Loading...
HomeMy WebLinkAboutRight-of-Way Engineering Services Inc; 1996-10-08;v e e v January 28,1998 TO: FROM: KAREN KUNDTZ, DEPUTY CITY CLERK William E. Plummer, District Engineer AMENDMENT NO. 2 TO AGREEMENT FOR PREPARATION OF CONSTRUCTI( SURVEY SERVICES FOR MAERKLE RESERVOIR COVER AND LINER, CMWD ! I09 Attachment is the original subject amendment no. 2 for review and signature of L Rautenkranz and Jane Mobaldi. Please return a copy of the fully executed amendmc to Sandy Schuck for further processing. If you have any comments or require any additional information, please contact me ext. 125. Sincerely, &&/:FA WILLIAM E. PLUMMER, P.E. District Engineer WE P : sj s attachment CMWD 98-1 01 I a e t. AMENDMENT NO. 2 TO AGREEMENT da) This Amendment is entered into and effective as of the fi - , 199c, amending the agreement dated October 8,1996 by ar US between the Carlsbad Municipal Water District, a municipal corporation, hereinafter referrec as “District”, and Riqht-Of-Wav Enqineerinq Services, Inc., hereinafter referred to “Contractor” for construction survey services for Maerkle Reservoir Cover and Lin CMWD Proiect No. 90-109. RECITALS WHEREAS, the initial agreement, dated October 8, 1996 identified a scope work for preparation of construction survey services for Maerkle reservoir cover a liner. CMWD Proiect No. 90-109 ; and WHEREAS, the parties to this aforementioned agreement desire to alter scope of work as follows See attached Exhibit “A” ; and WHEREAS, a supplemental scope of work and fee schedule have bc negotiated and agreed to between the parties hereto, and shown on Exhibit “A Scope Services and Fee; NOW THEREFORE, in consideration of these recitals and the mutual covena contained herein, the District and Contractor agree as follows: 1. Contractor shall provide services as outlined on the attached Exhibit “A. 2. District shall pay Contractor for all work associated with Paragraph 1 abo on a time and materials basis not-to-exceed $2.030.00. Contractor shall provide District 01 monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rat and related activities and costs for approval by District. 9/1 li 0 0 3. All other provisions of the aforementioned agreement entered into October 8. 1996, by and between District and Contractor shall remain in full force and effect. 4. All requisite insurance policies to be maintained by the Contractor SI include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRR a municipal corporation of the State RIGHT-OF-WAY ENGINEERING, INC. California (name of Contractor) By: By: CECIL E. RYALS, P.L.S., President (print namehitle) ATTEST: By: (sign here) (print nameltitle (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporation: only one officer signs, the corporation must attach a resolution certified by the secretar assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: CMWD 90=109 9/ 1 EXHIBIT " (page 1 of 0 0 SCOPE OF WORK PROJECT: SITE TOP0 AND BASE MAPPING AT THE WESTERLY END APPLEWOOD LAND EASTERLY OF SEQUOIA CREST F MAERKLE RESERVOIR ACCESS ROAD APPROACH AND WE CONSTRUCTION 1. SCOPE OF WORK HOURS rn 1. Perform a site top0 survey tied to 8 $1,08( subdivision boundary. 2. Prepare base mapping at a scale of 1" = 20' with spot elevations. 10 6% 3. Note Reduction 2 15( 4. Supervision and coordination 2 15( TOTAL (TIME AND MATERIAL) NOT TO EXCEED $2,03( A' 0 0 STATE OF CALIFORNIA 1 \ss. U COUNTYOF %d D/es 1 e-. -. E@ 7- 22 /%w4 /?%,m%W NAME AND TITLE OF OFFICER On {h$& before me, personally appeared personally known to me - OR - *a tn the within instrument and acknowledqed to me that helshelthew L €q /VH LS NAME@) &SIGNER(S) .. --(-bi \lGllt. - (This area for official notary seal.) Title or Type of Document .;r 2 i-3 AGA?EZZ~Ofd7- Date of Document Signer(s) other than named above No. of Pages CMWD 90-1 09 c 0 e RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGfIT-OF-NAY ENGINEERING SERVICES, INC. A California Corporation The uridersiyned, being all of the Directors ofi- RIGHT-OF ENGINEERING SERVICES, INC., A California Corporation, by writing approve the following resolutions and consent to t adopt i 011 : WHEREAS, the Board of Directors of this Corporation des to yKant Lo the OfEicers oE this Corporation, the power to exe all corporate iimtrumeiits and documents, or to siqnt the corpo name without limitation, each acting alone and without approva signature of any other corporate officer. NOW, THEREFORE, BE IT RESOLVED, that CECXL E. RYALS is he author-izctl and directed to act alone in signing any and corporate documents of any Iciud or nature, and/or re1 instrurneiits, for lhe belief it of the Corporation, on such terms conditions as CECIL E. RYALS, in his sole discretion, d advisable and in the best interest of the Corporation. I , This consent is executed pursuant to subdivision (b Section 307 of the California Corporations Code, and is to be f with the Minutes of Board proceedings. Executed effective January 1, 1990. * -. JZ!Z.