Carlsbad, CA 92008
Subject: Coman Project
Dear Sherri:
P.O. Box 9496
Rancho Santa Fe, CA 92067-4496
T: 858.692.0760
F: 858.832.1402
wayne@changconsultants.com
Appendix "A"
Pursuant to your request, I am pleased to submit this proposal for civil engineering services for
the subject project. This proposal is in addition to my current agreement. The scope of work is as
follows:
• The following services are to be provided by HRS:
o As needed bioengineering design and details
o As needed hydrologic and hydraulic modeling review and recommendations
o As needed conference call meetings with client/team/agencies
• Prepare engineering plans for the slope repair.
• Prepare hydraulic and sediment transport analysis for the slope repair.
• Coordination and processing with the City of Carlsbad and Resource Agencies.
These services will be performed on a time and materials basis up to $26,000.00 at a billing rate
of $138.00 per hour. If acceptable, please sign below and return this agreement as my
authorization to proceed. The General Terms of our prior agreement are incorporated herein.
Sincerely,
Wayne W. Chang, M.S., P.E.
Approved:
By: _______________ _ Date: ________ _,
Sherri Howard
This
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 5
PROJECT NO. 3338
CA906
ask Description and Fee Allotment, is entered into on
2:.:12" , pursuant to an Agreement between Chang
Consult nts, a sole proprietorship, ("Contractor") and the City of Carlsbad, ("City") dated
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated March 13, 2015, ("proposal"), attached as Appendix
"A" for the Agua Hedionda Channel project, (the "Project"). The Project services shall
include an assessment of the floodplain related to the Rancho Carlsbad Mobile Home
Park.
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 sixty (60) working days thereafter. Working
days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public
Works Construction (Green Book). In no event shall Contractor work beyond the term or
authorized compensation of the 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 time and materials. 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 $30,000.
City Attorney Approved Version 1/30/13
CA906
TABLE 1 FEE ALLOTMENT
STORM WATER CONSULTING SERVICES
TASK GROUP NOT TO EXCEED FEE
Rancho Carlsbad assessment of improvement requirements to 30,000.00
alleviate FEMA insurance requirements
TOTAL (Not-to-Exceed) $30,000.00
Executed by Contractor this ____ day of-------------' 2015.
By:
(si n here)
Wayne W. Chang I
Sole Pro rietor-Princi
(print name/title)
CHANG CONSULTANTS, a sole
proprietorship
(name of Contractor)
By:
(sign here)
(print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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: 4-19/;r-
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
Civil EngineeringoHydrologyoHydraulicsoSedimentation
March 13,2015
Jason Geldert
Engineering Manager
City of Carlsbad
Land Development Engineering
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Subject: Rancho Carlsbad Mobile Home Park
Dear Jason:
P.O. Box 9496
Rancho Santa Fe, CA 92067-4496
T: 858.692.0760
F: 858.832.1402
wayne@changconsultants.com
Appendix "A"
Pursuant to your request, I am pleased to submit this proposal for civil engineering services for
the subject project. The scope of work is as follows:
• Assist the City of Carlsbad in obtaining cost estimates, identifying qualified contractors,
engineering data and analyses, and other relevant information related to construction
requirements necessary to alleviate FEMA insurance requirements for existing mobile
homes in the Rancho Carlsbad Mobile Home Park. The cost estimates will be prepared
by others, who may require a separate contract with the City to provide unit-by-unit
estimates. I will merely be responsible for coordinating this effort and identifying the
needs at the units.
These services will be performed on a time and materials basis up to $30,000.00 at a billing rate
of $140.00 per hour. If acceptable, please sign below and return this agreement as my
authorization to proceed. The General Terms of our prior agreements are incorporated herein.
Sincerely,
Wayne W. Chang, M.S., P.E.
Approved:
By: _______________ _ Date: ________ ...,!
Jason Geldert
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4
PROJECT NO. 3338
CA906
and Fee Allotment, is entered into on
~-r-.~...1£...J~'#J,~.-L-----"'~"-+-~JL..,;L..:..,tL----___,.,..• pursuant to an Agreement between Chang
C ultants, a sole propri orship, (" ontractor") and the City of Carlsbad, ("City") dated
November 8, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated October 27, 2014, ("proposal"), attached as Appendix
"A" for the Agua Hedionda Channel project, (the "Project"). The Project services shall
include an assessment of the floodplain related to the Rancho Carlsbad Mobile Home
Park.
