HomeMy WebLinkAboutJohn Powell & Associates Inc; 1997-07-22;4 I)
July IO, 1997
TO:
FROM: Sandy Schuck, Engineering Secretary
KAREN KUNDTZ, DEPUTY CITY CLERK
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN JOHN POWELL I
ASSOCIATES AND CMWD FOR ENGINEERING PLAN CHECKING SERVICES FOF
PREPARATION OF WATER, SEWER AND RECLAIMED WATER SYSTEA
IMPROVEMENTS
Attached are three copies of the subject agreement for engineering services for plai
checking services for preparation of water, sewer and reclaimed water systen
improvements between John Powell & Associates and CMWD. The missing notar
acknowledgement has been attached, and also attached a corporate resolution for soh
signatory to bind the corporation. Please obtain signatures of Executive Manager
Secretary and General Counsel. Please retain one copy for your records and return thc
other two copies to me for District records and the contractor for further processing wit1
the purchasing department.
If you have any comments or require any additional information, you may reach me a
ext. 126.
Since re1 y ,
attachments (3)
0
e 0 L -
AGREEMENT
THIS AGREEMENT is made and entered into as of the &? day of &+
193, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a municipa
corporation, hereinafter referred to as “District” and ------
John Powell & Associates, Inc. , hereinafter referred to as “Contractor.”
RECITALS
District requires the services of an En CI i nee ri nq Contractor t
provide the necessary plan checking services for preparation (
water, sewer and reclaimed water svstem improvements ; and Contractc
possesses the necessary skills and qualifications to provide the services required b
District;
NOW, THEREFORE, in consideration of these recitals and the mutual covenanl
contained herein, District and Contractor agree as follows:
1. CONTRACTOR’S OBLIGATIONS
To perform “Scope of Services’’ described in Exhibit “A”.
1 Rev. 08/26/!
0 0
I-
2. DISTRICT OBLIGATIONS
The District shall provide information contained in “Client Furnishe
Services’’ described in Exhibit “A”.
3. PROGRESS AND COMPLETION
The work under this contract will begin within ten (18) days after receipt (
notification to proceed by the District and be completed within N/A days of thi
date. Extensions of time may be granted if requested by the Contractor and agreed i
in writing by the District Enqineer . The District Enqineer will gib
allowance for documented and substantiated unforeseeable and unavoidable dela)
not caused by a lack of foresight on the part of the Contractor, or delays caused I:
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 $ Time an
Materials in conformance with Standard Rate Schedule/Not to Exceed $25.00
No other compensation for services will be allowed except those items covered t
supplemental agreements per Paragraph 8, “Changes in Work.” The District reservt
the right to withhold a ten percent (10%) retention until the project has been accept€
by the District.
Incremental payments, if applicable, should be made as outlined in attachc
Exhibit “A.”
2 Rev. 08/26!
0 a
6.
5. DURATION OF CONTRACT
This agreement shall extend for a period of one vear from dat
thereof. The contract may be extended by the Executive Manager for N/A addition;
one (1) year periods or parts thereof, based upon a review of satisfactory performanc
and the District’s needs. The parties shall prepare extensions in writing indicatin
effective date and length of the extended contract.
6. PAYMENT OF FEES
Payment of approved items on the invoice shall be mailed to the Contract(
within 30 days of receipt of the invoice.
7. FINAL SUBMISSIONS
Within N/A days of completion and approval of the N/A th
Contractor shall deliver to the District the following items:
8. CHANGES IN WORK
If in the course of the contract, changes seen merited by the Contractor or th
District, and informal consultations with the other party indicate that a change in th
conditions of the contract is warranted, the Contractor or the District may request
change in contract. Such changes shall be processed by the District in the followin
manner: A letter outlining the required changes shall be forwarded to the District k
Contractor to inform them of the proposed changes along with a statement of estimate
changes in charges or time schedule. A Standard Amendment to Agreement shall b
3 Rev. 08126K
0 0
prepared by the District and approved by the District according to the procedure
described in Carlsbad Municipal Code Section 3.28.172. Such Amendment t
Agreement shall not render ineffective or invalidate unaffected portions of th
agreement.