& / CECIL 4. R Director l ! i I Director I I , * e 0 .. W Wo) OQ: uw 2 ILV 0 Ir. OW a Q w- w t-cr) 032 WW 20 063 ww (Lw UI- z MU LUW JU L4E 0 a WJ t- 0 WQ WW 363 20 EW -2 2 we * ww DIZ Wcr) mu0 . 23 H OLLO, ZHO rDv- er- WNWN rlb Ur-LV Wtkl 1111 *mp:o1 a-o-- mrl w *tu \ > -0 t- lx v-a o w 91 z ZUh - 0 a June 11,1997 TO: FROM: Bill Plummer, District Engineer KAREN KUNDTZ, DEPUTY CITY ATTORNEY AMENDMENT NO. 1 TO AGREEMENT DATED 10/8/96 FOR MAERKLE RESERVl COVER AND LINER, CMWD PROJECT NO. 90-109 Attached is the subject Amendment No. I to the agreement dated 10/8/96 preparation of construction survey services to Maerkle Reservoir Cover and Lit Please obtain signatures of Secretary and General Counsel. Please return a cop! fully executed amendment to Sandy Schuck for further processing with contractor l purchasing department. If you have any comments or require any additional information, you may reach mt ext. 126. Sincerely, M6 ' 5P& WILLIAM E. PLUMMER, P.E. District Engineer WEP:sjs attachment CMWD 90-109 $.: $52 m dALp2 F 0 0 AMENDMENT NO. I TO AGREEMENT This Amendment is entered into and effective as of the dab p& , 199/9, amending the agreement dated October 8,1996 by between the Carlsbad Municipal Water District, a municipal corporation, hereinafter referre as “District”, and Riqht-of-Wav Enqineerinq Services, Inc. , hereinafter referred to “Contractor” for construction survev services for Maerkle Reservoir Cover and Li CMWD Project No. 90-109. RECITALS WHEREAS, the initial agreement, dated October 8, 1996 identified a stop( for preparation of construction survev services for Maerkle Reservoir Cover g work Liner, CMWD Proiect No. 90-109 ; an WHEREAS, the parties to this aforementioned agreement desire to alter scope of work as follows See attached Exhibit “A” ; and WHEREAS, a supplemental scope of work and fee schedule have b negotiated and agreed to between the parties hereto, and shown on Exhibit “A Scopt Services and Fee; NOW THEREFORE, in consideration of these recitals and the mutual coven: contained herein, the District and Contractor agree as follows: 1. Contractor shall provide services as outlined on the attached Exhibit “A’. 2. District shall pay Contractor for all work associated with Paragraph 1 abc on a time and materials basis not-to-exceed $ 5,000.00 . Contractor shall provide District c monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly ra and related activities and costs for approval by District. 9/11 0 0 3. All other provisions of the aforementioned agreement entered into October 8. 1996, by and between District and Contractor shall remain in full force and effecl 4. All requisite insurance policies to be maintained by the Contractor I include coverage for the amended assignment and scope of work. Acknowledged and Accepted: CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTR RIGHT-OF-WAY ENGINEERING, INC. a municipal corporation of the State California (name of Contractor) BY:^/^+&- By: CECIL E. RYALS, P.L.S., President (sign here) (print namehitle) ATTEST: By: (sign here) I (print n a me/t i tle (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporation only one officer signs, the corporation must attach a resolution certified by the secretar assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL General Counsel By: CMWD 90-109 9/1 0 EXHIBIT "A" .* Right-Of- Way ring Services, Inc. MAY 16, 1997 MR. BILL LOPEZ CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMIYO REAL CARLSBAD, CA. 92008 SUBJECT: MAERKLE RESERVOIR EXTRAS DEAR BILL, AS SUBJECT PROJECT NEARS COMPLETION, I HAVE REVIEWED OUR BUDGET A THE REMAINING FUNDS TO COMPLETE THE SAME. AT YOUR DIRECTION, WE HAVE PERFORMED A NUMBER OF TASKS AND RESTAX DUE TO DESIGN AND FIELD CHANGES TO FACILITATE THE TIMELY COMPLETI OF THIS PROJECT. AS A RESULT OUR REMAINING FUNDS +$5000.00 IS N ENOUGH TO COMPLETE THE TASKS REMAINING. IT HAS BEEN DETERMINED THAT IT WILL TAKE AN ADDITIONAL $5000.00 BRING OUR WORK TO 100% COMPLETION. YOUR CONSIDERATION IN HONORING THIS CHANGE ORDER REQUEST WILL GREATLY APPRECIATED. THE EXTRA TASKS PERFORMED ARE AS FOLLOWS; 1. RESTAKE AND REDESIGN SLOPES ON WESTERLY SIDE TO CLEAR EXISTING STREET, STRUCTURES AND TREES. 2. STAKE DAY LIGHT LINE WITHIN RESERVOIR, STAKES WERE PLACED AT ALL INTERSECTING FINISH CONTOUR LINES. 3. TRANSFER LINE AND GRADE STAKES ON EASTERLY AND NORTHERLY PERIMETER TO SHORTEN OFFSETS FOR CONSTRUCTION OF ACCESS ROAD AND DITCH. 