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 sixty (60) working days thereafter. Working
days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public
Works Construction (Green Book). In no event shall Contractor work beyond the term or
authorized compensation of the 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 time and materials. 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 $6,576.
City Attorney Approved Version 1/30/13
CA906
TABLE 1 FEE ALLOTMENT
STORM WATER CONSULTING SERVICES
TASK GROUP NOT TO EXCEED FEE
Floodplain Assessment for the Agua Hedionda Channel 6,576.00
TOTAL (Not-to-Exceed) $6,576.00
Executed by Contractor this ____ day of-------------' 2014.
CONTRACTOR
CHANG CONSULTANTS,
a sole proprietorship
By:
sign here)
Wayne W. Chan
Sole Proprietor-Principal
(print name/title)
CHANG CONSULTANTS,
a sole proprietorship
(name of Contractor)
By:
(sign here)
(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.
RLSBAD, a municipal corporation of the State of California
By:
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: ).(\ 0 J ()6 ~nt CitYAtPo?feY-
City Attorney Approved Version 1/30/13
2
Chanu®mrn~rnoornrno~
Civil EngineeringoHydrologyoHydraulicsoSedimentation
October 27, 2014
Jason Geldert
Engineering Manager
City of Carlsbad
Land Development Engineering
1635 Faraday Avenue
Carlsbad, CA 92008-7314
P.O. Box 9496
Rancho Santa Fe, CA 92067-4496
T: 858.692.0760
F: 858.832.1402
wayne@changconsultants.com
Appendix "A"
Subject: Rancho Carlsbad Mobile Home Park Floodplain Assessments
Dear Jason:
Pursuant to your request, I am pleased to submit this proposal for civil engineering services for the
subject project. The scope of work is as follows:
1. Identify the existing mobile homes that are within the FEMA floodplain per the current Flood
Insurance Rate Map. Create a spreadsheet listing the homes, their finish floor elevations (per
City provided survey data), and the associated FEMA 1 00-year water surface elevations. The
spreadsheet will specifically identify units whose finish floors are inundated by the 1 00-year
flood. These units could require extensive improvements beyond the tasks in this scope in
order to achieve flood insurance benefits.
2. Perform a site investigation to determine the units with HV AC equipment below flood levels.
These units will be identified on the spreadsheet.
3. Perform calculations to determine the flood openings that must be installed in each unit per
FEMA guidelines. The square footage of each unit will be estimated from the City's
topographic mapping.
These services will be performed on a time and materials basis up to 48 hours at a billing rate of
$137.00 per hour ($6,576.00). If acceptable, please sign below and return this agreement as my
authorization to proceed. The General Terms of our prior agreements are incorporated herein.
Sincerely,
Wayne W. Chang, M.S., P.E.
Approved:
By: ______________________________ ___ Date:-----------'
Jason Geldert
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3
PROJECT NO. 6618
CA906
Project Task and Fee Allotment, is entered into on e: , pursuant to an Agreement between Chang
Consul ants, a so e proprietorship, ("Contractor") and the City of Carlsbad, ("City") dated
November, 28, 2012, (the "Agreement"}, the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated July 31, 2014, ("proposal"}, attached as Appendix "A"
for the Farol Court Drainage Improvement, (the "Project"). The Project services shall
include review of existing plans and studies, preparation of HECRAS analysis, alternative
consideration and advise and preparation of preliminary improvement plans for the repair
of the storm drain outfall and stream bank stabilization.
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 hundred twenty (120} working days
thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard
Specifications for Public Works Construction (Green Book). In no event shall Contractor
work beyond the term or authorized compensation of the 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 time and materials. 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 $10,000.
City Attorney Approved Version 1/30/13
•
•
•
•
•
TABLE 1 FEE ALLOTMENT
STORM WATER CONSULTING SERVICES
TASK GROUP
Review as-built drawings, topographic mapping, and other documents provided by
the City of Carlsbad.
Perform a HEC-RAS analysis based on the recent topographic mapping, which will
be provided by the City in AutoCAD format. The HEC-RAS will be based on a range
of flow rates and used to assess the flow velocities at the site. Areas of erosive
velocities will be identified in order to establish channel stabilization alternatives.