9. COVENANTS AGAINST CONTINGENT FEES
The Contractor warrants that their firm has not employed or retained ar
company or person, other than a bona fide employee working for the Contractor, 1
solicit or secure this agreement, and that Contractor has not paid or agreed to pay ar
company or person, other than a bona fide employee, any fee, commissioi
percentage, brokerage fee, gift, or any other consideration contingent upon, or resultir
from, the award of making of this agreement. For breach or violation of this warrant
the District shall have the right to annul this agreement without liability, or, in i
discretion, to deduct from the agreement price or Consideration, or otherwise recove
the full amount of such fee, commission, percentage, brokerage fees, gift, or continge
fee.
IO. NONDISCRIMINATION CLAUSE
The Contractor shall comply with the state and federal laws regardir
nondiscrimination.
11. TERMINATION OF CONTRACT
In the event of the Contractor’s failure to prosecute, deliver, or perform the wo
as provided for in this contract, the Executive Manager may terminate this contract f
nonperformance by notifying the Contractor by certified mail of the termination of tt
Contractor. The Contractor, thereupon, has five (5) working days to deliver sa
4 Rev. 08/26/!
e e
documents owned by the District and all work in progress to the District Enqineei
The District Enqineer shall make a determination of fact based up0
the documents delivered to District of the percentage of work which the Contractor ha
performed which is usable and of worth to the District in having the contract complete(
Based upon that finding as reported to the Executive Manager, the Manager sha
determine the final payment of the contract.
This agreement may be terminated by either party upon tendering thirty (3C
days written notice to the other party. In the event of such suspension or terminatior
upon request of the District, the Contractor shall assemble the work product and PL
same in order for filing and closing and deliver said product to District. In the event o
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. Thc
Executive Manager shall make the final determination as to the portions of task!
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 01
interpretation not otherwise settled by agreement between parties. Such questions, i
they become identified as a part of a dispute among persons operating under thc
provisions of this contract, shall be reduced to writing by the principal of the Contractoi
or the District Enqineer . A copy of such documented dispute shall be.
forwarded to both parties involved along with recommended methods of resolution
which would be of benefit to both parties. The District Enqineer 01
5 Rev. 08/26/96
0 0
principal receiving the letter shall reply to the letter along with a recommended metho
resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to th
aggrieved party, a letter outlining the dispute shall be forwarded to the Board (
Directors for their resolution through the Office of the Executive Manager. The Board (
Directors may then opt to consider the directed solution to the problem. In such case:
the action of the Board of Directors shall be binding upon the parties involved, althoug
nothing in this procedure shall prohibit the parties seeking remedies available to the1
at law.
13. CLAIMS AND LAWSUITS
The Contractor agrees that any contract claim submitted to the Distril
must be asserted as part of the contract process as set forth in this agreement and nc
in anticipation of litigation or in conjunction with litigation. The Contractor acknowledge
that if a false claim is submitted to the District, it may be considered fraud and tt-
Contractor may be subject to criminal prosecution. The Contractor acknowledges thl
California Government Codes sections 12650 et sea., the False Claims Act, providc
for civil penalties where a person knowingly submits a false claim to a public entit
These provisions include false claims made with deliberate ignorance of the fal:
information or in reckless disregard of the truth or falsity of information. If the Carlsbz
Municipal Water District seeks to recover penalties pursuant to the False Claims Act,
is entitled to recover its litigation costs, including attorney’s fees. The Contract1
acknowledges that the filing of a false claim may subject the Contractor to i
administrative debarment proceeding wherein the Contractor may be prevented to a
as a Contractor on any public work or improvement for a period of up to five years. Tt
6 Rev. 08/26/!
a 0
Contractor acknowledges debarment by another jurisdiction is grounds for the Board 0'
Directors to disqualify the Contractor from the selection process.
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.
14. STATUS OF THE CONTRACTOR
The Contractor shall perform the services provided for herein in Contractor's ow
way as an independent Contractor and in pursuit of Contractor's independent callin$
and not as an employee of the District. Contractor shall be under control of the Distric
only as to the result to be accomplished, but shall consult with the District as provide
for in request for proposal. The persons used by the Contractor to provide servicc
under this agreement shall not be considered employees of the District for ar
purposes whatsoever.