4. REDESIGN OUTLET STRUCTURE, PIPES AND BOXES TO FIT MODIFIED BOTTOM OF DAM. 5. RESTAKE PERIMETER WATERLINE DUE TO PLAN COORDINATE DISCREPANC THANK YOU FOR YOUR CONSIDERATION IN THIS MATTER. SINCERELY, C\CAlUSBWRO- '* PRESIDENT CECIL *:- 4%:s. E. RY 4167 Avenida de la Plata Suite 114 Oceanside, CA 92056 (760) 732-1366 FAX (760) 73 * e 0 t RESOLUTIONS AJIOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIGHT-OF-WAY ENGINEERING SERVICES, INC. A California Corporation The undersj.yned, being all of the Directors of RIGHT-0 ENGINEERING SERVICES, INC., A California Corporation, by writing approve the following resolutions and consent to ado p t i on : ~ WHEREAS, the Board of Directors of this Corporation de to gLant to the OEficers of this Corporation, the power to ex all corporate i~ist~uunierits and documents, or to sign the corp name without limitation, each acting alone and without approv signature of any other corporate officer. NOW, THEREFORE, BE IT RESOLVED, that CECIL E. RYALS is h authuriectl and directed to act alone in signing any anc corporate documents of any kind or nature, and/or re instruments, for Lhe benefit: of the corporation, on such term conditions as CECIL E. RYALS, in his sole discretion, advisable and in the best interest of the Corporation. This consent is executed pursuant to subdivision (I Section 30'1 of the California Corporations Code, and is to be with the Minutes of Board proceedings. Executed effective January 1, 1990. L-flgZ.4 CECIL RY Director I - / TAN '*cJ 4 ZA- G. DUANE NIkON Director I # e 0 1 STATE OF CALIFORNIA COUNTY OF ss . On before me, -!? iy -- teC?,'L .L.- K/.L L personally appeared NAME(S) OF SIGNER@) personally known to me - OR - .. proved to me on the basis of satisfactory evidence to be the person(s) whc islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upc which the person(s) acted, executed the instrument. SANDRA J. SCHUCK COMM. #lW132Q Notary PMic - Callftmia SiRI DIEGO CQUNW . - --~FJW--- -4 hand and official seal. comm. €pirm8eT 33.1 w (This area for official notary seal.) Title or Type of Document Date of Document Signer(s) other than named above No. of Pages CMWD 90-109 06/ i a e October 11 , 1996 TO: FROM: KAREN KUNDTZ, DEPUTY CITY CLERK William E. Plummer, District Engineer AGREEMENT FOR LAND SURVEYING SERVICES FOR MAERKLE COVER AP LINING, CMWD PROJECT NO. 90-109 Attached is the original subject agreement executed by the Consultant. Please obt: signatures of the President of the Board of Directors, the Secretary of the Board Directors, and the Deputy General Counsel. Please return a fully executed copy of tl agreement to the Sandy Schuck at CMWD Engineering Department for furth processing with purchasing and consultant. The agreement was approved and authorized at the Board of Directors Meeting October 1 , 1996, by Agenda Bill No. 344 and adopted by Resolution No. 958. If y' have any comments or require any additional information, please give me a call. Sincerely, d5l72Pa WILLIAM E. PLUMMER, P.E. District Engineer WEP:sjs CMWD 90-109 0 0 1. -4 ., .. . AGREEMENT THIS AGREEMENT, made and entered into as of the 8TH day OCTOBER , 19 96 , by and between the CARLSBAD MUNICIPAL WATE DISTRICT, a municipal corporation, hereinafter referred to as "District", and RlGH OF-WAY ENGINEERING SERVICES, INC., hereinafter referred to as "Contractor." RECITALS District requires the services of a Land Surveying land surveying Contractor to provide the necessary services for preparation of construction survey services for Maerkle Reservc Cover and Liner, CMWD Proiect No. 90-109; and Contractor possesses tl necessary skills and qualifications to provide the services required by the District; NOW, THEREFORE, in consideration of these recitals and the muti covenants contained herein, District and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS See Exhibit "A" attached hereto and made a part hereof. 1 rev. 3/25 0 0 '. - .. 2. DISTRICT OBLIGATIONS The District shall provide improvement plans of Maerkle Cover and Lin CMWD Project No. 90-109. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt notification to proceed by the District and be completed within di of that date. Extensions of time may be granted if requested by the Contractor a agreed to in writing by the District Engineer . The District Engineer will give allowance for documented and substantiated unforeseeable and unavoidal delays not caused by a lack of foresight on the part of the Contractor, or delays caus by District inaction or other agencies' lack of timely action. 4. 730 FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $ 32,660.00 No other compensation for services will be allowed except those items covered supplemental agreements per Paragraph 8, "Changes in Work." The District resen the right to withhold a ten percent (10%) retention until the project has been accepl by the District. Incremental payments, if applicable, should be made as outlined in attact- Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of 730 calendar days fr rev. 3l2f 2 0 0 . &o -. ., date thereof. The contract may be extended by the Executive Manager for additional one (I) year periods or parts thereof, based upon a review of satisfactc performance and the District's needs. The parties shall prepare extensions in writi indicating effective date and length of the extended contract. 