Coordinate alternatives with City and AECOM .
Attend meetings as requested by the City .
Prepare preliminary engineering drawings showing the repair alternatives. This does
not include preparation of detailed grading or improvement plans, a SWMP, or
SWPPP. A proposal for these items can be QrOvided if and when needed.
TOTAL (Not-to-Exceed)
LUMP
SUM FEE
$10,000
$10,000
Executed by Contractor this 26th day of ___ A_u..=.g_us_t _______ , 2014
CONTRACTOR
CHANG CONSULTANTS,
a sole proprietorship
(name of Contra
By:
(print name/title)
CHANG CONSULTANTS,
a sole proprietorship
a me of Contractor)
By:
(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.
bftilt'-Wtef"l~~MO Director
Jim Howell •
APPROVED AS TO FORM:
2 City Attorney Approved Version 1/30/13
Appendix "A"
July 31, 2014
Sherri,
Here is a scope and estimated fee. Since the effort can vary depending on the amount and type
of alternatives and the resource agency processing required, I have estimated $10,000 as a place
holder, but will merely invoice based on T&M. Please let me know if you have questions and if
you need a formal proposal. Thanks.
• Review as-built drawings, topographic mapping, and other documents provided by the City of
Carlsbad.
• Perform a HEC-RAS analysis based on the recent topographic mapping, which will be provided
by the City in AutoCAD format. The HEC-RAS will be based on a range of flow rates and used to
assess the flow velocities at the site. Areas of erosive velocities will be identified in order to
establish channel stabilization alternatives.
• Coordinate alternatives with City and AECOM.
• Attend meetings as requested by the City.
• Prepare preliminary engineering drawings showing the repair alternatives. This does not include
preparation of detailed grading or improvement plans, a SWMP, or SWPPP. A proposal for these
items can be provided if and when needed.
$10,000.00 based on billing rate of $137 per hour.
Wayne
Chang Consultants
P.O. Box 9496
Rancho Santa Fe, CA 92067-4496
Mobile: 858.692.0760
Fax: 858.832.1402
www.changconsultants.com
3 City Attorney Approved Version 1/30/13
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2
PROJECT NO. 3338
CA906
This second Project Task Description and Fee Allotment, is entered into on
L)et'l&'lftJer: /?> J ~ 3 , pursuant to an Agreement between Chang
Consultants, a sole proprietorship, ("Contractor") and the City of Carlsbad, ("City") dated
November, 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department,
City "Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated October 30, 2013, ("proposal"}, attached as Appendix
"A" for the Agua Hedionda Channel project (Rancho Carlsbad Mobile Home Park),
(the "Project"). The Project services shall include preparation of HECRAS analysis and
letter report as required to process a Letter of Map Revision to the FIRM map through
the City of Carlsbad and FEMA.
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 ninety (90) working days thereafter.
Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications
for Public Works Construction (Green Book). In no event shall Contractor work beyond
the term or authorized compensation of the 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 time and materials. 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 $8,000.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
STORM WATER CONSULTING SERVICES
/" T.AS1< GROUP LliMPSUMFEE/""""/
Obtain supporting field information and perform HECRAS
analysis to prepare and process a Letter of Map Revision to the
FIRM map through the City of Carlsbad and FEMA. $8,000
TOTAL (Not-to-Exceed) $8,000
Executed by Contractor this ___ day of------------' 2013.
CONTRACTOR
CHANG CONSULTANTS,
a sole proprietorship
(name of Contractor
By:
(s1gn here)
v/t'f;Vt!, ~JMtLUL-
(print name/t' e)
CHANG CONSULTANTS,
a sole proprietorship
(name of Contractor)
By:
(sign here)
(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 nicipal corporation of the State of California
By: Date: ~/-=-Z-~.fi......::z::.....:;{._....L./-..!13o::;....__ __
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: -----JL)O~~e.............--.1 ~~"""'+---~
Assistant City~
City Attorney Approved Version 1/30/13
2
Sherri Howard
From:
Sent:
To:
Subject:
Sherri,
Here's a scope for the LOMR:
EXHIBIT A
Wayne W. Chang <wayne@changconsultants.com>
Wednesday, October 30, 2013 10:11 PM
Sherri Howard
LOMR
• Perform updated hydraulic analyses for Agua Hedionda Creek and Calavera Creek through the Rancho Carlsbad
Mobile Home Park. The analyses will be based on the most recent topographic mapping and survey data from
the City of Carlsbad as well as the FEMA adopted flow rates.