The Contractor is an independent Contractor of the District. The payment ma(
to the Contractor pursuant to the contract shall be the full and complete compensatic
to which the Contractor is entitled. The District shall not make any federal or state t
withholding on behalf of the Contractor or hidher employees or subcontractors. T
District shall not be required to pay any workers' compensation insurance
unemployment contributions on behalf of the Contractor or hidher employees
subcontractors. The Contractor agrees to indemnify the District and the City
Carlsbad within 30 days for any tax, retirement contribution, social security, overtii
7 Rev. 08/26
0 0
payment, unemployment payment or workers' compensation payment with the Distric
and the City of Carlsbad may be required to make on behalf of the Contractor or an'
employee or subcontractor of the Contractor for work done under this agreement o
such indemnification amount may be deducted by the District and the City of Carlsbac
from any balance owing to the Contractor.
The Contractor shall be aware of the requirements of the Immigration Refort
and Control Act of 1986 and shall comply with those requirements, including, but nc
limited to, verifying the eligibility for employment of all agents, employee:
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 i
applicable requirements of law: federal, state and local. Contractor shall provide i
necessary supporting documents, to be filed with any agencies whose approval
necessary.
The District will provide copies of the approved plans to any other agencies.
16. OWNERSHIP OF DOCUMENTS
All plans, studies, sketches, drawings, reports, and specifications as here
required are the property of the District, whether the work for which they are made I:
executed or not. In the event this contract is terminated, all documents, plan
specifications, drawings, reports, and studies shall be delivered forthwith to the Distri
Contractor shall have the right to make one (1) copy of the plans for hidher records.
8 Rev. 081261
0 0
17. REPRODUCTION RIGHTS
The Contractor agrees that all copyrights which arise from creation of the wor
pursuant to this contract shall be vested in District and hereby agrees to relinquish a
claims to such copyrights in favor of District.
18. HOLD HARMLESS AGREEMENT
Contractor agrees to indemnify and hold harmless the District and the City c
Carlsbad and its officers, officials, employees and volunteers from any and against a
claims, damages, losses and expenses including attorney fees arising out of th
performance of the work described herein caused in whole or in part by any willfi
misconduct or negligent act or omission of the Contractor, any subcontractor, anyon
directly or indirectly employed by any of them or anyone for whose acts any of ther
may be liable, except where caused by the active negligence, sole negligence, or willfi
misconduct of the District and the City of Carlsbad.
Contractor shall at its own expense, upon written request by the District and th
City of Carlsbad, defend any such suit or action against the District and the City (
Carlsbad, its officers, officials, employees and volunteers. Contractors indemnificatic
of District and City shall not be limited by any prior or subsequent declaration by tt-
Contractor.
19. ASSIGNMENT OF CONTRACT
The Contractor shall not assign this contract or any part thereof or any monk
due thereunder without the prior written consent of the District.
9 Rev. 08/26]!
.. 0 0
20. SUBCONTRACTING
If the Contractor shall subcontract any of the work to be performed under thi:
contract by the Contractor, Contractor shall be fully responsible the District for the act3
and omissions of Contractor‘s subcontractor and of the persons either directly 01
indirectly employed by the subcontractor, as Contractor is for the acts and omissions o
persons directly or indirectly employed by Contractor. Nothing contained in thir
contract shall create any contractual relationship between any subcontractor c
Contractor and the District. The Contractor shall bind every subcontractor and ever
subcontractor of a subcontractor by the terms of this contract applicable to Contractor’
work unless specifically noted to the contrary in the subcontract in question approved ii
writing by the District.
21. PROHIBITED INTEREST
No official of the District who is authorized in such capacity on behalf of th
District to negotiate, make, accept, or approve, or take part in negotiating, makinc
accepting, or approving of this agreement, shall become directly or indirectly intereste
personally in this contract or in any part thereof. No officer or employee of the Distric
who is authorized in such capacity and on behalf of the District to exercise ar
executive, supervisory, or similar functions in connection with the performance of th
contract shall become directly or indirectly interested personally in this contract or ar
part thereof.
10 Rev. 08/26/!
-. a 0
22. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or employee of thc
District, either before, during or after the execution of this contract, shall affect or modif!
any of the terms or obligations herein contained nor entitle the Contractor to an!
additional payment whatsoever under the terms of this contract.
23. SUCCESSORS OR ASSIGNS
Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” a1
terms, conditions, and provisions hereof shall inure to and shall bind each of the partie!
hereto, and each of their respective heirs, executors, administrators, successors, an
assigns.