6. PAYMENT OF FEES N/A Payment of approved items on the invoice shall be mailed to the Contrac within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within N/A days of completion and approval of the District Enqinc the Contractor shall deliver to the District the following items: 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or 1 District, and informal consultations with the other party indicate that a change in 1 conditions of the contract is warranted, the Contractor or the District may reques change in contract. Such changes shall be processed by the District in the follow manner: A letter outlining the required changes shall be forwarded to the District Contractor to inform them of the proposed changes along with a statement of estimai changes in charges or time schedule. A Standard Amendment to Agreement shall prepared by the District and approved by the District according to the procedur described in Carlsbad Municipal Code Section 3.28.172. Such Amendment Agreement shall not render ineffective or invalidate unaffected portions of ' agreement. rev. 312: 3 e 0 '. -. ., 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained a company or person, other than a bona fide employee working for the Contractor, solicit or secure this agreement, and that Contractor has not paid or agreed to pay a company or person, other than a bona fide employee, any fee, commissic percentage, brokerage fee, gift, or any other consideration contingent upon, resulting from, the award or making of this agreement. For breach or violation of tl warranty, the District shall have the right to annul this agreement without liability, or, its discretion, to deduct from the agreement price or consideration, or otherwi recover, the full amount of such fee, commission, percentage, brokerage fees, gift, contingent fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regardi nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the w( as provided for in this contract, the Executive Manager may terminate this contract nonperformance by notifying the Contractor by certified mail of the termination of 1 contractor. The Contractor, thereupon, has five (5) working days to deliver s documents owned by the District and all work in progress to the District Engineer The District Engineer shall make a determination of fact based upon i documents delivered to District of the percentage of work which the Contractor t performed which is usable and of worth to the District in having the contract completl rev. 312: 4 e 0 8. -. .. Based upon that finding as reported to the Executive Manager, the Manager sh determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (2 days written notice to the other party. In the event of such suspension or terminatic upon request of the District, the Contractor shall assemble the work product and F same in order for proper filing and closing and deliver said product to District. In t event of termination, the Contractor shall be paid for work performed to the terminati date; however, the total shall not exceed the lump sum fee payable under paragraph The Executive Manager shall make the final determination as to the portions of tas completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under tt agreement, the following procedure shall be used to resolve any question of fact interpretation not otherwise settled by agreement between parties. Such questions they become identified as a part of a dispute among persons operating under t provisions of this contract, shall be reduced to writing by the principal of t Contractor or the District Enqineer A copy of such document dispute shall be forwarded to both parties involved along with recommended metho of resolution which would be of benefit to both parties. The District Engineer principal receiving the letter shall reply to the letter along with a recommended meth of resolution within ten (1 0) days. If the resolution thus obtained is unsatisfactory to t aggrieved party, a letter outlining the dispute shall be forwarded to the Board Directors for their resolution through the Office of the Executive Manager. The Bo: rev. 3/25 5 0 0 '. .. .. of Directors may then opt to consider the directed solution to the problem. In SUI cases, the action of the Board of Directors shall be binding upon the parties involve although nothing in this procedure shall prohibit the parties seeking remedies availak to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the District must 1 asserted as part of the contract process as set forth in this agreement and not anticipation of litigation or in conjunction with litigation. The Contractor acknowledg that if a false claim is submitted to the District, it may be considered fraud and t Contractor may be subject to criminal prosecution. The Contractor acknowledges tt California Government Code sections 12650 et seq., the False Claims Act, provides ' civil penalties where a person knowingly submits a false claim to a public entity. The provisions include false claims made with deliberate ignorance of the false informati or in reckless disregard of the truth or falsity of information. If the Carlsbad Municii Water District seeks to recover penalties pursuant to the False Claims Act, it is entitl to recover its litigation costs, including attorney's fees. The Contractor acknowledg that the filing of a false claim may subject the Contractor to an administrati debarment proceeding wherein the Contractor may be prevented to act as a Contrac on any public work or improvement for a period of up to five years. The Contrac acknowledges debarment by another jurisdiction is grounds for the Carlsbad Municipl Water District to disqualify the contractor from the selection process. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 32.0; rev. 312: 6 0 0 a. .. L. and 3.32.028 pertaining to false claims are incorporated herein by reference. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractoi own way as an independent contractor and in pursuit of Contractor's independe calling, and not as an employee of the District. Contractor shall be under control of tt District only as to the result to be accomplished, but shall consult with the District i provided for in the request for proposal. The persons used by the Contractor to provic services under this agreement shall not be considered employees of the District for a purposes whatsoever. The Contractor is an independent contractor of the District. The payment ma to the Contractor pursuant to the contract shall be the full and complete compensati to which the Contractor is entitled. The District shall not make any federal or state 1 withholdings on behalf of the Contractor or his/her employees or subcontractors. T District shall not be required to pay any workers' compensation insurance unemployment contributions on behalf of the Contractor or his/her employees subcontractors. The Contractor agrees to indemnify the District within 30 days for s tax, retirement contribution, social security, overtime payment, unemployment paymi or workers' compensation payment which the District may be required to make behalf of the Contractor or any employee or subcontractor of the Contractor for w done under this agreement or such indemnification amount may be deducted by District from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Refc and Control Act of 1986 and shall comply with those requirements, including, but rev. 3/2! 7 0 0 *. .. .. limited to, verifying the eligibility for employment of all agents, employee subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to applicable requirements of law: federal, state and local. Contractor shall provide necessary supporting documents, to be filed with any agencies whose approval necessary. The District will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as her€ required are the property of the District, whether the work for which they are made executed or not. In the event this contract is terminated, all documents, plar specifications, drawings, reports, and studies shall be delivered forthwith to the Distri Contractor shall have the right to make one (I) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the wc pursuant to this contract shall be vested in District and hereby agrees to relinquish claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the Carlsbad Municipal Wa District and its officers, officials, employees and volunteers from and against all clain damages, losses and expenses including attorney fees arising out of the performan of the work described herein caused in whole or in part by any willful misconduct rev. 3/25 8 0 0 a. .. .. -. negligent act or omission of the contractor, any subcontractor, anyone directly 1 indirectly employed by any of them or anyone for whose acts any of them may be liabl except where caused by the active negligence, sole negligence, or willful misconduct the Carlsbad Municipal Water District. Contractor shall at his own expense, upon written request by the District, defer any such suit or action brought against the District, its officers, officials, employees ar volunteers. Contractor's indemnification of District shall not be limited by any prior subsequent declaration by the contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any moni due thereunder without the prior written consent of the District. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under tt contract by the Contractor, Contractor shall be fully responsible to the District for t acts and omissions of Contractor's subcontractor and of the persons either directly indirectly employed by the subcontractor, as Contractor is for the acts and omissions persons directly employed by Contractor. Nothing contained in this contract st create any contractual relationship between any subcontractor of Contractor and 1 District. The Contractor shall bind every subcontractor and every subcontractor o subcontractor by the terms of this contract applicable to Contractor's work unlc specifically noted to the contrary in the subcontract in question approved in writing the District. rev. 312: 9 0 0 21. PROHIBITED INTEREST No official of the