Loading...
HomeMy WebLinkAboutRight of Way Engineering Services Inc; 2012-11-28; CA920CA920 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 28 PROJECT NO. 6608 NORTHWEST QUADRANT STORM DRAIN PROGRAM This tw .-· hth /pr ject Task Descriptio~nd Fee Allotment, is entered into on ) /, .:::?& d.ft/--:5 , pursuant to an Agreement between Right of Way ngineering Services, Inc., aalifornia corporation ("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 surveying 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 September 30, 2015, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program (State Street-Beech Avenue to Carlsbad village Drive), (the "Project"). The Project services shall include surveying services .. 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 twenty-five (25) 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 completion of the scope of work. 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 $11,285. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT Surveying and Topography TASK GROUP LUMP SUM FEE Field Surveying and preparation of a base map $11,285 TOTAL (Not-to-Exceed) $11,285 Executed by Contractor this ____ day of _____________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:'~~----,c (sign here) Michael Schlumpberger I President (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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. D, a municipal corporation of the State of C alifornia ( Date: f ~ ~ &-- / I By: APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ~L?/~ ·-Asststafl.t-City Attorneyv• ~/Jt.l.:f.. .. _, .J City Attorney Approved Version 1/30/13 2 RESOLUTIONS ADOPTED BY UNANil\10US WRITTEN CONSENT OF THE BOARD OF Dffi.ECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, ancllor related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the Califomia Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. ~2~·~=====~----..... Michael L. Schlumpberger President Michael L. Schlumpberger Secretary =-- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. September 30, 2015 Mrs. Sherri Howard City of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008 -7314 Land Surveying Appendix "A" Project: Topography along St at e Street from southerly end of the southerly curb ret urns on Carlsbad Village Drive to the norther end of the northerly curb return at Beech Avenue. Extending from building face to building face. (Approximately 1,400 L.F.) Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation covering the limits mentioned above. Scope of work Task Hours Cost 1. Research record maps at the Count y of San Diego and City 8.0 $680.00 of Carlsbad. Research as-built plans on the City document management system. Request utility location maps from local utility companies. 2. Search for and locate all record monuments in the project area 8.0 $1,280.00 to identify for perpetuation and to orient record property boundaries, street centerlines and right of way lines. 3. Expand NAD 83 horizontal and NGVD 29 vertical control on 4.0 $640.00 the project site based on the City of Carlsbad control tying to the Grand Avenue topography done in 2012 and the State Street topography ending at Beech Street done in 2008. 4. Field topography from building face to building face, through 32.0 $5,120.00 intersections along State Street. Topography will include spot elevations at 5' intervals from flow line to 1 0' into street , visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt, trees, tree wells, and surface utilities will also be included. 5. Preparation of base map at 1 " = 20' feet with 0.50' contours, 24.0 $1,920.00 existing ground profile, (1" = 4' vertical) existing property lines, addresses, and right of way lines. Plots with City of Carlsbad title block, benchmark and basis of bearings. 6. Boundary calculations and note reduction 16.0 $1,360.00 7. Supervision and coordination 3.0 $285.00 Total (time and material) not to exceed $11,285.00 Note: Work on the sect ion between Carlsbad Village Drive and Grand Avenue will be performed before 8:00am. Thank you for the opportunity to propose on this project. Right-of-Way Engineering Services, Inc. ~,< Michael Schlumpberger, President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad State St CVD to Beech Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 27 PROJECT NO. 47141 FLEET MAINTENANCE RENOVATION CA920 e ty-venth__eroject Task__p escription and Fee Allotment, is entered in!o on 2&,/-.,~ , pursuant to an Agreement between R1ght of :-:-:--~g...,.i4,<na.a.¥i'-ng----.S"-e""""rv...._i:-:· t-eS,Inc., a California contractor ("Contractor") and the City of Carlsbad, (" · ") d d November 28, 2012 (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide surveying 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 23 , 2015, ("proposal"), attached as Appendix "A" for the Fleet Maintenance Renovation, (the "Project"). The Project services shall include surveying services .. 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 one (1) day working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within three (3) 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 completion of the scope of work. 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 $2,940 . City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT Surveying and Topography CA920 TASK GROUP LUMP SUM FEE Research Record Maps a the County of San Diego and City of Carlsbad $85 Locate and Tie in record monuments to orient record property boundaries, street $170 centerlines, and right of way lines Establish NAD 83 Horizontal and NGVD 29 Vertical Control on the project site based on $510 the City of Carlsbad control Field Topography from RJW to RIW along Impala Dr. and Orion St. Topography will include visible trench lines, storm drain catch basins, existing manholes, with detailed $1360 pipes sizes, and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt, and surface utilities will also be included. Preparation of Base Map at 1 "=20' with 1' contours, exi sting ground profile (1 "= 4' $640 vertical) existing property lines and right of way lines Boundary calculations and note reduction $80 Supervision and Coordination $95 TOTAL (Not-to-Exceed) $2,940 Executed by Contractor this ____ day of ______________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By :~;2~--- (sign here) Michael Schlumpberger I President (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) B (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 em powering the officer(s) signing to bind the corporation. CITY AD, a municipal corporation of the State of C alifornia By: I. Date•~/!)45= APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY ~~AQ:f City Attorney Approved Version 1/30/13 2 RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors of RIGHT -OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003 . ~z~=-= Michael L. Schlumpberger President ~;z~~ Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. Land Surveying June 23 , 2015 Appendix "A" Mr. Jesse Zunke City Of Carlsbad 1635 Faraday Avenue Carlsbad , Ca 92008-7314 Project: Topography of an area of the public works yard off Orion Street and Impala Drive, limits are within the fences and as shown on the attached image. Dear Mr. Zunke, Per your request , I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1 . Research record maps at the County of San Diego and City of Carlsbad . Hours 1.0 2. Locate and tie in record monuments to orient record property 1.0 boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on 3.0 the project site based on the City of Carlsbad control. 4 . Field topography from RJW to RJW along Monroe Street and around $1 ,360.00 The southerly returns of Carlsbad Village Drive. Topography w ill include visible trench lines, storm drain catch basins, existing manholes w ith detailed pipe sizes and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt , and surface utilities will also be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours, 8.0 existing ground profile, (1 "= 4' vertical) existing property lines, and right of way lines. 6. Boundary calculations and note reduction 1. 0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $85.00 $170.00 $510.00 8.0 $640.00 $80.00 $95.00 $2,940.00 Carlsbad Public Works Yard Topography Google earth feet~============300 rreters~ 90 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 25 PROJECT NO. 7490 CA920 enty-ifth Pro·ect Task D scription and Fee Allotment, is entered into on --,-,~~e:;~'--+-<......:.,,d-.,..o..'-lL.~~----:::-:::---:-----::' pursuant to an Agreement between Right- y n eering ervices, Inc., ("Contractor") and the City of Carlsbad, ("City") dated vember 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide topographic survey and base mapping for 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 May 21, 2015, ("proposal"), attached as Appendix "A" for the Carlsbad Depot Ground Lease, (the "Project"). The Project services shall include topographic survey and preparation of a base map for the Carlsbad Depot Ground Lease project. 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 seven (7) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within forty-five {45) 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 Citv 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 $3,425.00. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASJK G.&OIIll?. LUMP SUM FEE Topographic survey and base map preparation for Carlsbad $3,425.00 Depot Building TOTAL (Not-to-Exceed) $3,425.00 Executed by Contractor this ____ day of ____________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~zL--.... (sign here) Michael Schlumpberger I President RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 RLSBAD, a municipal corporation of the State of California By: Date: 4/ '> 4 "i APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Right-Of-Way En ering Services, Inc. Lan RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY Er-:GINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power tc execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31,2003. ~2~-------. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. May 21,2015 Mr. Steve Hodges City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008 Land Surveying Appendix "A" Project: Carlsbad Depot Ground Lease-Preparation of a lease exhibit as described in the request from NCTD depicting existing building location parking spots, Street and NCTD RJW, and other existing improvements. Dear Mr. Hodges, In response to your request, I have prepared a scope of work and related fees to prepare an exhibit plat based on the list from Beth Freeman. Scope of work Task 1 . 2. 3. Research existing record maps and deeds required to establish Record location of the lease parcels and RJW. Locate existing monumentation to plot record property boundaries and RJW. 2 dimensional topographic survey locating existing improvements building, parking stripes and rails. (no elevations) 4. Prepare an exhibit plat for NCTD lease agreement 5. Supervision and coordination Total (time and material) not to exceed Hours Cost 3.0 $255.00 2.0 $340.00 8.0 $1,360.00 16.0 $1,280.00 2.0 $190.00 $3,425.00 Note: Survey will not enter into NCTD RJW (to avoid the need for flag person) select existing features will be collected from outside the RJW utilizing a reflectorless total station. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~- Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Ground Lease Depot NCTD plat PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 26 PROJECT NO. 6608 CA920 ty-sixth Pro'ect Task Description and Fee Allotment, is entered into on -----'=~""""'~~·--~-+-=~'-~~'-"-......,..,=-----=::---:cc:' pursuant to an Agreement between RIGHT- OF-INE RIN ERVICES., INC., a California corporation ("Contractor'') and the CITY OF 7\RLSBAD, ("City") dated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide surveying services as necessary to prepare plats andlegal descriptions for restrictive covenants as required for mitgiation parcels in calavera preserve by the us army corps of enigeers, and the california regional water quality control board 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 May 21, 2015, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program (Arbuckle and Madison}, (the "Project"). The Project services shall include field surveying and preparation of a base map. 