24. EFFECTIVE DATE
This agreement shall be effective on and from the day and year first writte
above.
25. CONFLICT OF INTEREST
The District has determined, using the guidelines of the Political Reform Act an
the District’s conflict of interest code, that the Contractor will not be required to file
conflict of interest statement as a requirement of this agreement. However, Contract(
hereby acknowledges that Contractor has the legal responsibility for complying with tk
Political Reform Act and nothing in this agreement releases Contractor from th
responsibility.
26. INSURANCE
The Contractor shall obtain and maintain for the duration of the contract and ai
and all amendments insurance against claims for injuries to persons or damage
11 Rev. 081261
-. 0 m
property which may arise out of or in connection with performance of the worl
hereunder by the Contractor, his agents, representatives, employees or subcontractors
Said insurance shall be obtained from an insurance carrier admitted and authorized tc
do business in the State of California. The insurance carrier is required to have i
current Best‘s Key Rating of not less that “A-:V” and shall meet the District’s policy fa
insurance as stated in Resolution No. 772.
A. Coverages and Limits
Contractor shall maintain the types of coverages and minimum limit
indicated herein, unless a lower amount is approved by the General Counsel c
Executive Manager.
I. Comprehensive General Liability Insurance. $1,000,000 combinel
single-limit per occurrence for bodily injury, personal injury and property damage. If th
submitted policies contain aggregate limits, general aggregate limits shall appl
separately to the work under this contract or the general aggregate shall be twice th
required per occurrence limit.
2. Automobile Liability (if the use of an automobile is involved fc
Contractor’s work for the District). $1,000,000 combined single-limit per accident fc
bodily injury and property damage.
3. Worker’s Compensation and Employer’s Liability. Worker:
Compensation limits as required by the Labor Code of the State of California an
Employer’s Liability limits of $1,000,000 per accident for bodily injury.
12 Rev. 08/26/E
-. 0 0
4. Professional Liability. Errors and omissions liability appropriate tc
the contractor’s profession with limits of not less than $1,000,000 per claim. Coveragc
shall be maintained for a period of five years following the date of completion of thi
work.
B. Additional Provisions
Contractor shall ensure that the policies of insurance required under thi
agreement contain, or are endorsed to contain, the following provisions.
1. The District and the City of Carlsbad shall be named as at
additional insured on all policies excluding Workers’ Compensation and Professiona
Liability.
2. The Contractor shall furnish certificates of insurance to the Distric
before commencement of work.
3. The Contractor shall obtain occurrence coverage, excludin!
Professional Liability which shall be written as claims-made coverage.
4. This insurance shall be in force during the life of the agreement an(
any extension thereof and shall not be canceled without 30 days prior written notice tc
the District sent by certified mail.
5. If the Contractor fails to maintain any of the insurance coverage!
required herein, then the District will have the option to declare the Contractor it
breach, or may purchase replacement insurance or pay the premiums that are due ot
13 Rev. 08/26/9(
0 0
existing policies in order that the required coverages may be maintained. Th
Contractor is responsible for any payments made by the District to obtain and maintai
such insurance and the District may collect the same from the Contractor or deduct th
amount paid from any sums due the Contractor under this agreement.
27. RESPONSIBLE PARTIES
The name of the persons who are authorized to give written notices or tk
receive written notice on behalf of the District and on behalf of the Contractor
connection with the foregoing are as follows:
For District: Title William E. Plumrner, District Engineer
Name Carlsbad Municipal Water District
Address 5950 El Camino Real
Carlsbad, California 92008
For Contractor: Title John Powell, President
Name
Address
John Powell & Associates, Inc.
175 Calle Magdalena, Suite 101
Encinitas, California 92024
Arch itecff License
Number:
Arch it e cff L i ce n s e
Number:
14 Rev. 08/26
0 a
28. BUSINESS LICENSE
Contractor shall obtain and maintain a City of Carlsbad Business License for th
duration of the contract.
29. ENTIRE AGREEMENT
This agreement together with any other written document referred to (
contemplated herein, embody the entire agreement and understanding between tt-
parties relating to the subject matter hereof. Neither this agreement nor any provisic
hereof may be amended, modified, waived or discharged except by an instrument
writing executed by the party against which enforcement of such amendment, waiver
discharge is sought.
day of ,19e. [y 3 Executed by Contractor this
CONTRACTOR: RLSBAD MUNICIPAL WATE
John Powell & Associates, Inc.