District who is authorized in such capacity on behalf of tt District to negotiate, make, accept, or approve, or take part in negotiating, makin accepting, or approving of this agreement, shall become directly or indirectly interest€ personally in this contract or in any part thereof. No officer or employee of the Distri who is authorized in such capacity and on behalf of the District to exercise a executive, supervisory, or similar functions in connection with the performance of tt contract shall become directly or indirectly interested personally in this contract or a part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of t District, either before, during or after the execution of this contract, shall affect modify any of the terms or obligations herein contained nor entitle the Contractor to s additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," terms, conditions, and provisions hereof shall inure to and shall bind each of the part hereto, and each of their respective heirs, executors, administrators, successors, E assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first writ above. rev. 3/21 10 .. a 0 25. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the Secretary accordance with the requirements of the District's conflict of interest code incorporatir Fair Political Practices Commission Regulation 18700 as it defines "consultant." Tt disclosure category shall be categories 26. INSURANCE NIA The Contractor shall obtain and maintain for the duration of the contract and a and all amendments insurance against claims for injuries to persons or damage property which may arise out of or in connection with performance of the wc hereunder by the contractor, his agents, representatives, employees or subcontracto Said insurance shall be obtained from an insurance carrier admitted and authorized do business in the State of California. The insurance carrier is required to have current Best's Key Rating of not less than "A-:V" and shall meet the District's policy insurance as stated in Resolution No. 772. A. Coverages and Limits. Contractor shall maintain the types of coverages and minimum lin indicated herein, unless a lower amount is approved by the General Counsel Executive Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combir single-limit per occurrence for bodily injury, personal injury and property damage. If submitted policies contain aggregate limits, general aggregate limits shall at separately to the work under this contract or the general aggregate shall be twice required per occurrence limit. rev. 312 I1 0 0 2. Automobile Liability (if the use of an automobile is involved f contractor's work for the District). $1,000,000 combined single-limit per accident f bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workei Compensation limits as required by the Labor Code of the State of California ai Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate the contractor's profession with limits of not less than $1,000,000 per claim. Covera! shall be maintained for a period of five years following the date of completion of tl work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under tt agreement contain, or are endorsed to contain, the following provisions. 1. The District shall be named as an additional insured on all polici excluding Workers' Compensation and Professional Liability. 2. The contractor shall furnish certificates of insurance to the Dish before commencement of work. 3. The contractor shall obtain occurrence coverage, excludi Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreemt and any extension thereof and shall not be canceled without 30 days prior writ1 notice to the District sent by certified mail. rev. 3/25 12 0 0 e. .. -* 5. If the contractor fails to maintain any of the insurance coverage required herein, then the District will have the option to declare the contractor i breach, or may purchase replacement insurance or pay the premiums that are due o existing policies in order that the required coverages may be maintained. Th contractor is responsible for any payments made by the District to obtain or maintai such insurance and the District may collect the same from the contractor or deduct th amount paid from any sums due the contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receik written notice on behalf of the District and on behalf of the Contractor in connectic with the foregoing are as follows: For District: Title Robert J. Greanev, General Manaqer Name Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, California 92008 For Contractor: Title Cecil E. Rvals, P.L.S., President Name Address Riq h t -of -Way Enqi nee ri nq , I nc. 41 67 Avenida de la Plata, Suite 11 4 Oceanside, California 92056 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for tl duration of the contract. rev. 3/25, 13 ... 