• Perform a site visit to verify the channel roughness coefficients and obtain other needed hydraulic parameters.
• Delineate the 100-year floodplain including areas that could be considered as shaded Zone X.
• Prepare and process a Letter of Map Revision through the City of Carlsbad and FEMA. The LOMR will reflect the
updated 100-year floodplain and floodway as well as the shaded Zone X area. The City understands that the
shaded Zone X approach is subject to FEMA's approval. This includes up to 8 hours for processing.
Estimate $8,000 at $138.00 per hour.
Thank you.
Wayne
Chang Consultants
P.O. Box 9496
Rancho Santa Fe, CA 92067-4496
Mobile: 858.692.0760
Fax: 858.832.1402
www.changconsultants.com
1
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.1
PROJECT NO. 3338
CA906
and Fee Allotment, is entered into on
~:::....:l~;,eLr.~t<:U:L:::...,4~~:L,~:.....,-,.-,.'' pursuant to an Agreement between Chang
Consul ants, a so e propri orship, ("Contractor") and the City of Carlsbad, ("City") dated
November, 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide storm water consulting services in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department,
City "Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated August 13, 2013, ("proposal"), attached as Appendix
"A" for the Agua Hedionda Channel project (Rancho Carlsbad Mobile Home Park},
(the "Project"). The Project services shall include review of existing documents and
hydraulic analyses, develop options for flood control, coordination and meeting with the
Rancho Carlsbad Home Owners Association and additional analysis as may be
requested by 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 sixty (60) working days thereafter.
Working days are defined in section 6-7.2 'Working Day" of the Standard Specifications
for Public Works Construction (Green Book). In no event shall Contractor work beyond
the term or authorized compensation of the 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 time and materials. 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 $10,000.
City Attorney Approved Version 1/30/13
1
TABLE 1 FEE ALLOTMENT
STORM WATER CONSULTING SERVICES
TASK GROUP LUMPSUMFEE
Review of existing documents and hydraulic analyses, develop
options for flood control, coordination and meeting with the
various agencies and associations, and additional analysis as
may be requested by the CitY. $10,000
TOTAL (Not-to-Exceed) $10,000
Executed by Contractor this zrflh day of ---S-l.A-"u'..:!~~rJ .... iw+c..__ _____ , 2013.
CONTRACTOR
CHANG CONSULTANTS,
a sole proprietorship
(name of Contractor)
By:
(sign here)
(print name/title)
By:
sign here)
cJA i/tf M4$., fi!AirJI /$--
(print name/lltleY
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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 unicipal corporation of the State of California
By: Date: 9;fu;z
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:~
City Attorney Approved Version 1/30/13
2
Chang®IJ[]]fl][]])~
CiVIl EngineeringQHydrologyoHydraulicsoSedimentation
APPENDIX A
P.O. Box 9496
Rancho Santa Fe, CA 92067-1496
T: 858.692.0760
F: 858.832.1402
wayne@changconsultants.com
RANCHO CARLSBAD MOBILE HOME PARK
SCOPE OF WORK
August13,2013
• Attend meetings and perform coordination with the City of Carlsbad, Federal
Emergency Management Agency, and Rancho Carlsbad Mobile Home Park
representatives. These services will be related to flooding, flood control, and
flood insurance issues.
• Review existing documents and hydraulic analyses related to the 100-year
floodplain within the site.
• Develop and analyze conceptual options for reducing flooding within the site.
• Perform additional water resources engineering services as requested by the
City of Carlsbad.
CERTIFICATE OF EXEMPTION
WORKERS' COMPENSATION/EMPLOYERS' LIABILITY INSURANCE
I, WAYNE W. CHANG, am the Sole Proprietor of CHANG CONSULTANTS. I hereby certify
that CHANG CONSULTANTS has no employees and is not required by law to maintain
workers' compensation or employers' liability insurance. Should CHANG CONSULTANTS
employ any person during the term of the Agreement with the City of Carlsbad for the STORM
WATER ENGINEERING SERVICES MASTER AGREEMENT, then workers' compensation
and employers' liability insurance will be obtained.