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 thirty (30} 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 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 Citv 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 $2,065. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT NO. 25 NORTHWEST QUADRANT STORM DRAIN PROGRAM (ROOSEVELT AND ARBUCKLE) TAS:KGROUP LUMP SUM FEE Field surveying and preparation of a base map $2,065 TOTAL (Not-to-Exceed) $2,065 Executed by Contractor this ___ day of ____________ , 20 __ . CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES., INC., a California corporation (name of Contractor) By:~U--·· (sign here) RIGHT-OF-WAY ENGINEERING SERVICES., INC., a California corporation (name of Contractor) By: (sign here) sJlun~.c.:Jer I tt-~:stck.al--------,--..,.---,-:-:-..,.----- (print na'rlleititle) (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. LSBAD, a municipal corporation of the State of California By: APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ){1£ Q ~ ~ntC~~ Date: 6 ~-+-'-~---'-\ ----~j/ 2 City Attorney Approved Version 1/30/13 Right-Of-Way Engineering Services, Inc. May 21, 2015 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography from the end of the previous topography south east of Arbuckle Place along Madison Street south east approximately 350'. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. 2. 3. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. Field topography along Madison Street from the end of previous topography southeasterly approximately 350'. Topography will extend from 1 0' past RJW to 1 0' past RJW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will be included. Revise base map at 1 "= 20' feet with 1' contours existing ground profile, (1"= 4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 4. Boundary calculations and note reduction 5. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,Z~ Michael Schlumpberger President Hours 2.0 8.0 8.0 2.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $340.00 $1,360.00 $640.00 $170.00 $95.00 $2,065.00 Carlsbad Madison Street Arbuckle Place Additional Topography Right-Of-Way Enw1reering Services, Inc. Lan' RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. ~£~~- Michael L. Schlumpberger President Michael L. Schlumpberger Secretary - 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 24 PROJECT NO. 3821, 6604 and 6024 1. CONTRACTOR'S OBLIGATIONS CA920 Contractor shall provide surveying services as necessary to prepare plats andlegal descriptions for restrictive covenants as required for mitgiation parcels in calavera preserve by the us army corps of enigeers, and the california regional water quality control board 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 May 4, 2015, ("proposal"), attached as Appendix "A" for the Lake Calavera Dam Improvements, Romeria Drainage Improvements And La Costa Avenue Slope Repair, (the "Project"). The Project services shall include field surveying of the boundaries of the mitigation sites, preparation of legal descriptions for each parcel and preparation of plats with the location of the mitigation site parcels to be included in the restrictive covenant. 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 forty five (45) 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 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 $6,240. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT NO. 24 LAKE CALAVERA DAM IMPROVEMENTS, ROMERIA DRAINAGE IMPROVEMENS AND LA COSTA AVENUE SLOPE REPAIR TAS'KGRQWP LUMP SUM FEE Preparation of plats and legal descriptions for the mitigation sites $6,240 for the Lake Cal avera Dam Repais, Romeria Drainage Improvements and La costa avenue SlopeR epair projects TOTAL (Not-to-Exceed) $6,240 Executed by Contractor this ___ day of ____________ , 20 __ . CONTRACTOR RIGHT -OF-WAY ENGINEERING SERVICES., INC., a California corporation (name of Contractor) By:~d-- (sign here) t'lltckcj ~:x),~u11p6~ / LJce.:srdcn /- (print name/t1tle) 1 RIGHT-OF-WAY ENGINEERING SERVICES., INC., a California corporation (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. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney 2 City Attorney Approved Version 1/30/13 Right-Of-Way Engineering Services, Inc. May 4, 2015 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Appendix "A" Project: Legal descriptions for 10 plots in the Lake Calavera Mitigation area. (Plot 1-8 and two RoCosta sites) Dear Sherri, Per your request, I have prepared a scope of work and related fees to prepare 12 legal descriptions with plat maps based on the provided drawing files. Task 1 . Prepare legal descriptions with plats describing plots 1 thru 8 In the Calavera Mitigation area and two RoCosta mitigation site. 2. Supervision and coordination Total (time and material) not to exceed Note: Hours 60.0 12.0 Cost $5,100.00 $1,140.00 $6,240.00 Descriptions will be based on the drawing files provided. The precise grading plans state the "Project Location is The California Coordinate System" and the topography is from "City of Carlsbad Lidar". Area descriptions will be based on City of Carlsbad control Record of Survey monuments. No field verification of the accuracy of the topography in relation to the City control will be made. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,..?~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row(cilroweng.net Carlsbad Lake Calavera Mitigation Plot descriptions ~-----------------------------· ---· R Right-Of-Way En I . s . I -er1ng erv1ces, nc. Lan RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31,2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 23 PROJECT NO. 6618 CA920 This twept -third Proj~c Task Des~on and Fee Allotment, is entered into on VJ <. 62 ...1/t'J/...S , pursuant to an Agreement between Right--of-=--w--a---rL=E.:....n-egi....,n~e~m'-g ServieS,Inc., a California corporation, ("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 topographic survey and base mapping for Roosevelt Street Storm Drain Improvement Project 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 April 30, 2015, ("proposal"}, attached as Appendix "A" for the Agua Hedionda Creek Channel -Chase Coman Property, (the "Project"). The Project services shall include topographic survey to provide field cross sections along the existing creek bed and preparation of a base map for the streambank stabilization and improvement project. 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 twenty (20) 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 $7,855. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic survey and base map preparation $7,855 TOTAL (Not-to-Exceed) $7,855 Executed by Contractor this ___ day of ____________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~zL___ (sign here) Michael Schlumpberger I President (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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: Date: __s_4-7 UL { APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Right-Of-Way En+ l ering Services, Inc. Lan " ying RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHUJMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be tiled with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary ---- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. April 30, 2015 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday A venue Carlsbad, Ca 92008-7314 Land Surveying Appendix Project: Cross sections along Agua Hedionda Creek 1 000' upstream and 1 000' downstream from the previous topography on Chase Coman's property APN: 209-040-15, on approximately 1 00' intervals. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete sections and update the existing DTM and drawing file. Scope of work Task 1. 2. Field cross sections along the existing creek bed 1 000' upstream to 1 000' downstream of the previous topography on approximately 1 00' intervals. Section will be from the top of the creek bank to top of creek bank. (Creek bank at high flow, not flood stage) Update existing base map at 1 "= 20' feet with 1' contours, and new points. 3. Supervision and coordination · Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.?~ Michael Schlumpberger President Hours 40.0 12.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $6,800.00 $960.00 $95.00 $7,855.00 Carlsbad Chase Coman Property Creek Sections "A" PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 22 PROJECT NO. 16310 CA920 Project Task D~ription and Fee Allotment, is entered into on ~ ~ .2 teLS , pursuant to an Agreement between Right- of-Way ngineering er\lieS,inc., a California corporation, ("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 topographic survey and base mapping for Roosevelt Street Storm Drain Improvement Project 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 19, 2015, ("proposal"), attached as Appendix "A" for the Monroe Street Drainage Improvement Project, (the "Project"). The Project services shall include topographic survey and preparation of a base map for the storm drain improvement project. 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 fifteen (15) 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 $2,770. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TA.$!KG:IPUR LUMP SUM FEE Topographic survey and base map preparation $2,770 TOTAL (Not-to-Exceed) $2,770 Executed by Contractor this ___ day of ____________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By~~ (sign here) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: (sign here) ftltd..~ I .::d-lk'm f()6ecqr;c l/orc:s!d'67~-----,-----,-~---- (print hame1tifle) (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 sy: £~ oate:_~Jn/c Patrick Thomas APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Right-Of-Way En :'!-~ering Services, Inc. Lan ~ RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors of RIGHT -OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this wnting approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and 1s to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. ~2A!£ Michael L Schlumpberger President Michael L. Schlumpberger Secretary ·---~-- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. March 19, 2015 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Appendix "A" Project: Topography along Monroe Street from the southerly curb of Carlsbad Village Drive to the southerly property line of the fourth property south of Carlsbad Village Drive. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of w ark Task 1. Research record maps at the County of San Diego and City of Carlsbad. 2. 3. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. Hours 1.0 1.0 3.0 4. Field topography from RJW to RJW along Monroe Street and around $1,190.00 The southerly returns of Carlsbad Village Drive. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt, and surface utilities will also be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours, 8.0 existing ground profile, (1 "= 4' vertical) existing property lines, addresses, and right of way lines. 6. Boundary calculations and note reduction 1.0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street o Oceanside, CA 92054 o (760) 637-2700 o FAX (760) 637-2701 o Email row@roweng.net Cost $85.00 $170.00 $510.00 7.0 $640.00 $80.00 $95.00 $2,770.00 Carlsbad Monroe and Carlsbad Village Drive Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 21 PROJECT NO. 6608 {ROOSEVELT) CA920 escription and Fee Allotment, is entered into on --=-~'-4<:''f::-4~--'"~~~lr-~~~;.L_---=---:-:-::---:c--' pursuant to an Agreement between Right- of-ay ngineering rvices, Inc., a California corporation, ("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 topographic survey and base mapping for Roosevelt Street Storm Drain Improvement Project 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 February 18, 2015, ("proposal"}, attached as Appendix "A" for the Agua Hedionda Channel project, (the "Project"). The Project services shall include topographic survey and preparation of a base map for the storm drain improvement project. 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 fifteen (15) 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 $2,595. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TAS.K GRO!JP LUMP SUM FEE Topographic survey and base map preparation $2,595 TOTAL (Not-to-Exceed) $2,595 Executed by Contractor this ___ day of ____________ , 2015. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: _By_:------- (sign here) (sign here) rn,duej 6J.!u~a-orc.:5tcled (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California Ci~ Date: _!}__11 {;c= --fl-!....>'-------By: Patrick homas APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 R:;.it Right-Of-Way En ''• ' ering Services, Inc. Lan RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENG!l\TEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary ==--- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. Land Surveying Appendix "A" February 18, 2015 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday A venue Carlsbad, Ca 92008-7314 Project: Topography from the intersection of Laguna Drive and Roosevelt Street to station 15+ 50 as shown on the Roosevelt Street storm drain project improvement plan. Combining previous topography into a single base drawing. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task Hours Field topography from the previous topography at the intersection 10.0 of Laguna Drive and Roosevelt Street to station 15+ 50, excluding 1. 2. the previous topography from station 11 + 50 to 12+ 50. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt, and surface utilities will also be included. Preparation of base map at 1 "= 20' feet with 1' contours, existing ground profile, (1 "= 4' vertical) combining the previous base mapping with new topography, existing property lines, addresses, and right of way lines. 3. Calculations and note reduction 4. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 8.0 2.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $1 '700.00 $640.00 $160.00 $95.00 $2,595.00 Carlsbad Roosevelt Additional Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 20 PROJECT NO. 3338 1. CONTRACTOR'S OBLIGATIONS CA920 Contractor shall provide topographic survey and base mapping within Agua Hedionda Creek between Cannon Road bridge and El Camino Real bridge 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 September 4, 2014, ("proposal"}, attached as Appendix "A" for the Agua Hedionda Channel project, (the "Project"). The Project services shall include topographic survey and preparation of a base map showing sediment levels within the project area as required by condition 2.23 of Streambed Alteration Agreement No. #1600-2013-0302-R5 issued by the CA Department of fish and Wildlife. 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 fifteen (15) 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 $4,880. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic survey and base map preparation to comply with $4,880 condition 2.23 of Stream bed Alteration Agreement No. #1600- 2013-0302-R5 issued by theCA Department of Fish and Wildlife TOTAL (Not-to-Exceed) $4,880 Executed by Contractor this ____ day of _____________ , 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~- (sign here) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: (sign here) l!ltcAcuL ?dbfff41ecqcc ¢cd;dea~-----:---:---~:-:------ (print name7title) (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 Date: __ C( __ ,..._2._L(_-_I_lf __ CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone m signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. September 4, 2014 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography to establish pre-vegetation removal silt levels of Agua Hedionda Creek between the Cannon Road Bridge and the El Camino Real Bridge, including the area underneath each bridge. Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect the existing silt level between the Cannon Road Bridge and the El Camino Real Bridge, mark a reference elevation on a pier at each bridge, and prepare a base map of the area. Scope of work Task 1. Field topography from the downstream side of the Cannon Road Bridge to the upstream side of the El Camino Real Bridge, from top of rip-rap to top of rip-rap. Previous topography in the area will be used for bridge, piers, columns and tree locations. All natural ground will be re-surveyed. Hours 20.0 2. Place a permanent elevation mark on 1 column of each bridge for a reference 1.0 to the silt level. 3. Prepare a base map of the area at 1 "=40' with 1' contours 4. Supervision and coordination Total (time and materials) not to exceed 14.0 2.0 Cost $3,400.00 $170.00 $1,120.00 $190.00 $4,880.00 Note: Updating the overall Rancho Carlsbad drawing file and DTM with this topography is not included in this proposal. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Agua Hedionda creek topography between bridges Notification #1600-2013-0302-R5 Streambed Alteration Agreement Page 7 of 14 2.23 Sediment Level Monitoring. Prior to initiation of activities authorized by this Agreement, Permittee shall survey current sediment levels within the project area. Once the initial survey is complete, all four bridge pilings will be permanently marked with elevation information. A minimum of four accessible locations within the project area shall be permanently marked with specific elevation Information. Permittee shall use repeatable methodology to Identify current sediment levels on an annual basis. Sediment levels and methods used to obtain those levels shall be reported in the annual report. Equipment and Access 2.24 No Eguioment in Wetted portion of the Stream. Vehicles shall not be driven or equipment operated in water covered portions of a stream or lake, or where wetland vegetation, riparian vegetation, or aquatic organisms may be destroyed. Erosion and Sedimentation 2.25 Erosion Control Measures. Permittee shall utilize erosion control measures throughout all phases of operation where sediment runoff from exposed slopes threatens to enter the stream. 2.26 Erosjon Control Monitoring. Permittee shall monitor erosion control measures before, during, and after each storm event and repair and/or replace Ineffective measures immediately. Fill and Spoil 2.27 Stream Materials. Rock, gravel, and/or other materials shall not be imported to, taken from or moved within the bed or banks of the stream except as otherwise addressed In this Agreement. 2.28 Dredgina and Sediment Removal. Dredging or sediment removaractivities, and associated impacts to fish and wildlife resources, have not been proposed or identified as a part of the project. Dredging or sediment removal activities are not authorized as a part of this Agreement, therefore shall be subject to separate Notification pursuant to FGC section 1600 et seq. 2.29 DePosition of Fill. Depositing fill into the stream is not authorized as a part of this Agreement, therefore shall be subject to separate Notification pursuant to FGC section 1600 et seq. Structures 2.30 Authorized Structures. This Agreement does not authorize the construction of any temporary or permanent dam, structure, flow restriction or fill except as described In Permittee's Notification. PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 19 PROJECT NO. 6618 CA920 ascription and Fee Allotment, is entered into on =-_,.,..-/-'......_4-...::Y--<!i-"""-"''-+~::.v-~-:-:71':........,,--• pursuant to an Agreement between Right-of-Way EngJ ering ervices, nc., a Car ornia corporation, ("Contractor") and the City of Carlsbad, ("cJ ")dated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide topographic survey and base mapping within Agua Hedionda Creek upstream and downstream of a damaged headwall for the Faro! Court Drainage improvement project 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 14, 2014, ("proposal"), attached as Appendix "A" for the Farol Court Drainage Improvement project, (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $6,325. City Attorney Approved Version 1/30/13 CA920 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic survey and base map preparation $6,325 TOTAL (Not-to-Exceed) $6,325 Executed by Contractor this ____ day of ____________ , 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~-:zL- (sign here) !"ll,c;k.gr:/ :>uA lu"'?JJbr.<:f!CC/ert:stdr!:r> /- (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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. unicipal corporation of the State of California By: Date:~2-lf~/f APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 ering Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. ~~~2~~~======:::::::::,.___ Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX "A" Right-Of-Way Engineering Services, Inc. July 10, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Agua Hedionda Creek upstream and downstream from the existing headwall located on Chase Coman's property APN: 209-040-15 (Approximately 300') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. Research record maps at the County of San Diego, City of Carlsbad. Hours 5.0 2. Locate and tie in record monuments to orient record property 4.0 boundaries and storm drain easement. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on 3.0 the project site based on the City of Carlsbad control. 4. Field topography along the existing creek bed 1 00' upstream 20.0 of the existing headwall to 200' downstream, extending a minimum of 25' beyond the top of the creek bank. Topography will include existing headwall structure, rip-rap, temporary walls, erosion limits, stream flowline and existing trees. 5. Preparation of base map at 1 "= 20' feet with 1' contours, 12.0 existing ground profile, (1 "= 4' vertical) existing property lines, addresses, and easement lines. 6. Boundary calculations and note reduction 3.0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $425.00 $680.00 $510.00 $3,400.00 $960.00 $255.00 $95.00 $6,325.00 Carlsbad Chase Coman Property Creek Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 18 PROJECT NO. 6619 CA920 Project Task De cription and Fee Allotment, is entered into on ----=-:-:-:--~~4--c~IL---::/--"'-"'--;-1--"""". J.L_1.L_.Il~·-· -=--::-::------,,--' pursuant to an Agreement between Right- of-Way/· nee g ervi es, Inc., a California corporation, ("Contractor") and the City of Carls~. ("City") dated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide topographic survey and base mapping for Buena Vista Creek Channel fencing from Caltrans right of way at South Vista Way along the north side of Haymar Drive to the easterly side of the Haymar bridge 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 25, 2014, ("proposal"), attached as Appendix "A" for the Buena Vista Creek Channel Fencing, (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $6,710. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic survey and base map preparation $6,710 TOTAL (Not-to-Exceed) $6,710 Executed by Contractor this ____ day of _____________ , 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:flMz~ (sign here) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: (sign here) ith:J-'4e-l .::d/y,__.,,cb,-cr-b/ k,$/&n ,L. ---------:--------:--,------ (print riame"ftitle) ~ (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: Date:~-15'-11 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: (l£X~ ~. - Assistant City Attorney City Attorney Approved Version 1/30/13 2 APPENDIX "A" Right-Of-Way Engineering Services, Inc. June 25, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along the southerly side of Buena Creek from the Caltrans RJW at South Vista Way to the westerly side of the bridge across El Camino Real and from the easterly side of the bridge across El Camino Real east along Haymar Drive to Caltrans RJW east of the Haymar Bridge across Buena Creek. (Approximately 2800') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of w ark Task 1. 2. 3. 4. 5. Research record maps at the County of San Diego, City of Carlsbad and as-built utility maps from utility companies. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. Field topography from existing pavement to the top of concrete channel or dirt toe where no concrete exists. Detail bridge ends were proposed new fence will connect. Topography will include surface utilities, visible trench lines, storm drain catch basins, existing manhole locations (no inverts will be measured) All curb, gutter, lip, berm, driveways, walls, fences, walks, concrete, and asphalt. Preparation of base map at 1" = 20' feet with 1' contours, existing ground profile, (1" = 4' vertical) existing property lines, addresses, and right of way lines. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~ ,Z _L-/~·'"--· Michael Schlumpberger President Hours 5.0 4.0 3.0 20.0 14.0 6.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 •I mail !l.'~iL9.'~'·nL1J.eJ Cost $425.00 $680.00 $510.00 $3,400.00 $1,120.00 $480.00 $95.00 $6,710.00 Carlsbad Buena Creek Fence Topot:.raphy Right-Of-Way Eng~ ,~ering Services, Inc. LamJ.! ' ying RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31,2003. ~ 2.~~~====::::::::::,--..........""----- Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 17 PROJECT NO. 6617 CA920 This seventeenth,, !Pro· ct Task Descrip ·on and Fee Allotment, is entered into on (...., " 1 , pursuant to an Agreement between Right- of-Way Engineer,} g Se ices, c., a C ifornia corporation, ("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 topographic survey and base mapping for Park Drive from Sunnyhill Drive to Tamarack Avenue and Tamarack Avenue from Park Drive to James Drive 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 25, 2014, ("proposal"), attached as Appendix "A" for the Park Drive and Tamarack Avenue Drainage, (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 forty five (45) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Pub I ic 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 tu 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 $14, 725. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic surveyand base map pre_paration $14,725 TOTAL (Not-to-Exceed) $14,725 Executed by Contractorthis ____ day of _____________ , 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~;{~ > (sign here) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 Date:J-J5-J L{ APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Appenix "A" Right-Of-Way Engineering Services, Inc. June25, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Monroe Street from Sunnyhill Drive to Park Drive, along Park Drive to Tamarack Avenue and along Tamarack Avenue to James Drive. (Approximately 2, 900') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. 2. 3. 4. 5. Research record maps and utilities at the County of San Diego, City of Carlsbad and utility companies. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. Field topography along Monroe Street from Sunnyhill Drive to Park Drive, along Park Drive to Tamarack Avenue and along Tamarack Avenue to James Drive. Topography will extend from RJW to RJW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will be included. Preparation of base map at 1"= 20' feet with 1' contours existing ground profile, (1" = 4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engmeering Services, Inc. ~,<~L~ .. - Michael Schlumpberger President Hours 8.0 8.0 3.0 48.0 32.0 16.0 1.0 Cost $680.00 $1,360.00 $510.00 $8,160.00 $2,560.00 $1,360.00 $95.00 $14,725.00 615 South Tremont Strt:"et• Ocean~ide, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • !'mail ~-·w.J.'"''' n.t. n.·J Carlsbad Park Dnve Stormdra,n Topo,·rdphy :,, r )~_ t<;-~'-if Right-Of-Way Eng~fi~ering Services, Inc. LancJi RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors of RIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: · WHEREAS, the Board of Directors ofthis Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. ~2.A!f£ Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 16 PROJECT NO. 6607 CA920 Project Task Description and Fee Allotment, is entered into on ~~--~~""-'--"-'-~~-+-~-"'-,L...e.+-.......,-~--· pursuant to an Agreement between Right- of-Way Engineering Se ic s, Inc., a California corporation, ("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 topographic survey and base mapping for Roosevelt Street south of Laguna Avenue 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 February 18, 2014, ("proposal"), attached as Appendix "A" for the Corrugate Metal Pipe Replacement Program (La Gran Via Storm Drain Access Easement), (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $1 ,935. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION . · .:., J;; ·,·· .. ~:.' .. ;· •: .... ; ·TASK GROUP .. ... · . , .. LUNIP SUM FeE J .'::~ ··.; ~~ ~ r~' '", '",~Z;~ ~ ,,,;A,:>-t':.'' Topographic survey and base map preparation $1,935 TOTAL (Not-to-Exceed) $1,935 Executed by Contractor this 2.7"" day of_...!.(.!:::d,::::..!r~v:..!::o-r':!...::f1--------• 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By~~- (sign here) t?Jid. ~ Sel/..mdJ~a !?ceo,)~ (print 'name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 By: Date: 3-W-14 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 APPENDX A Right-Of-Way Engineering Services, Inc. February 18, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along the existing 15' stormdrain easement beginning at the westerly end of Calina Way sweeping westerly and northerly through an open space lot to the existing outlet structure (shown on Drawing No. 170-4). Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. 2. Field topography from the cul-d-sac on Calina way along the existing 15' stormdrain easement shown on Map 7205 extending 25' each side of the existing easement centerline. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will be located. Preparation of base map at 1 "= 20' feet with 1' contours, existing ground profile, (1 "=4' vertical) existing property lines, addresses, and right of way lines. 3. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.<'~ Michael Schlumpberger President Hours 8.0 6.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $1,360.00 $480.00 $95.00 $1,935.00 Carlsbad La Costa Canada access easement Topography.docx Right-Of-Way En , ering Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 15 PROJECT NO. 6607 CA920 Proj~t Task Description and Fee Allotment, is entered into on ~':"7.----'~":--~=-:------":~:'-"-=-..:L-&J--7-~--=-~-~· pursuant to an Agreement between Right- of-ay Engineering Services, Inc., a California corporation, ("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 topographic survey and base mapping for Roosevelt Street south of Laguna Avenue 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 February 10, 2014, ("proposal"), attached as Appendix "A" for the Corrugate Metal Pipe Replacement Program (2763 La Gran Via), (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $3,945. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TASK GROUP LUMP SUM FEE Topographic survey and base map preparation $3,945 TOTAL (Not-to-Exceed) $3,945 Executed by Contractor this Zl ~ day of ___.r.....;:-d:>:;.......;_r..:;_var~t'"--------' 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~-- (sign here) trbcka.ul x:Jiu~dx;a:rc£ /;Jrc:;s,c/tX?I- (print nfulle/tit1e) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 By:~J<d/ 1rector u Jim bwell APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY ~te0= City Attorney Approved Version 1/30/13 2 Right-Of-Way En. ring Services, Inc. Lan, RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. February 10, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along the existing 1 0' stormdrain easement beginning near the intersection of La Gran Via and Calina Way through two private residences to the outlet in an open space lot (shown on Drawing No. 170-4). Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. Research record maps at the County of San Diego and City of Carlsbad and as-built utility maps. 2. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. 4. Field topography including the west Y2 of the intersection of La Gran Via and Calina Way through both private lots 20' each side of the existing easement to the termination on the easement and the area surrounding the outlet. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will be located. 5. Preparation of base map at 1 "= 20' feet with 1' contours, existing ground profile, (1 "= 4' vertical) existing property lines, addresses, and right of way lines. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President Hours 4.0 2.0 3.0 10.0 10.0 2.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $340.00 $340.00 $510.00 $1,700.00 $800.00 $160.00 $95.00 $3,945.00 Carlsbad La Costa Canada Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT N0.14 PROJECT NO. 6608 CA920 Project Task Des ription and Fee Allotment, is entered into on -+-~~~~.a..:.~~~...-.'-"'-r.c::ar;...c.~~;;...,.-~--· pursuant to an Agreement between Right- Servic s, Inc., California corporation, ("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 topographic survey and base mapping for Roosevelt Street south of Laguna Avenue 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 January 8, 2014, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program (Roosevelt at Laguna), (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $2,775. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION TOTAL (Not-to-Exceed) $2,775 Executed by Contractor this /O -fl., day of---L.6.~ado.I....L..JcJ'-.:: ... ::;;.:..r_,.j--------' 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~#--- (sign here) ll'hehd SGJ,/vrnp.6~1~/ {j(?$tele-,.f- (print name/title) ' RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 Date: ____,~'--~_J..._o_·-_/~Lf'--- APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:~£}_~ ssistant City AttOfY City Attorney Approved Version 1/30/13 2 APPENDIX A Right-Of-Way Engineering Services, Inc. January 8, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography at the intersection of Laguna Drive and Roosevelt Street and a section of Roosevelt Street approximately 270' south for stormdrain improvements. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1 . Research record maps at the County of San Diego and City of Carlsbad. Hours 2.0 2. Locate and tie in record monuments to orient record property 2.0 3. 4. boundaries, street centerlines and right of way lines. Establish NAD 83 horizontal and NGVD 29 vertical control on 1.0 the project site based on the City of Carlsbad control. (existing Madison Street control will be extended for this project) Field topography covering the intersection of Laguna Drive 8.0 and Roosevelt Street for raising of existing manhole and a 1 00' long section of Roosevelt Street for installation of cleanout. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All curb, gutter, lip, driveways, walls, walks, concrete, asphalt, and surface utilities will also be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours, 6.0 existing ground profile, (1 "= 4' vertical) existing property lines, addresses, and right of way lines. 6. Boundary calculations and note reduction 2.0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $170.00 $340.00 $170.00 $1,360.00 $480.00 $160.00 $95.00 $2,775.00 Carlsbad Laguna and Roosevelt Topography ering Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 13 PROJECT NO. 6602 CA920 Project Task Descrip ·on and Fee Allotment, is entered into on ---:-:~:..-=~~~~'--:=:jlo'-~·,...c.:::-t-""~.::....L.:,... ~-:--' pursuant to an Agreement between Right- of-ay Engineering ervices, nc., a alifornia corporation, ("Contractor") and the City of Carlsbad, ("City") ated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide topographic survey and base mapping for 7309 Linden Terrace drainage system modifications 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 January 7, 2014, ("proposal"), attached as Appendix "A" for the LA COSTA AREA DRAINAGE IMPROVEMENTS, (the "Project"). The Project services shall include topographic survey and preparation of a base map. 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 thirty (30) 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 $2,420. City Attorney Approved Version 1/30/13 1 TABLE 1 FEE ALLOTMENT TOPOGRAPHIC SURVEY AND BASE MAP PREPARATION ' TASK GROUP LUMPSUMFEE Topographic survey and base map preparation $2,420 TOTAL (Not-to-Exceed) $2,420 Executed by Contractor this Z 4th day of _ _..;:~~9.f>IL.L.I.La.~:::o..r,_,y~'----------' 2014. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) (sign here) lnlchar::-/ sc,h/umd;e¢]?1' IPrcs;c/en /-- (print' name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 By f!l_:t-f ~ Date _f.~/J~'--+"'-ftf.....___ __ =~~!rector I Uri~ ~. Vi>M~ I (9~ pJ,~'t.-())k 0.~ APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Right-Of-Way En , J ering Services, Inc. LamJ:> RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. January 7, 2014 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography from the back fence line of 7309 Linden Terrace westerly along the existing drainage outlet to the concrete brow ditch. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. Research record maps at the County of San Diego and City of Carlsbad. Hours 1.0 2. Locate and tie in record monuments to orient record property 2.0 boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on 3.0 the project site based on the City of Carlsbad control. 4. Field topography from the back fence of 7309 Linden Terrace 6.0 westerly to the concrete brow ditch in Caltrans RIW. Topography will include the existing splash wall, energy dissipater, headwall, and rip rap. 5. Preparation of base map at 1 "= 20' feet with 1' contours, 4.0 existing ground profile, (1 "= 4' vertical) existing property lines, addresses, and right of way lines. 6. Boundary calculations and note reduction 1.0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $85.00 $340.00 $510.00 $1,020.00 $320.00 $80.00 $95.00 $2,420.00 Carlsbad 7309 Linden Terrace Topography #12 has been canceled. PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 11 PROJECT NO. 6608 CA920 This :)leventh Project Task Description and Fee Allotment, is entered into on / e I? P<Y\ [? er S) ,g tJ/>3 I pursuant to an Agreement between Right- of-Way Engineering Services, Inc., a California corporation, ("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 surveying 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 proposals dated November 13, 2013, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program (the "Project"). The Project services shall include preparation of as-builts. 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 twenty five (25) 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 $22,370. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES TASK GROUP LUMP SUM FEE Survey and Base Mapping for Sunnyhill from Hillside to $10,835.00 MacArthur Survey and Base Mapping for Laguna Drive Pio Pice to $6,985.00 Elmwood Survey and Base Mapping for Wilson Street between Forest $4,550.00 Avenue and Buena Vista Way TOTAL (Not-to-Exceed) $22,370.00 Executed by Contractor this 2 ~11. day of _..LM.=.:o~tA101~~w6.1i!:le<L-------' 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation ~~ractor) By:~~--- (sign here) llldad td/v~ec/fk¢db21-(prin~le) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 By: ~ Date: /"Z·~/.3 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY ne.t~ 1 Assistant CityAttO!liY City Attorney Approved Version 1/30/13 2 ering Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. November 13, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Sunnyhill Drive from Hillside Drive 300' north of MacArthur Avenue and along MacArthur Avenue1 00' east of Clearview Drive. (Approximately 1700') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task Hours 1. Research record maps and utilities at the County of San Diego, 6.0 2. 3. City of Carlsbad and utility companies. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. 6.0 3.0 4. Field topography along Sunnyhill Drive from the south curb returns 32.0 On Hillside drive to 300' north of MacArthur Avenue and along 5. MacArthur Avenue to 1 00' east of Clearview Drive. Topography will extend from 1 0' past RIW to 1 0' past RIW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will also be included. Preparation of base map at 1 "= 20' feet with 1' contours existing ground profile, (1 "= 4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.<~ Michael Schlumpberger President 28.0 12.0 1.0 Cost $510.00 $1,020.00 $510.00 $5,440.00 $2,240.00 $1,020.00 $95.00 $10,835.00 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Sunnyhill Drive Topography Right-Of-Way Engineering Services, Inc. November 13, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Laguna Drive from 140' east of Pio Pico Drive to Elmwood Street and North along Elmwood Street 430'. (Approximately 1,1 00') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. Research record maps and utilities at the County of San Diego, City of Carlsbad and utility companies. 2. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. 4. Field topography along Wilson Street in the middle of the block between Forest Avenue and Buena Vista Way. Topography will extend from 1 0' past RIW to 1 0' past RIW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will also be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours existing ground profile, (1 "= 4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.<~ Michael Schlumpberger President Hours 6.0 4.0 3.0 20.0 16.0 6.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $510.00 $680.00 $510.00 $3,400.00 $1,280.00 $510.00 $95.00 $6,985.00 Carlsbad Laguna Drive and Elmwood Street Topography Right-Of-Way Engineering Services, Inc. November 13, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Wilson Street, middle of the block between Forest Avenue and Buena Vista Way. (Approximately 650') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task 1. Research record maps and utilities at the County of San Diego, City of Carlsbad and utility companies. 2. Locate and tie in record monuments to orient record property boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. 4. Field topography along Wilson Street in the middle of the block between Forest Avenue and Buena Vista Way. Topography will extend from 1 0' past RIW to 1 0' past RIW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will also be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours existing ground profile, (1 "= 4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 6. Boundary calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,Z~ Michael Schlumpberger President Hours 3.0 3.0 3.0 12.0 10.0 4.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $255.00 $510.00 $510.00 $2,040.00 $800.00 $340.00 $95.00 $4,550.00 Carlsbad Wilson Street Topography PROJECT TASK DESCRIPTION AND FEE ALLOTMENT N0.10 PROJECT NO. 6607 CA920 This "~_nth Project Task Description and Fee Allotment, is entered into on ~ Vt:.,!Ylb CC ..;,-; 6(2/3 , pursuant to an Agreement between Right- of-WayEngineering Servic€s, Inc., a California corporation, ("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 surveying 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 proposals dated September 9, 2013, ("proposal"), attached as Appendix "A" for the Corrugated Metal Pipe Replacement Program (the "Project"). The Project services shall include preparation of as-builts. 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 twenty (20) 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 $3,340. City Attorney Approved Version 1/30/13 ~~---------------------------------------------------------- TABLE 1 FEE ALLOTMENT SURVEYING SERVICES ~ , -,', ,' . ' --~-TASKGROUP .~ , ~ ~~~ ~ __ f.JJ.MFtSUNJf:_~fi--- As-builts DWG 65-3 $335.00 As-builts DWG 463-7 A $1,285.00 As-builts DWG 463-7B $1,720.00 TOTAL (Not-to-Exceed) $3,340.00 E C ?8/1.. _L I xecuted by ontractor this ~-day of ----~Ov~nt...loo~(;("=:;:._ ________ , 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By~u!---- (sign here) l!ttci,OL.I ~cAb~t:(y«jpr~.slc/en /- (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 c rporation of the State of California By: Date: J/-b-/3 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 ------------------------------ APPENDIX A Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 465-3 Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task Hours 1. Date and Garfield drawing no. 465-3. Update plan drawing with 3.0 as-built information collected in February 2010. 2. Supervision and coordination 1.0 Total (time and material) not to exceed Cost $240.00 $95.00 $335.00 Note: as-built elevations were collected in 201 0 and an as-built drawing prepared. The as-built drawing was not prepared from the original plan drawing. It appears the City may have prepared the plan in house. We will update that drawing file (city to provide) with the elevations collected in 2010. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad CMP Replacement As-built 465-3 .doc Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 463-7A Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task 1. Holly Brea Lane to El Camino Real, drawing no. 463-?A. Collect elevation and location of new type B inlet. 2. Highland Drive to James Drive, drawing no. 463-7A. Collect elevation and location of new type B inlet, and new A-6 Cleanout. 3. Redline existing plan set with as-built elevations and locations 4. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,<~ Michael Schlumpberger President Hours 2.5 3.0 3.0 1.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $425.00 $510.00 $255.00 $95.00 $1,285.00 Carlsbad CMP Replacement As-built 463-7 A. doc Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 463-78 Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task 1. Washington Street at Oak Avenue, drawing no. 463-78. Collect elevations and location of new debris wall. 2. 8adajoz Place, drawing no. 463-78. Collect elevation and location of new curb outlet, modified type F inlet and channel 3. Elmwood Street, drawing no. 463-78. Collect elevation and location of existing lined CMP. 4. Redline existing plan set with as-built elevations and locations 5. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,<~ Michael Schlumpberger President Hours 2.0 3.0 2.0 4.0 2.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $340.00 $510.00 $340.00 $340.00. $190.00 $1,720.00 Carlsbad CMP Replacement As-built 463-?B.doc ·-·-·-.. ·----~--------------------- Right-Of-Way En ering Services, Inc. Lan RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.9 PROJECT NO. 6606 CA920 This _ njnth Project Task Descri£tion and Fee Allotment, is entered into on ~ U/QV11Z£"L:~ £1//3 , pursuant to an Agreement between Right- of-Way Engineering Services, Inc., a California corporation, ("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 surveying 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 proposals dated September 9, 2013, ("proposal"), attached as Appendix "A" for the Kelley Channel (the "Project"). The Project services shall include preparation of as-builts. 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 twenty (20) 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 $727.50. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES TASK GROUP ,,' LUMP SUM FEE As-builts DWG 457 -4C $727.50 TOTAL (Not-to-Exceed) $727.50 ti.. Executed by Contractor this 28 day of ~O~vah""'Jx:,c~:l----------' 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~ _By_: ______ _ (sign here) (sign here) d/tc/,gc) t, ~J/v~w;L /p,~~,Je"l-------------:----- (print name~ (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 CARLSB~Djf municipal corporation of the State of California By: ~~ Date: L/_:/i:/.3 Gity Mai"'B§er OF Director APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 APPENDIX A Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 466-2 Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task 1. Kelley Drive Channel, drawing no. 466-2. Collect elevations along the repaired portion of the channel and limits of rip-rap. 2. Redline existing plan set with as-built elevations and locations 3. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.<~ Michael Schlumpberger President Hours 3.0 2.0 0.5 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $510.00 $170.00 $47.50 $727.50 Carlsbad CMP Replacement As-built 466-2.doc Right-Of-Way En ~y ~ ering Services, Inc. Lan RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 8 PROJECT NO. 6608 CA920 This¥ghth Project Task Description and Fee Allotment, is entered into on tJU£/>'\L?Lr, f7g!2;3 , pursuant to an Agreement between Right- of-Way Engineering Services, Inc., a California corporation, ("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 surveying 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 proposals dated September 9, 2013, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program (the "Project"). The Project services shall include preparation of as-builts. 