0 0 29. ENTIRE AGREEMENT ... This agreement, together with any other written document referred to ( contemplated herein, embody the entire agreement and understanding between th parties relating to the subject matter hereof. Neither this agreement nor any provisio hereof may be amended, modified, waived or discharged except by an instrument I writing executed by the party against which enforcement of such amendment, waiver ( discharge is sought. Executed by Contractor this 8TH day of OCTOBER ,I9 96 . CONTRACTOR: CARLSBAD MUN IC1 PAL WATE EN GIN E E RI NG, I NC. RIGHT-OF-WAY (name of Contractor) (print namehitle) ATTEST: By: ALETHA L. RAUTENKRANZ \ (sign here) Secretary (print nameltitle) (President or vice-president and secretary or assistant secretary must sign for corpor tions. If only one officer signs, the corporation must attach a resolution certified by tt secretary or assistant secretary under corporate seal empowering that officer to bir the corporation.) APPROVED AS TO FORM: 4f+ -6 -f%p&y General Counsel rev. 31251 14 0 0 STATE OF CALIFORNIA 1 COUNTY OF - 1 ss. 4 (17, /-Tec%& On 66x g /f% before me, 5%d-L4 IL personally appeared CECIL E gy&Ls NAME AND TITLE OF OFFICER DATE/ NAME(S) OF SIGNER(S) Hpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person name@) idare subscribed to the within instrument and acknowledged to me that hekhehhey executed the his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person@), or the c behalf of which the person@) acted, executed the instrument. Comm 81054678 WITNESS my hand and official seal. (This area for official notary seal.) Title or Type of Document [ f7 rt’ s i) W-mT &&C%~L+&=zJ-- Date of Document oc~z @&h- $? /99L NO. of Pages /.y Signer@) other than named above CMWD 90-1 09 061 0 0 .. .- ’ .. ”_ Right-Of- Way ering Services, Inc. JULY 31, 1996 MR. WILLIAM PLUMMER, P.E. DISTRICT ENGINEER CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CA. 92008 SUBJECT: PROPOSAL FOR CONSTRUCTION SURVEY SERVICES FOR MAERKLE RESERVOIR COVER AND LINER. DEAR MR. PLUMMER: PER YOUR REQUEST, I HAVE REVIEWED SUBJECT PLANS AND PREPARED ESTIMATE OF COSTS AND SCOPE OF WORK. THE FOLLOWING SCOPE OF WORK IS BASED ON MY UNDERSTANDING OF T TASKS TO BE PERFORMED AND IS SUBJECT TO YOUR APPROVAL. PLEASE FE FREE TO DELETE FROM OR ADD TO SUBJECT SCOPE. I. SCOPE OF WORK TASK HOURS COS? 1. PROVIDE ROUGH GRADE SLOPE STAKES FOR 24 $ 3,180. PERIMETER ROAD AND PERIMETER DITCH. 2. PROVIDE ROUGH GRADE SLOPE STAKES FOR 40 5,300. ACCESS ROAD, RING WALL AND DITCHES A, B AND C. 3. PROVIDE ROUGH GRADE SLOPE STAKES FOR 24 3,180. GRADTNG OF RESERVOIR. 16 2,120. 4. STAKE STORM DRAIN (DOWNSTREAM OF DAM) AND ALL CLEANOUTS. STAKES TO BE PLACED AT 25 FOOT INTERVALS. GRADE BREAKS AND STRUCTURES. 5. FLAG OUT AREAS OF COASTAL SAGE CLEARING LIMITS AND ANY OTHER AREAS DEEMED ENVIRONMENTALLY SENSITIVE. 8 1,060, EXHIBIT “A” (page one of two) 4167 Avenida de la Plata Suite 114 Oceanside, CA92056 (619) 732-1366 FAX (619 0 0 e, _. ‘. 6. STAKE FINISH GRADE CONTOURS WITHIN 24 3,180. RESERVOIR AND CERTIFY FINISH GRADE PRIOR TO PAVING. 7. STAKE FINISH GRADE RING WALL, ACCESS 24 3,180. ROAD AND DITCH. 80 STAKE FINISH GRADE PERIMETER ROAD 24 3,180. I AND DITCH 9. STAKE AND GRADE 6” STEEL WATERMAIN. 8 1,060.( 10. STAKE AND GRADE LOCATION OF WASHDOWN 8 1,060.1 HYDRANTS, VAULTS, INLET AND OUTLET STRUCTURES AND PIPING. 11- STAKE LOCATION OF INFLIkTJQN HATCHES. 8 l;Q6c!.( 13. SUPERVISION, COORDINATION AND MEETINGS 16 1,200.1 120 OFFICE CALCULATIONS AND GRADE SHEETS. 60 3,900.1 TOTAL TIME AND MATERIALS (NOT TO EXCEED) $32,660 . ( PI. LIMITS OF WORK THE ABOVE ESTIMATE IS BASED ON ONE SET OF STAKES FOR EACH TASE STAKES LOST DUE TO NEGLIGENCE BY CONTRACTOR SHALL BE REPLACED I OUR STANDARD BILLING RATE AND ONLY IF AUTHORIZED BY THE DISTRICT C ITS REPRESENTATIVE. SURVEY REQUEST WILL BE PROVIDED TO THE DISTRICT AND ALL REQUESl WILL BE RESPONDED TO WITHIN 48 HOURS MAXIMUM AND USUALLY WITHIN 2 HOURS IF NEEDED. AN IN HOUSE CREW WILL BE AVAILABLE FOR EMERGENCY SHORT NOTICE CAI OUTS DURING NORMAL WORKING HOURS. 111. HOURLY RATES DISCIPLINE HOURLY RATE 2 ,DE5!sON ST-F.VFY raEY $132.50 OFFICE LAND SURVEYOR/ COMPUTER TECHNICIAN $ 65.00 PRINCIPAL LAND SURVEYOR $ 75.00 SINCERELY, J PRESIDENT EXHIBIT “Ayy (page two of two) C,\CARLSBU’RO\MAE.Pl 0 0 .. _- 1 RESOLUTIONS ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF RIMIT-OF-WAY ENGINEERING SERVICES, INC. A California Corporation The undel:sj.yned, being a1 1 of the Directors of RIGHT-OF ENGlNEERfNG SERVICES, INC., A California Corporation, by writing apl?lrove the following resulutions arid consent to t adoptiori: WIIEREAS, the Board of Directors of: this Corporation des to grant to Lhe Officers of this Corporation, the power to exe all corporate iusti-urnelits and documents, or to si911 the corpo name t1.i tiiout 1 imi tatiori , each acting alone and without approva signature of any other corporate officer. , NOH, 'L'IIEREFOIIE, BE IT RESOLVED, that CECIL E. RYALS is he authori.zctl and directed Lo act alone in signing any and corporate doriuinent:s of any kind or iiature, and/or re1 instrumelits, for the benefit of the Corporation, on such terms conditions as CECIL E. RYALS, in his sole discretion, d advisable and in the best interest of the Corporation. This consent is executed pursuant to subdivision (b' Section 30'1 of the California Corporations Code, and is to be f with the Minutes of Board proceedings. Executed effective January 1, 1990. <cdg2i .Director G. DUANE NIkON Director 0 e -. 