Executed on this £~ay of {ryftmh~ . 2012 at Car/;ba{ , California
WAYNEW. CHANG
Name
SOLE PROPRIETOR-CHANG CONSULTANTS
Title
MASTER AGREEMENT FOR STORM WATER ENGINEERING SERVICES
{CHANG CONSULTANTS)
CA906
'fo~ THIS AGREEMENT is made and entered into as of the 01-(F day of
I , 20 ldl,J by and between the CITY OF CARLSBAD, a municipal
corpo ation, hereinafter referred to as "City", and CHANG CONSULTANTS, a Sole
Proprietorship, hereinafter referred to as "Contractor."
RECITALS
A. City requires the professional services of an engineering consultant that is
experienced in storm water engineering.
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 water engineering.
D. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
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 years starting from the date first
written above.
4. PROGRESS AND COMPLETION
The work for any project granted to Contractor pursuant to this Agreement will begin within ten
(1 0) days after receipt of notification to proceed by 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 City inaction or other agencies' lack of timely action. In no
event shall a specific Task Description exceed the term of this Agreement.
City Attorney Approved Version 2/17/12
5. COMPENSATION
The cumulative total for all projects allowed pursuant to this Agreement will not exceed one
hundred thousand dollars ($1 00,000) for the term of the agreement; the total amount allowed
per Project Task Description and Fee Allotment will not exceed one hundred thousand dollars
($1 00,000). 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
with holdings 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 in whole or in part by
any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone
2 City Attorney Approved Version 2/17/12
directly or indirectly employed by any of them or anyone for whose acts any of them may be
liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII" OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum
limits indicated below, unless Risk Manager or City Manager approves a lower amount. These
minimum amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and employees make
no representation that the limits of the insurance specified to be carried by Contractor pursuant
to this Agreement are adequate to protect Contractor. If Contractor believes that any required
insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as
Contractor deems adequate, at Contractor's sole expense.
1 0.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work under this
Agreement or the general aggregate will be twice the required per occurrence limit.
1 0.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
1 0.1.3 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 City's satisfaction, a declaration stating this.
1 0.1.4 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.
D If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
3 City Attorney Approved Version 2/17/12
1 0.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
1 0.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at any time,
complete and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
4 City Attorney Approved Version 2/17112
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement are:
For City:
Name
Title
Dept
Address
Phone
Skip Hammann
Transportation Director
Transportation
CITY OF CARLSBAD
1635 Faraday Avenue
Carlsbad CA, 92008
(760) 602-2751
For Contractor:
Name
Title
Address
Phone
Email
Wayne Chang
Principal
PO Box 9496
Rancho Santa Fe, CA 92067
(858) 692-0760
wayne@changconsultants. 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. CONFLICT 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 four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants 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 City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (10) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action of the
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
5 City Attorney Approved Version 2/17/12
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, City may terminate this Agreement upon written notice to
Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any
documents owned by City and all work in progress to City at the address contained in this
Agreement. City will make a determination of fact based upon the work product delivered to City
and of the percentage of work that Contractor has performed which is usable and of worth to
City in having the Agreement completed. Based upon that finding City will determine the final
payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
6 City Attorney Approved Version 2117/12
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
7 City Attorney Approved Version 2/17/12
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
Executed by Contractor this zv.U. day of fe;ftm lfV' , 20 I~.
CONTRACTOR
CHANG CONSULTANTS, a Sole
CITY OF CARLSBAD, a municipal
corporation of the State of California
Proprietors ·p
By:
Wayne Chang, Sole Proprietor-A · cipal
(print name/title)
By:
(sign here)
(print name/title)
By::kJid/1
ATTEST:
Proper notarial acknowledgment of execution by Contractor must be am~~n
Agreement must be signed by one corporate officer from each of the follo'Jii.p~
/;IIIII
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President 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
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
8 City Attorney Approved Version 2/17/12
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
Countyof ~ D-eg()
On Y ~(Q ) ;)O l ~ before me,~'-=------=-~--\JJ~\ \ -=-=-\ \ aJVt--:--'-'----"~S:+-+:-"'~~~=--:....=::__
(Here insert name and tit!