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 twenty (20) 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 $3,637.50. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES TASK GROUP LUMP SUM FEE As-builts DWG 457-4C $3,080.00 As-builts DWG 457 -4D $557.50 TOTAL (Not-to-Exceed) $3,637.50 Executed by Contractor this -lt-.. Z8 day of-..~.Oc"""J""-h .... dx:£~-------' 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) B~~- (sign here) lllle.k.d .Schlv~V'$C /t>rc:~ tderol- (print name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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. oration of the State of California By: Date: //· S · 1'3 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY JJ}J ~ Assistant City AttOmY City Attorney Approved Version 1/30/13 2 APPENDIX A Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 457-4C Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task 1. 2. 3. 4. Pacific Avenue and Mountain View Drive, drawing no. 457-4C Collect new cross gutter and asphalt elevations. Madison Street and Grand Avenue, drawing no. 457-4C Collect elevations and locations along new curb line, reverse outlet and asphalt overlay limits Roosevelt Street, drawing no. 457-4C. Collect new 18" RCP, inlet and cleanout locations and elevations. Harrison Street, drawing no. 457-4C. Collect elevations along new curb line and asphalt overlay limits. 5. Redline existing plan set with as-built elevations and locations 6. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President Hours 3.0 2.5 3.0 4.0 9.0 2.0 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $510.00 $425.00 $510.00 $680.00 $765.00 $190.00 $3,080.00 Carlsbad CMP Replacement As-built 457-4C.doc Right-Of-Way Engineering Services, Inc. September 9, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Collect as-built elevations and locations at various locations, red line plan set for design engineers to prepare as-built plans from. Drawing No. 457-4D Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect as-built elevation and red lines plans for the design engineer to prepare as-built plans from. Scope of work Task 1. Highland Drive Sta. 17 +48.88 -Sta. 17 +91.52, drawing no. 457-4D. Collect new trench drain, and 8" PVC elevation and locations 2. Redline existing plan set with as-built elevations and locations 3. Supervision and coordination Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.<~ Michael Schlumpberger President Hours 2.5 1.0 0.5 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $425.00 $85.00 $47.50 $557.50 Carlsbad CMP Replacement As-built 457-4D .doc .'L Right-Of-Way Eng(' "ering Services, Inc. Lan ' ying RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net CA920 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 7 PROJECT NO. 3338 (AGUA HEDIONDA DREDGE AND IMPROVEMENTS) venth Project Task Description and Fee Allotment, is entered into on · r' c> / J , pursuant to an Agreement between Right- of-Way Engineering Services, Inc., a California corporation, ("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 surveying 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 September 25, 2013, ("proposal"), attached as Appendix "A" for the Agua Hedionda Creek Channel Dredge and Improvement Project (Rancho Carlsbad), (the "Project"). The Project services shall include cross- sections for HEC-RAS study west (downstream) of the Cannon Road Bridge. 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 thirty (30) 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 $6,430. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES Cross sections for HEC-RAS study west (downstream) of $6,430 Cannon Road Bridge TOTAL (Not-to-Exceed) $6,430 Executed by Contractor this rc/ 3 day of OGI:obe£' '2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: 2¥2;?L'-- (sign here) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By: (sign here) 1!/tc},e~.."l sc'-.lv~e/1 fra:.tel(/11-____________ _ (print nameTtiffe) (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. nicipal corporation of the State of California By: Date: ;oiob ~I APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 Right-Of-Way En ' . ering Services, Inc. Lamf RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. September 25, 2013 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Cross sections for HEC-RAS study west (downstream) of Cannon Road bridge. Dear Sherri, Per your request, I have prepared a scope of work and related fees to collect data along the 9 section alignments from Wayne Chang. Scope of work Task I. Collect X,Y, Z locations along the defined section alignments at all grade breaks, and surface changes. • 9 sections totaling approximately 1.3miles in dense brush and tall tree canopy. See attached image of cross section alignment. 2. Compile cross section points into AutoCAD file and text file for delivery 3. Create AutoCAD points at the approximate locations on each home a finish floor elevation was collected. 4. Supervision and coordination Total (time and materials) not to exceed Hours 32.0 4.0 6.0 2.0 Cost $5,440.00 $320.00 $480.00 $190.00 $6,430.00 Deliverable: AutoCAD dwg file containing the points collected along the cross sections and a text file of the points. No DTM or contours will be created, the current topography will not be extended. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Rancho Carlsbad Additional cross sections. doc PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.6 PROJECT NO. 3338 (RANCHO CARLSBAD) CA920 This ~ixth __.J'roject Task,q-Descrip~iQ!l and Fee Allotment, is entered into on tW~,.e'/~/'5~ QLtf/....5 , pursuant to an Agreement between Right-o~ayEngineering Services, Inc., a California corporation, ("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 surveying 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 20, 2013, ("proposal"), attached as Appendix "A" for the Aqua Hedionda Creek Channel Dredge and Improvement Project (Rancho Carlsbad), (the "Project"). The Project services shall include construction staking. 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 thirty (30) 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 $6,240. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES Survey and finish floor elevations on 204 units near or in the flood zone per current FEMA mapping. Survey included preparation of an excel spreadsheet presenting the address by Executed by Contractor this 2 4 tf., day of _LfJ'-"u'.i:::"!IL' '-'';;.,f:c..._ ________ , 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) " (sign here) mdael & J,lwqd::ru;:rc I Prcsalco-1-- (pnnt name/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 icipal corporation of the State of California By: Date: q-q-1.3 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 APPENDIX A Right-Of-Way Engineering Services, Inc. August 20, 2013 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday A venue Carlsbad, Ca 92008-7314 Land Surveying Project: Rancho Carlsbad, determination of finish floor elevations on units within the FEMA flood plain and elevation certificates on select units. Dear Sherri, Per your request, I have prepared a scope of work and related fees to measure and catalogue finish floor elevations on approximately 204 units determined to be within the flood plain. Scope of work Task I. Differential level (0.1 0' accuracy or better) finish floor elevations on 204 units shown to be in or near the AE flood zone. (NA VD 88 datum) 2. Office support • Prepare an excel spreadsheet with address identifier and finish floor elevation • Supervision and coordination Total (time and materials) not to exceed Optional Task-FEMA Elevation Certificates I. Differential level (0.1 0' accuracy or better) all necessary elevations and gather all required field elevation to properly complete the entire FEMA elevation certificate. 2. Prepare, print, stamp and sign FEMA elevation certificate. Total (time and materials) per elevation certificate Understandings and Exclusions: Hours 32.0 10.0 Hours 2.0 2.0 Cost $5,440.00 $800.00 $6,240.00 Cost $340.00 $160.00 $500.00 This proposal is based on providing a single finish floor elevation for each unit measured at the main unit threshold, or lower floor of any permanent addition built onto the unit. We request all affected homeowners be notification of our work I presence by the homeowners association prior to our work Right-of-Way Engineering Services field employees are members of the IUOE Local 12 and always paid prevailing wage rates and benefits. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.(~ Michael Schlurnpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637~2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Rancho Carlsbad Elevation Certificates. doc RESOLUTIONS ADOPTED BY UNANIMOUS WRITIEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlumpberger Secretary 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.5 PROJECT NO. 6608 (LINDA LANE) CA920 This and Fee Allotment, is entered into on --;-~~~'*f-"'"'~~-::L..;-.,..."""'~'-L_._...J.,:,....,.,~-,---· pursuant to an Agreement between Right- ices, Inc., a California corporation, ("Contractor'') and the City of 2012, (the "Agreement"), the terms of which are 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide surveying 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 22, 2013, ("proposal"), attached as Appendix "A" for the NW Quadrant Storm Drain Program (Linda Lane)., (the "Project"). The Project services shall include construction staking. 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 thirty (30) 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 $1,510. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES TASK GROUP LUMP SUM FEE Construction Staking $1,510 TOTAL (Not-to-Exceed) $1,510 Executed by Contractor this 3o !'( day of ---"';r;"-"Lf----------' 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) -(sign here) tltck,.j :dkA¥2~~ / h<:--'Vck-rl-/- (print nam /title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: )QQl~ Assistant CiiYAtil1ey City Attorney Approved Version 1/30/13 2 I-ili .. ii!'l\1, ,:, ~ Right-Of-Way En~~r~ng Services, Inc. Lam!'_ · . ymg c-~--1i(; ~~ \;'~·· RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors of RIGHT -OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31,2003. Michael L. Schlumpberger President Michael L. Schlurnpberger Secretary --- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. July 22, 2013 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying , ·--~ . ... ~~~ . ... ' . .. Project: Construction Staking for the NW Quadrant Stormdrain Improvement Program Linda Lane site. Dear Sherri, Per your request, I have prepared a scope of work and related fees to layout the centerline of the proposed stormdrain and structures. Scope of work Task I. Alignment staking for utility relocation • Actual alignment stakes for 10" PVC and 6" perforated PVC • Actual alignment stakes for 23 L.F. of 18" RCP • Actual comer stakes for Type A4 cleanouts (4) • Actual comer stakes for brooks inlets (5) 2. Office support • Calculate structure locations and offsets • Grade sheet preparation • Supervision and coordination Total (time and materials) not to exceed Note: This proposal is based on a single site visit Hours 8.0 2.0 Cost $1,360.00 $150.00 $1,510,00 The above tasks are based on review of a plan set by RBF dated July 16, 2013. Every effort has been made to accurately predict the required staking, should the tasks or scope differ from the above stated tasks or scope Right-of-Way Engineering Services, Inc. reserves the right to amend our proposal. Understandings and Exclusions: This proposal is based on providing one set of stakes for each task listed, any additional staking or re- setting of stakes for any reason will be provided for an additional fee. All services not specifically described herein are considered additional services. Additional services will be performed upon written request on a time and materials basis. Design of any portion of this project is not included in this proposaL This proposal is based on receiving a complete and accurate set of plans with all necessary grades and dimensions to properly stake the project, and accurate AutoCAD drawing file that can be relied upon for layout geometry, coordinates and dimensions. All construction staking requests must be specific and made in writing 48 hours prior to the field staking. However, every effort shall be made to respond to staking request as soon as our survey crews schedule permits. 