1 .- - u-0 2 PRQDUCER cavignac & A~SQQI~~~S 501 West Broadw8Yr Suaa E340 S& Diego CA 92301-3505 Rebecca S. WoodWudr CIC ~a 619-234-6848 FuNo. 613-234-8601 INSURE0 RIGHT-OF-WAY ENGmmax~ SERVICES 4167 Avenida De La Plata, #114 oceansicis CA 92054 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORN ONLY AND CONFERS NO RIGHTS UPON THE CERflFlCA HOLDER THIS CERTIFICATE DOES NOT AMEND, MTEN ALTER THE COVERAGE AFFORDED BY THE POLICES E COMPANIES AFFORDtNG COVERAGE COMPANY A National Casualty Company B Guaranty National Ins. Co. C Associated International D COMPANY COMPANY COMPANY CBRIFICATE my BE issum OR MAY PERTPJK TI(E INSURANCE AFFORDED 8y THE aausoNs AND CONmno- OF SUCH pou~es UUITS SHOW MAY XAM REEN I co lYPE OF lNsuRAe poucY NUMBER ITR GENERALL.IABlUN A 4 COUMERCIALGENE~ULUAB~LITY AE00001164 1 CWMSWDE a OctXR ~WSLCONTWCTWCS~~~ - - AIITOMO811E LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULEDAVTOS HIREDAUTOS NO"EDAUTOS ~GEUABfUlY ANYAUTO I MEssuABRlfl uMc5 0 0 0 02 0 QMERTI.ULNUMBRELUKHU~ HloRKERs COMPENSATION *No EypLoMRsWUlY THlEPROPWETORl INCL P"pryExHxITM M*IcERse UCL OTHER 2 Professional AEP-452-04s Xiability -SCRlpTIoII OFOPERATIONSROCATI~~ PouaEs DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. REDUCED BY PAID CWMS UNllS wucTvrrcTM PWC~D(PIRATK)N !JAnlUwrwrwl M~Wwnww) GENERALAGGREGATE lS2, 11/29/95 11/29/96 PRODUCTS-COMPMPAOG I $1, EACHOCCURRENCE !SIt RRE DAMAGE (Any om firs) 1 t YEP EXP (~ny one parsen) ' $ I COMBINED SINGLE UMK I PERsONALLADvlNJURY J s 1, jf t BODILY INJURY P-Prron) BODILY INJURY IPrnddat) t PROPERpl DAMAGE 1s AUTO ONLY -EA ACCIDENT 1 $ OlHERTHANAUTOONLY: / EACHACUDEHT S AGGREGATE I t EM;HoccuRRENcE /sl, 11/29/95 11/29/96 AGGREGATE jtl, Retentzon 1s EL EACH ACQDPlf 1s ELDISEASE-WUCYUYlT 1 t EL--EAEMPLOYEEI S 03/02/96 03/02/97 *Limits $1 Deduct. $ 92 NZ-9688-1 F PROPER Each Occurrence Aggregate BODILY INJURY AND PROPE (Combined Single 1 $ $ EXCESS LIABILITY 0 Umbrella Each occurrence 0 other Aggregate kd Workers’Compensation 08/19/88; CONT. Part 2 BODILY INJURY Part1 STATUTORY $ and Employers Liability Each Acddent Disease Each Employee $ Disease - Policy Limit $ e 0 e. - I. * MULTI-PURPOSE ENDORSEMENT In consideration of an additional premium TBD. it is hereby understood and agreed that the following applies: (X ) ADDITIONAL INSURED CARLSBAD WATER DISTRlCT THE CITY OF CARLSBAD idare Additional Insued/s as respects to work done by Named Insured. ( ) PRIMARY COVERAGE With respect to claims arising out of the operation of the Named Insured, such insurance as afforded by this policy is primary and is not additional to or contributing with any other insurance carried by or for the benefit of the above Additional Insureds. ( ) WAIVEROF SUBROGATION It is understood and agreed that the Company waives the right of subrogation against the above Additional Insureds for project described in certificate attached hereto. ( ) CROSS LIABILITY CLAUSE The naming of more than one person, firm or corporation as insureds under this policy shall not, for that reason alone, extinguish any rights of one insured against another, but this endorsement, and the naming of multiple insureds, shall not increase the total liability of the Company under this policy. ( ) NOTICE OF CANCELLATION It is understood and agreed that in the event of cancellation of the policy for any reason other than non-payment of premium, 30 days written notice will be sent to the following by mail: SAME AS ABOVE In the event the policy is cancelled for non-payment of premium, 10 days written notice will be sent to the above. Policy No.: AEO-0001164 Insurance Company: National Casualty Ins. Co. Date: 10/03/96 Effective Date of Endt: 1 1/29/95 Issued to: RIGHT-OF-WAY ENGINEERING SERVICES 9 CERTIFICATE OF INSURANCE Ilb ,#*A SUCH IFiZJRANCE AS RESPECTS THE I IEREST OF THE CERTIFICATE HOLDER hi L NOT BE CANCELED OR TCRMlNATED WlTHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. TGis certifies that: has coverage in force for the following Named Insured as shown below: Named Insured RIGHT OF WAY ENGINEERING SERVICE, INC. Address of Named Insured alfi7 AVRNTl3A nRT,A PT,ATA STJTTE # 1 14 ; O-,: Ca- 92Q5 0 STAT€ FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois. or c] STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois CERTIFICATE HOLDER IS ADDITIONAL INSURED -11n610/04 Signature of Authorized Representative Title Agent's Code Number I Name and Address of Certificate Holder Name and Address of Agent r 1 r CITY OF CARSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CA. 92008 PH. $3 &&2$-2+:0 L _I L CERTIFICATE HOLDER COPY