personally appeared \A)Q\1 '(\£ Q ~ ~
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.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
~SS my hand and ofljcial seal., ~:Sli~
Signature of Notary Public
(Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
~r
(Title or description of attached document continued)
Number of Pages __ Document Date ___ _
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
D Individual (s)
D Corporate Officer
(Title)
D Partner(s)
D Attorney-in-Fact
D Trustee(s)
D Other ____________ _
2008 Version CAPA v12.10.07 800-873-9865 www.NotaryCiasses.com
INSTRUCTIONS FOR COMPLETING TillS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifYing the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer( s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
~she/tRey, is lar&) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re-seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
•:• Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
•:• Indicate title or type of attached document, number of pages and date.
•:• Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
RATE SCHEDULE
Wayne W. Chang, $138.00 per hour
Howard H. Chang, $180.00 per hour
In-house Plotting, $5.00 per sheet
EXHIBIT A
Outside Reproductions, Printing, and Plotting, at cost
Deliveries, at cost
Additional Direct Costs, at cost
Mileage, N/ A
Project Design Consultants detailed Rate Schedule is provided in Attachment A and the staff
anticipated for this project bill as follows:
Debby Reece, $165.00 per hour
Chelisa Pack, $129.00 per hour
PDC~s Reimbursable costs are billed at cost plus 10 percent.
Principal/Senior VP
Project Design Consultants
SAN DIEGO LABOR RATE SCHEDULE
Effective January 1, 2012
Senior Project ManagerNP
Project Manager
Planning & Landscape Architecture
Senior Planner
Senior Landscape Architect
GIS Specialist, GAD/GIS Coordinator, Associate Planner
Landscape Architect, Project Planner
Landscape Designer, Assistant Planner
Urban Designer, Electronics Visualization Specialist
Junior Planner
GIS Technician
Graphics Artist
Landscape Drafter, Asst. Landscape Designer
Planning Intern, Clerical
Engineering
Senior Project Engineer, Design Manager
Project Engineer, Design Supervisor, Water Quality Engineer
Senior Civil Designer, Design Engineer
Civil Engineer, CADD Manager
QC Specialist
Civil Designer
Asst. Civil Engineer
Design Drafter
Drafter
Clerical
Permit Processor
Junior Technician, Intern
Surveying, Photogrammetry
Site Manager, Crew Manager, Mapping Manager, Sr. Surveyor
Sr. Right-of-Way Agent
Surveyor
Survey Crew/Mapping Coordinator, Photogrammetric Mapping Mgr.
Survey/Map Tech II
Photogrammetrist/Photogrammetric Map Editor
Right-of-Way Agent
Survey/Map Tech I
Right-of-Way Special Projects Engineer
Clerical
1-Man Crew
2-Man Crew
3-Man Crew
$200
$175
$165
$125
$115
$110
$105
$100
$100
$95
$90
$85
$75
$70
$149
$129
$118
$108
$103
$93
$88
$82
$72
$70
$67
$57
$140
$135
$120
$115
$100
$100
$95
$90
$85
$70
$145
$200
$245
Reimbursable charges for blueprinting, photographic mylar reproduction, photocopying, travel
and mileage, delivery services, telephone charges, computerized plotting, special graphic
supplies, facsimiles, and other direct project charges incurred on behalf of Client will be billed to
Client at cost plus 10%.
RNVP/CONTRACT/GEN/LABORRATE-1 OFINALSD.DOC
CERTIFICATE OF EXEMPTION
WORKERS' COMPENSATION/EMPLOYERS' LIABILITY INSURANCE
I, WAYNE W. CHANG, am the Sole Proprietor of CHANG CONSULTANTS. I hereby certify
that CHANG CONSULTANTS has no employees and is not required by law to maintain
workers' compensation or employers' liability insurance. Should CHANG CONSULTANTS
employ any person during the term of the Agreement with the City of Carlsbad for the STORM
WATER ENGINEERING SERVICES MASTER AGREEMENT, then workers' compensation
and employers' liability insurance will be obtained.
Executed on this _u!_~ay of {eyltmh«--'2012 at Cart~va( , California
WAYNE W. CHANG
Name
SOLE PROPRIETOR-CHANG CONSULTANTS
Title