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Linda lane Stonn Drain Construction. doc All staking is assumed to be conducted in a timely and continuous manner. If tasks are phased or repeatedly started and stopped, additional work to accommodate that schedule shall be considered as additional service. Our proposal is based on a four hour per day minimum of staking. Anything less than four (4) hours may result in an additional fee. Staking areas shall be cleared prior to survey crew arrival on site. Unnecessary standby time for clearing of the project area will be charged as an additional fee. Offset lines and grades are for construction control layout lines. Contractor has final responsibility for implementing the design of the project from the layout lines and the plans. Acceptance and preservation of construction stakes, once set, is the responsibility of the Contractor. Client agrees and understands that in the event any item of construction is placed in an incorrect position, the original, undisturbed survey stakes are the only proof of evidence of any consultant error, and in the event the original stakes are disturbed or missing, the data contained in the original field notes at the date of said staking shall prevail. Contractor shall use three consecutive offset stakes to determine the line and grade. Should the contractor not have three consecutive stakes in conformity with line and grade, it shall be the contractor's responsibility to notify the project inspector or assume responsibility for using less than three consecutive stakes to determine the line and grade. Thank you fur the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,?~~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Linda Lane Stonn Drain Construction. doc PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.4 PROJECT NO. 6608 (VALLEY ST & MCCAULEY LN) CA920 This and Fee Allotment, is entered into on --;--;-:-!'-,.'1.4"""'7--:-~!:-f~!t.d~--"-'-----:::,-;:-;---:--' pursuant to an Agreement between Right- Inc., a California corporation, ("Contractor") and the City of (the "Agreement"), the terms of which are 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide surveying 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 19, 2013, ("proposal"), attached as Appendix "A" for the NW Quadrant Storm Drain Program (Valley St. & McCauley Ln., (the "Project"). The Project services shall include construction staking. 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 thirty (30) 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 $1,000. City Attorney Approved Version 1/30/13 1 TABLE 1 FEE ALLOTMENT SURVEYING SERVICES TASK GROUP ·LUMP SUN!fi;E Construction Staking $1,000 TOTAL (Not-to-Exceed) $1,000 Executed by Contractor this 24 .fl.. day of _ _,.J""un"'-'-'«"'---------• 20~. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By~;z;L ,.. (sign here) /iZ,cL.d sJLm~e.e 1/Jrcst&..-.t--- (print name itle) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 ~clO< D"' ~/[? APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 -l.· I .';~ e Right-Of-Way Enft;~~ering Services, Inc. Lan<t~Y~~g ·~"~~· RESOLUTIONS ADOPTED BY UNANIMOUS WRITIEN CONSENT OF TilE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President . G. uane NIXon Shareholder 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. June 19, 2013 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Construction Staking for the NW Quadrant Stonndrain Improvement Program Valley Street and McCauley Lane site. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete construction survey for the project. Scope of work Task I. Construction Staking • Offset Stakes for the Type B inlet • Offset Stakes for the Type A4 cleanout • Offset Stakes for new berm 2. Office support • Calculate structure locations and offsets • Grade sheet preparation • Supervision and coordination Total (time and materials) not to exceed Note: This proposal is based on a single site visit Hours 5.0 2.0 Cost $850.00 $150.00 $1,000.00 The above tasks are based on review of a plan set by RBF dated March 18, 2013. Every effort has been made to accurately predict the required staking, should the tasks or scope differ from the above stated tasks or scope Right-of-Way Engineering Services, Inc. reserves the right to amend our proposal. Understandings and Exclusions: This proposal is based on providing one set of stakes for each task listed, any additional staking or re- setting of stakes for any reason will be provided for an additional fee. All services not specifically described herein are considered additional services. Additional services will be performed upon written request on a time and materials basis. Design of any portion of this project is not included in this proposal. This proposal is based on receiving a complete and accurate set of plans with all necessary grades and dimensions to properly stake the project, and accurate AutoCAD drawing file that can be relied upon for layout geometry, coordinates and dimensions. All construction staking requests must be specific and made in writing 48 hours prior to the field staking. However, every effort shall be made to respond to staking request as soon as our survey crews schedule permits. 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Valley Street Storm Drain Construction.doc All staking is assumed to be conducted in a timely and continuous manner. If tasks are phased or repeatedly started and stopped, additional work to accommodate that schedule shall be considered as additional service. Our proposal is based on a four hour per day minimum of staking. Anything less than four ( 4) hours may result in an additional fee. Staking areas shall be cleared prior to survey crew arrival on site. Unnecessary standby time for clearing of the project area will be charged as an additional fee. Offset lines and grades are for construction control layout lines. Contractor has final responsibility for implementing the design of the project from the layout lines and the plans. Acceptance and preservation of construction stakes, once set, is the responsibility of the Contractor. Client agrees and understands that in the event any item of construction is placed in an incorrect position, the original, undisturbed survey stakes are the only proof of evidence of any consultant error, and in the event the original stakes are disturbed or missing, the data contained in the original field notes at the date of said staking shall prevail. Contractor shall use three consecutive offset stakes to determine the line and grade. Should the contractor not have three consecutive stakes in conformity with 1ine and grade, it shaH be the contractor's responsibility to notify the project inspector or assume responsibility for using less than three consecutive stakes to determine the line and grade. Thank you for the opportunity to propose on this project. Sincerely. Right-of-Way Engineering Services, Inc. ~--<~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Carlsbad Valley Street Stonn Drain Construction.doc PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.3 PROJECT NO. 6608 (GRAND AND MADISON) CA920 ird /P.roject and Fee Allotment, is . entered into on =~"7"~"7'---:-~:f---r.-""""-7'-"..._.'--;:;:-;:-;--:--' pursuant to an Agreement between Right- of-a Engineering S Inc., a California corporation, ("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 surveying 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 25, 2013, ("proposal"), attached as Appendix "A" for the NW Quadrant Storm Drain Program (Grand Ave and Madison Ave), (the "Project"). The Project services shall include civil surveying and preparation of a base map. 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 thirty (30) 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 material. 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 uoon 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 $20,565. City Attorney Approved Version 1/30/13 1 TABLE 1 FEE ALLOTMENT CIVIL SURVEYING SERVICES TASK GROUP LUMP SUM FEE Civil surveying and preparation of a base map (Grand Ave). $7,880 Civil surveying and preparation of a base map (Madison Ave) $12,565 TOTAL (Not-to-Exceed) CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~ (sign here) (//Jc/oud Sr Hun ab«.:p-1 fJrc.sde"'-1- (print'flame/title) $20,565 RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 CARLSB D, a municipal corporation of the State of California By: Date: _4-_,___.LJ-=..0_ ... --"/3=---- APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 ~~"it Right-Of-Way En,ring Services, lnc- Lan<t · ymg ~-.,~~ ~ .'=.: 'ii' RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation TilE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlurnpberger President Michael L. Schlurnpberger Secretary --- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. March 25, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Grand Avenue from 150' east of Madison Street east to 100' beyond Hope Avenue. (Approximately 900') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task Hours 1. Research record maps and utilities at the County of San Diego, 5.0 City of Carlsbad and utility companies. 2. Locate and tie in record monuments to orient record property 3. 0 boundaries, street centerlines and right of way lines. 3. Field topography along Grand Avenue from 150' east of 24.0 Madison Street to 1 00' beyond Hope Avenue, on the south side, from the northerly top of curb to face of building, planter or wall on the south. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, concrete, asphalt, and surface utilities will be included. 4. Preparation of base map at 1"= 20' feet with 1' contours 24.0 existing ground profile, (1"=4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 5. Boundary calculations and note reduction 10.0 6. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~--<~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $425.00 $510.00 $4,080.00 $1,920.00 $850.00 $95.00 $7,880.00 Carlsbad Grand Avenue additional Topography.doc APPENDIX A Right-Of-Way Engineering Services, Inc. March 26, 2013 Mrs. Sherri Howard City Of Carlsbad 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Topography along Madison Street from Laguna Drive to Arbuckle Place and along Arbuckle Place to Jefferson Street. (Approximately 1300') Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task Hours 1. Research record maps and utilities at the County of San Diego, 8.0 City of Carlsbad and utility companies. 2. Locate and tie in record monuments to orient record property 8.0 boundaries, street centerlines and right of way lines. 3. Establish NAD 83 horizontal and NGVD 29 vertical control on 3.0 the project site based on the City of Carlsbad control. 4. Field topography along Madison Street from Laguna Drive to 36.0 Arbuckle Place and along Arbuckle Place to Jefferson Street. Topography will extend from 10' past RIW to 10' past RIW. Topography will include visible trench lines, storm drain catch basins, existing manholes with detailed pipe sizes and invert elevations. All planters, curb, gutter, lip, driveways, walls, fences, walks, concrete, asphalt, and surface utilities will be included. 5. Preparation of base map at 1 "= 20' feet with 1' contours 32.0 existing ground profile, (1 "=4' vertical) sewer as-built information, as-built utility locations, existing property lines, addresses, right of way lines and street centerline. 6. Boundary calculations and note reduction 16.0 7. Supervision and coordination 1.0 Total (time and material) not to exceed Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,('~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email row@roweng.net Cost $680.00 $1,360.00 $510.00 $6,120.00 $2,560.00 $1,360.00 $95.00 $12,685.00 Carlsbad Madison Street Arbuckle Place Topography.doc PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.2 PROJECT NO. 66021 CA920 This and Fee Allotment, is entered into on ~~,.C...,~U~:::L:L,....t.:Z..,......as.i.