DISTRICT, a municipal corporation
the State of California
ATTEST:
By:
(sign here)
(print n a me/t itle
15 Rev. 08/26]
I. 0 0
(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 on
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretat
under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM
RONALD R. BALL
General Counsel
By:
16 Rev. 081261
-- 7 John*ell - - --- 6 Associates, ---- - 1nc.A -- c--- ~ - - -’= . -z --r - -- - -
.I
Apnl30, 1996 p9ClM‘plnchk Ev
Mr. William Plummer
District Engineer
Carlsbad Municipal Water District
5950 El Camino Real
Carlsbad, CA 92008
SUBJECT: PLAN CHECK SERVICES FOR WATER, RECLAIMED WATER
AND SEWER S?STEM IMPROVEMENTS
Dear Bilk
In response to your request, John Powell & Associates, Inc. (Powell) is pleased to
submit this scope of work for general engineering and plan check seMces. This
scope is based on our past experience with projects of a similar nature and size and
our meeting with you and your sta& held on April 15, 1996. Per your direction at
that meeting, we have already begun work on plan check Eor the Carillo Ranch and
Carlsbad Ranch developments.
We believe that this approach will achieve the District’s needs and objectives br t-‘-‘ \
0 Providing a well coordinated and efficient plan check program;
Muummng District staff time; and
Assuring a minimum of admhistration time for the District.
0
.. ..
0
1. SCOPE OF SERVICES
It is our understanding that Powell will provide water, reclaimed water and sewer
system general engineering and plan check seMces for water, reclaimed water ami
sewer system improvement projects. These services will generally consist of the
following, depending on the size of the development and the stage of completion of
the plan check
A.
B.
Review the submittals for completeness.
Check plans for conformance to District check lists, District design
guides and applicable codes.
EXHIBIT “A”
775 CaI’e Masda ena Cbfte 701 E-c n,tas. CA 92024 / ’E-91 753-’12@
0 Aiu- iv -am L IUUU
April 30, 1996 @
Page 2 of 3
". *.
-. .
- C. Determine If plans are in compliance with the conditions of approval
water or sewer master plans, or other agreements.
Check for overall technical conformance and adherence to good desigx
practice .
Check existing and proposed easements and identifl needed nem
easement for water or sewer facilities.
D.
E.
F. Redline comments on plans.
G. Review plan check submittals with District staff to discuss significant
review comments or unresolved issues.
Meet with the District and/or the developer's engineer if necessary tc
discuss and resolve any major issues.
Prepare a letter of transmittal and issues lists transmitting the ph
and review issues back to the developeis engineer.
Correspond with the developer's engineer to discuss and resolve revien
comments.
Other tasks as requested by District sta&
H.
I.
J. c-
K.
II. CLIENT FURNISHED SERVICES
The following services or information will be provided by Client or its consultants:
A Copies of all relevant reports, studies, drawings, correspondence, and
other relevant project information or data
Assign one person to serve as the Client's project manager who ha
authority to represent the Client and will serve as the point of interfaa
for all project issues and communications.
A complete written description of all pertinent project information an(
issues, including all unusual or critical requirements of the Client.
B.
C.
t,
--- _____ - - - -_ - _- - - - - __ - -- - _--- .- - -- 'e&- bcr--*eli G Associates. Ir-
e April 30. 1996 0 0 .*
Page 3 of 3 -.
.. .
t.
111. FEES AND CONDITIONS
The Services described in section I. Scope of Services, will be provided on an hourly
rate basis in accordance with John Powell & Associates, Inc. Standard Rate Schedule
in effect at the time the seMces are performed. A copy of the current Standard Rate
Schedule is attached. Invoices will be submitted monthly that describe the seMces
performed and the amt of such services.
We appreciate the opportunity of offering this mpe of work, and we look forward to
working with you on this project. If you have any questions, please call me or our
project manager, Tom Frank.
Respectfully submitted,
JOHN POWELL & ASSOCIATES, INC.
Engineering Director
MRWItb
Attachment
cc: SaraMaples, Powell
(:
i ..
--- - ----- -_---- -- - - - ---- -- -- - ___ 2hn Powell 6 Assmiates. fnc. -- -
0 0 .-
John Powell a Associates, Inc. Consulting Civil Er .. STANDARD RATE SCHEDULE EFFECTIVE JULY 1,1997
GRADE CLASSIFICATION HOURLY RATE
P11 Principal $ 145.00
P 10 Director $ 133.00
P9 Principal Engineer $ 113.00
P8 Supervising Engineer $ 99.00 Senior Construction Manager
P7 Senior Engineer $ 89.00 Construction Manager
P6 Engineer $ 80.00 Resident Engineer Administrative Manager Senior Design Manager
Senior Designer Senior Field Representative Senior CADD Operator Senior Administrator
P5 Associate Engineer $ 72.00
P4 Assistant Engineer $ 61.00 Designer Field Representative I1 CADD Operator I1
P3 Drafter $ 50.00 Field Representative I OD Operator I Administrator I1 Word Processor I1
P2 Engineering Tech $ 43.00 Administrator I Word Processor I
PI Clerical $ 37.00
In addition, identifiable non-salary costs which are directly attributable to the project such reproduction costs, telephone charges, postage, etc., are billed at actual cost plus 15 percent to cov overhead and administration plus 3 percent for insurance costs. CADD system time is charged at $
per hour. Mileage is billed at $0.35 per mile for required travel. Time spent in travel in the interest the client is charged at the standard hourly rates.
Fees for litigation and expert witness services will be charged at $150.00 per hour with a 4 ho minimum per day.
Fees for subconsultant services provided through John Powell & Associates, Inc. are baed at actual c(
plus 15 percent to cover overhead and administration, plus 3 percent for insurance costs.
A late payment finance charge at a rate of 18 percent per annum will be applied to any unpaid balan commencing 30 days after the date of original invoice.
This rate schedule is subject to annual andlor periodic revisions as necessary to accommods mflationary trends, salary adjustments and the general costs of business.
.- Administrator I11
175 Caile Magdaiena, Suite < 01, Encinitas, CA 92024 / 16191 753-1 120
i 0
% 0
C I
L.
STATE OF CALIFORNIA 1 >ss.
COUNTY OF L%hd CSic c TS 1
OnTunc 13.1?$1 before me, sfifi b. O-,A Q\ea 1 fY QT e rL.4
DATE L NAME AND TITLE OF OF%ICER
personally appeared \ hnl M. PO\&\\
NAME(S) OF SIGNER(S)
pgrsonallv known to me - OR - ** proved to me on the basis of satisfactory evidence to be the person(s) whos
islare subscribed to the within instrument and acknowledged to me thathelshelthey executed the same in I h
authorized capacity(ies), and that by CI hislherltheir signature(s) on the instrument the person(s), or the entity up0
which the person(s) acted, executed the instrument.
WITNESS my hand and official seal. );CTA;( PcZilC. a;A:iFO[iH\A
&L M.rndl-2 (This area for official notary seal.)
SIGNATURE OF NOTARY '
Title or Type of Document fi c r e 9 n.\hnb PC- \Ad cl.\cc\t.kn (;~.CV;.*E
0
NO. of Pages 2 \ c_ Date of Document
Signer(s) other than named above
061
0 0
. f
RESOLUTION ADOPTED BY
UNANIMOUS WRITTEN CONSENT OF DIRECTORS
OF
JOHN POWELL & ASSOCIATES, INC.
A California Corporation
The undersigned, being the only members of the Board of Directors of Jol:
Powell & Associates, Inc., A California Corporation, do by this writing, consent
take the following actions and adopt the following Resolutions without a form
meeting of the Board
Be it resolved that:
John M. Powell, in his capacity as President, has the authority
contractually commit the corporation without prior knowledge , consent or action
the Board of Directors.
We direct that this consent by filed with the Minutes of the proceedings of tl
Board of Directors of the corporation. -
This unanimous written consent is executed pursuant to section 307(c) of tl:
Corporations Code of the State of California, U.S.A., and the Bylaws of tl:
corporation, which authorize the taking of action by the Board of Directors 1:
written unanimous consent without a meeting.
Dated: 6/?/?5
Dated: 6/7 /45- u-
Dated: hi?. 1 9. c Q C.'?&J,