<~~L----' pursuant to an Agreement between Right- of-Jces, Inc., a California corporation, ("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 civil land surveying 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 February 20, 2013, ("proposal"), attached as Appendix "A" for the La Costa Drainage Project, (the "Project"). The Project services shall include civil surveying and preparation of a base map. 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 thirty (30) 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 $2,165. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT CIVIL SURVEY SERVICES TASK GROUP LUMP SUM FEE Surveying, preparation of a base map $2,165 TOTAL (Not-to-Exceed) $2,165 Executed by Contractor this ____,2:::1 __ day of -.L!."-"'-b.:...' "'."", f---------' 2013. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~- (sign here) h11cJ"d i. ~-lt.tm~cr /;:;,~:;,c/e"'l--­ (print name/ti e) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 By: ~~ Date: ____,~;L-y;+--/_3 ___ _ City Manager sr Qirestsr APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version 1/30/13 2 )t(J~~ .aJi ,w "" ,, ,., !iii. ·.m. -,, ___ : ;r/ Right-Of-Way Enfl~~ering Services, Inc. Lanq~ying ~~.;~;: l· RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT -OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors of RIGHT -OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in sigrting any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation, This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings, Executed effective January 31,2003. Michael L. Schlumpberger President Michael L. Schluropberger Secretary ---- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net Right-Of-Way Engineering Services, Inc. February 20, 2013 Mrs. Sherri Howard City Of Carlsbad Public Works -Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Appendix "A" Project: As-built Topography of the storm drain alignment along the westerly side of LaCosta Canyon Park from the northeasterly corner of the basketball court to the southwesterly curb line of Pueblo Street. Dear Sherri, Per your request, I have prepared a scope of work and related lees to complete a topographic survey and base map preparation. Scope of work Task 1. 2. 3. 4. 5. Research record maps and existing utilities Locate and tie in record monuments to orient record boundary Establish NAD 83 horizontal and NGVD 29 vertical control on the project site based on the City of Carlsbad control. Field topography of existing storm drain alignment from the tract boundary on the southeasterly side to the center of parking lot on the northwesterly side. Topography will include, brow ditch, type F inlet and cleanout structure with detailed pipe sizes and invert elevations . All trees, fences, walls, steps, asphalt, concrete, natural ground, and surface utilities will be included. Preparation of base map at 1 "= 20' feet with 1' contours storm drain as-built information, existing utilities, property boundaries, right of way, street centerline and APN numbers. 6. Calculations and note reduction 7. Supervision and coordination Total (time and material) not to exceed Hours 2.0 1.0 3.0 3.0 5.0 2.0 2.0 Cost $180.00 $170.00 $510.00 $510.00 $425.00 $180.00 $190.00 $2,165.00 Control will be based on City of Carlsbad Benchmarks, NAD 83 horizontal and NGVD 29 vertical Control. Thank you tor the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~,.('~ Michael Schlumpberger President 61 S South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email rowrdr.Ql~:mg_r_lQ Carlsbad La Costa Canyon Park Stonn Drain revised doc PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6608 CA920 and Fee Allotment, is entered into on -,--r.:-:c...L-f!-..L...k::..Lf--~+....e~e:..L_._~,....,.,--...,--' pursuant to an Agreement between Right- of-ay Engineering Services, Inc., a California corporation, ("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 civil land surveying 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 February 6, 2012, ("proposal"), attached as Appendix "A" for the Northwest Quadrant Storm Drain Program, (the "Project"). The Project services shall include civil land surveying services and base map preparation. 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 thirty (30) 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 $2,265. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT CIVIL SURVEY SERVICES 'TASK GROUP .. . ··: I ' LUMP SUM·FEE Supplemental survey services and preparation of a base map. $2,265 TOTAL (Not-to-Exceed) $2,265 Executed by Contractor this Z/ day of F /,.'J ' '20__LL. CONTRACTOR RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (name of Contractor) By:~~ (sign here) 117tcf..,c;_./ :,&/Ju,p.bC/q'"' jp~u:,dc.-C (print narrfe/title) RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California corporation (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 ~~ By: Date: ----b3f---l-~-"=g~-- City Manager .er Direster APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ------::7-A~Dli~(}!-\l-r=· - Pi'ss1stant City AttOrneY\-- City Attorney Approved Version 1/30/13 2 Uf ·:11!, Right-Of-Way i;JJ~ering LamtlS~ying -~~·l_ ... Services, Inc. RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California corporation THE undersigned, being all the directors ofRIGHT-OF-WAY ENGINEERING SERVICES, INC., A California Corporation, by this writing approve the following resolutions and consent to their adoption: WHEREAS, the Board of Directors of this Corporation, desires to grant to the Officers of this Corporation, the power to execute all corporate instruments and documents, or to sign the corporate name without limitation, each acting alone and without approval of signature of any other corporate Officer. NOW, THEREFORE, BE IT RESOLVED, that MICHAEL L. SCHLUMPBERGER is hereby authorized and directed to act alone in signing any and all corporate documents of any kind or nature, and/or related instruments, for the benefit of the Corporation, on such terms and conditions as MICHAEL L. SCHLUMPBERGER, in his sole discretion, deems advisable in the best interest of the corporation. This consent is executed pursuant toe subdivision (b) of Section 307 of the California Corporations Code, and is to be filed with the Minutes of Board proceedings. Executed effective January 31, 2003. Michael L. Schlumpberger President Michael L. Schlurnpberger Secretary --- 615 S. Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 E-Mail: row@roweng.net APPENDIX A Right-Of-Way Engineering Services, Inc. February 6, 2012 Mrs. Sherri Howard City Of Carlsbad Public Works-Engineering 1635 Faraday Avenue Carlsbad, Ca 92008-7314 Land Surveying Project: Additional topography supplementing the previous completed Highland Drive topography at the intersection of Highland Drive and Magnolia Avenue extending northerly 50' past the curb returns on Highland and an additional I 00' west along Magnolia from the end of previous topography. Additional topography at the intersection of Valley Street and McCauley Lane, extending 100' easterly along McCauley past the end of the existing topography. Dear Sherri, Per your request, I have prepared a scope of work and related fees to complete a topographic survey and base map preparation. Scope of work Task I. 2. Field topography along Highland Drive 50' northerly of the curb returns from the previous half street topography and I 00' westerly along Magnolia Avenue from the previous end of topography. Field topography the full width of McCauley Lane I 00' east of The previous survey limit. Topography will include storm drain catch basins, and cleanout structures with detailed pipe sizes and invert elevations, sewer manholes with detailed pipe sizes and invert elevations, curb, gutter, sidewalk, cross gutters, asphalt, concrete, natural ground and all surface utilities from right of way to right of way. Update existing base maps at I"= 20' feet with I' contours storm drain as-built information, existing property boundaries, right of way and street centerline. 3. Calculations and note reduction 4. Supervision and coordination Total (time and material) not to exceed Hours 8.0 8.0 2.0 1.0 Cost $1,360.00 $640.00 $170.00 $95.00 $2,265.00 Note: Coordinates and bearings will be NAD 83 based on City of Carlsbad control record of survey. Thank you for the opportunity to propose on this project. Sincerely, Right-of-Way Engineering Services, Inc. ~--<~ Michael Schlumpberger President 615 South Tremont Street • Oceanside, CA 92054 • (760) 637-2700 • FAX (760) 637-2701 • Email rowCti{roweng.net Carlsbad Highland Drive and Valley Storm Drain Additional.doc MASTER AGREEMENT FOR SURVEYING SERVICES (RIGHT-OF-WAY ENGINEERING SERVICES, INC.) CA920 ·~1 THIS AGREEMENT is made and entered into as of the d.PcZ day of ~~ , 20 /~by and between the CITY OF CARLSBAD, a municipal corpoftion, hereinafter referred to as "City", and RIGHT-OF-WAY ENGINEERING SERVICES, INC., a California, corporation, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of an engineering consultant that is experienced in surveying. 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 surveying. 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. 1 City Attorney Approved Version 2/17112 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed two hundred thousand dollars ($200,000) 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 withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused 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. City's Initials Contractor's Initials D If box is checked, Professional Liability 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 Michael Schlumpberger President 615 South Tremont Street Oceanside, CA 92054 (760) 637-2700 row@roweng. net 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 2/17112 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 2~ fL day of 4 .-,l-6w<=4 .w--, 20~. CONTRACTOR RIGHT -OF-WAY ENGINEERING SERVICES, INC., a California, corporation By: ~4~-(sign here) Jfr1d...."'/ L. Set/~{, u;-rt::r /;:rc~,,/~ (print name/title By: (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: j, ~u..ll!l!f Zr Mayor ATTEST: =>-(print name/title) ~~ -::.o -"; ' ,,, .... * , ,_., ,,, ,,, Proper notarial acknowledgment of execution by Contractor must be attac~&~~·H'a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group 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 APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: J1£l~ Assistant C(y AttCi y 8 City Attorney Approved Version 2/17/12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(~ whose name(~ l§Lale subscribed to the within instrument and acknowledged to me that ~s~/th!Y executed the same in his/~r/tt)ijr authorized capacity(i~, and that by iiislt)er/tneir signature{.s? on the instrument the person($), or the entity upon behalf of which the person(g') acted, executed the instrument. I certify under PENAL TV OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~,%=t? ~ : ~ ~ature of Notary Public OPTIONAL----------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Desc · ion of Attached Document Signer(s) Other Than ed Above: ________________________ _ Capacity(ies) Claimed b Signer's Name: -------~----- 0 Corporate Officer -Title(s): -------"'-..:------ [J Individual 0 Partner -U Limited U General L Attorney in Fact r-· Trustee 0 Guardian or Conservator D Other: Signer Is Representing: ___ _ RIGHT THUMb;>RINT OF SIGNER Top of thumb here Signer's Name: ____________ _ 0 Corporate Officer -Title(s): _______ _ 0 Individual RIGHT THUMBPRINT OF SIGNER 0 General Top of thumb here ~~~~~-~~~~~~~~~~~~~~~~~·~·~y~·~~~~~·~Y.~~~~~~~~ © 2010 National Notary Association· NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Right-of-Way Engineering Services, Inc. SOQ City of Carlsbad Master Agreement -Surveying Services EXHIBIT A RATE SCHEDULE Field Survey Crew (2 man) prevailing wage $170.00 Robert Gates, Dave De La Torre, and other International Operating Engineers Local 12 surveyors Office calculations, map drafting, legal description and plat $85.00 preparation, boundary calculation, note reduction Michael Schlumpberger, Ernie Vasquez, Josh Tatman, Staff AutoCAD Drafting, base map preparation $80.00 Ernie Vasquez, Josh Tatman, Staff Office Supervisor $90.00 Michael Schlumpberger, Ernie Vasquez Supervising Land Surveyor $95.00 Michael Schlumpberger Title reports, aerial photogrammetry, potholing, utility tracing Cost+ 5% 10