Loading...
HomeMy WebLinkAbout1998-02-10; City Council; 14553; TO APPROVE AN AGREEMENT WITH DANIEL BOYLE ENGINEERING, INC., TO PROVIDE ENGINERRING SERVICES ON SOUTH AGUA HEDONDA INTERCEPTOR PHASE I, CMWD PROJECT NO. 92-406a u > 0 3 2 .. z 0 c 0 - a A 0 z 3 0 0 I 4 yy: CITY OF CARLSBAD - AGEN A BILL DEPT. HD. 0 6 AB# /$5s TITLE: TO APPROVE AN AGREEMENT WITH DANIEL MTG. 0211 0198 SERVICES ON SOUTH AGUA HEDIONDA INTERCEPTOR C1TY ATTY. DEPT. CMWD CITY MGR. BOYLE ENGINEERING, INC., TO PROVIDE ENGINEERING PHASE I, CMWD PROJECT NO. 92-406,35821 RECOMMENDED ACTION: Adopt Resolution No. 98-34 to approve an agreement with Daniel Boyle Engii Inc., to provide engineering services for the South Hedionda Interceptor Phase I, Project No. 92-405, 35821. ITEM EXPLANATION: The project involves engineering design services to prepare plans and specificatior sewer pipeline and a recycled water transmission main. consists of approximately 1,580 lineal feet of a 24-inch diameter pipeline along Cannc from the Vista/Carlsbad Interceptor Sewer, at the AT&SF Railroad, east to the exis inch diameter sewer installed at Car Country Drive. This pipeline completes the reach SAH4 of the South Agua Hedionda Interceptor Sewer. The proposed recycle transmission main consists of approximately 2,620 lineal feet of 24-inch diameter ( steel pipeline along Cannon Road from Avenida Encinas east to Car Country Drivc pipeline extends recycled water to Interstate 5 for irrigation and to the Encina Powc site. The sewer design portion of the project is being presented to the City Council for and approval. The recycled water design portion of the project is being presentec Carlsbad Municipal Water District for review and approval. The agreement for prof€ services is a three party agreement between the Contractor, the City of Carlsbad i Carlsbad Municipal Water District. Proposals to prepare plans and specifications were received from Daniel Boyle Engir Inc. and O'Day Consultants. District staff reviewed the proposals received and selec firm of Daniel Boyle Engineering, Inc. as the most responsive in meeting the objective: design phase. FISCAL IMPACT: The proposed budget includes pipeline Reaches SAHI, SAH2, SAHT3B and SAHL combined cost for these pipelines is shown below: The proposed sewer ($ E&-i53 0 Page 2 of Agenda Bill 0. ,, Funds in the amount of $5,125,000 have been appropriated in the 1997-98 Sewer Cc Budget for the South Agua Hedionda Interceptor Phase I and Phase II. Therefore tt sufficient funds available for this project. ENVIRONMENTAL REVIEW: The potential impacts of the proposed actions were already evaluated in F environmental document, Carlsbad Ranch EIR 94-01. The proposal is, therefore, wi scope of the prior environmental document, and no new environmental documenta Public Resources Code 21081 findings are required. All feasible mitigation mel identified in the previous EIR 94-01 which are appropriate to this proposal hav incorporated into the project. A Notice of Prior Environmental Compliance will be upon project approval. EXHIBITS: 1. Location Map - South Agua Hedionda Interceptor Phase I, CMWD Project No. 92-L 2. Professional Services Agreement between Daniel Boyle Engineering, Inc., Carlsbad and Carlsbad Municipal Water District. 3. Resolution No. 78-36 to approve an agreement with Daniel Boyle Engineering, provide engineering services for South Agua Hedionda Interceptor Phase I, Project No. 92-406, 35821. DEL NORTE a 0 -I 0 > I- I- C, > I- v) - 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 20 a e EXHIBI' RESOLUTION NO. 98-36 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, TO APPROVE AN AGREEMENT WITH DANIEL BOYLE ENGINEERING, INC. TO PROVIDE ENGINEERING SERVICES ON SOUTH AGUA HEDIONDA INTERCEPTOR PHASE I, CMWD PROJECT NO. 92406,35821 WHEREAS, Requests for Proposals were requested to provide the necess civil design services for preparation of plans and specifications for South A! Hedionda Interceptor Phase I, CMWD Project No. 92-406; and Cannon Road Recyc Water Transmission Main Phase I, CMWD Project No. 88-602; the latter to presented to the Board of Directors of the Carlsbad Municipal Water District for rev and approval, and responses were received from Daniel Boyle Engineering, Inc. O'Day Consultants; and after review of the proposals, the staff recommended Da Boyle Engineering, Inc. based on an evaluation of their approach to design: and WHEREAS, the City Council of the City of Carlsbad, California, has determinc necessary and in the public interest for approval and acceptance of a proposal fi Daniel Boyle Engineering, Inc. to design plans and specifications for South A Hedionda Phase I, CMWD Project No. 92-406; and WHEREAS, funds appropriated in the amount of $5,125,000 have b appropriated in the 1997-98 budget for the South Agua Hedionda Interceptor Phas and the project cost estimated for the civil design services for the South Agua Hedio Interceptor Phase I is $23,435 for engineering services and $2,565 for contingenc therefore, there are sufficient funds available for this project. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the Cit! Carlsbad, California, as follows: 1. That the above recitations are true and correct. 1 * 3 4 5 6 e e 2. That the attached three party agreement between Daniel Boyle Engineer Inc., the City of Carlsbad, and the Carlsbad Municipal Water District be approved ; accepted; and 3. That the Mayor, as representative of the City of Carlsbad, is authorized i directed to execute the proposed agreement between Daniel Boyle Engineering, I 7 8 9 lo 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I, the City of Carlsbad and the Carlsbad Municipal Water District. PASSED, APPROVED AND ADOPTED at a regular meeting of the City COL of the City of Carlsbad, California, held on 10th day of February , I! by the following vote to wit: AYES: NOES: None ABSENT: None Council Members Lewis, Finnila, Nygaard, Kulchin, and Hall ATTEST: R Qa ALETHA L. RAUTENKRANZ, City Cbrk (SEAL) e e AGREEMENT day oi FeL p LC LJ ry , 19x, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation hereinafter referred to as "District", and Danie -, hereinafter referred to as "Contractor." YL THIS AGREEMENT is made and entered into as of the / 0 RECITALS City requires the services of an enaineerina desian Contractor to provide thc necessary enaineerinq services for preparation of Reach SAH4 South Aaua Hediond( InterceDtor Sewer ImDrovement Plans, and District requires the services of < enaineerina desian Contractor to provide the necessary enaineerinq services fc preparation of Cannon Road Recvcled Water Transmission Main Phase I lmorovemer Plans: and Contractor possesses the necessary skills and qualifications to provide th services required by the City and the District; NOW, THEREFORE, in consideration of these recitals and the mutual covenant contained herein, City, District and Contractor agree as follows: 1. CONTRACTOR'S OBLIGATIONS (See attached Exhibit "A".) 1 rev. 01/13/S 0 0 2. CITY OBLIGATIONS The City shall provide all existing street improvement plans for Cannon Road and sewer improvements in Cannon Road. The District shall provide all water and recycled water improvement plans in Cannon Road and contacts for contracts use in acquiring information. 3. PROGRESS AND COMPLETION The work under this contract wiil begin within ten (IO) days after receipt o notification to proceed by the City Engineer or designee and be completed withii seventy (70) calendar days of that date. Extensions of time may be granted I requested by the Contractor and agreed to in writing by the City Engineer or designee. The City Engineer or designee will give allowance for documented and substantiate4 unforeseeable and unavoidable delays not caused by a lack of foresight on the part c the Contractor, or delays caused by City or District inaction or other agencies' lack c timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payabfe for the services to be performed shall be $46.870. If other compensation for services will be allowed except those items covered t supplemental agreements per Paragraph 8, "Changes in Work." The City reserves tt right to withhold a ten percent (10%) retention until the project has been accepted t the City and the District. 2 rev. 01/13/I .. 0 0 .- 5. DURATION OF CONTRACT This agreement shall extend for a period of thittv (30) davs from date thereof. The contract may be extended by the City ManagerlExecutive Manager for one 11' additional one (1) year periods or parts thereof, based upon a review of satisfactor] performance and the City's and the District's needs. The parties shall preparc extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contract0 within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the plans and specification for the desian services the Contractor shall deliver to the City the following items: 1. One set of original mylars containing the plans for the project. 2. One set of specifications for the project. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor ef, th City or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor, the City the District may request a change in contract. Such changes shall be processed by tl City in the following manner: A letter outlining the required changes shall be forward( to the City/District by Contractor to inform them of the proposed changes along with 3 rev. 01/131' 0 e statement of estimated changes in charges or time schedule. A Standard Amendmen to Agreement shall be prepared by the City and the District and approved by the Gib and the District according to the procedures described in Carlsbad Municipal Codt Section 3.28.172. Such Amendment to Agreement shall not render ineffective o invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained anq company or person, other than a bona fide employee working for the Contractor, tc solicit or secure this agreement, and that Contractor has not paid or agreed to pay an company or person, other than a bona fide employee, any fee, commission percentage, brokerage fee, gift, or any other consideration contingent upon, or resultin! from, the award or making of this agreement. For breach or violation of this warrant) the City or the District shall have the right to annul this agreement without liability, or, i its discretion, to deduct from the agreement price or consideration, or otherwis recover, the full amount of such fee, commission, percentage, brokerage fees, gift, ( contingent fee. IO. NONDISCRIMINATION CLAUSE The Contractor shall cornply with the state and federal laws regardir nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the wo as provided for in this contract, the City ManagedExecutive Manager may terminate th 4 rev. 01 /I 31: 0 0 contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) workjng days to deliver said documents owned by the City and the District and all work in progress to the District Enaineer. The District Enaineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contracl completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30 days written notice to the other party. In the event of such suspension or termination upon request of the City or the District, the Contractor shall assemble the work produc and put same in order for proper filing and closing and deliver said product to City o the District. In the event of termination, the Contractor shall be paid for work performec to the termination date; however, the total shall not exceed the lump sum fee payablc under paragraph 4. The City ManagedExecutive Manager shall make the fin; determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under th 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 tF provisions of this contract, shall be reduced to writing by the principal of the Contract[ 5 rev. 01/13/$ -. 0 e of the Ci?y Engineer or designee. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or designee or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (1 0) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council or the Board of Directors for their resolution through the Office of the City ManagedExecutive Manager. The City Council or the Board of Directors may then opl to consider the directed solution to the problem. In such cases, the action of the Citj Council or the Board of Directors shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to then at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City or the Distric must be asserted as part of the contract process as set forth in this agreement and nc in anticipation of litigation or in conjunction with litigation. The Contractor acknowledge that if a false claim is submitted to the City or the District, it may be considered frauc and the Contractor may be subject to criminal prosecution. The Contractc acknowledges that California Government Code sections 12650 et sea., the Falsl Claims Act, provides for civil penalties where a person knowingly submits a false claii to a public entity. These provisions include false claims made with deliberate ignoranc of the false information or in reckless disregard of the truth or falsity of information. 6 rev. 01 /13/S 0 e the City of Carlsbad or the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subjeci the Contractor to an administrative debarment proceeding wherein the Contractor ma) be prevented to act as a Contractor on any public work or improvement for a period o up to five years. The Contractor acknowledges debarment by another jurisdiction i: grounds for the City of Carlsbad or the Carlsbad Municipal Water District to disqualif! the Contractor from the selection process. BpA (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.02€ 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Qk (Initia 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's ow way as an independent Contractor and in pursuit of Contractor's independent callin! and not as an employee of the City or the District. Contractor shall be under control t the City and the District only as to the result to be accomplished, but shall consult wii the City and the District as provided for in the request for proposal. The persons use by the Contractor to provide services under this agreement shall not be consider€ employees of the City or the District for any purposes whatsoever. The Contractor is an independent Contractor of the City and the District. Tt payment made to the Contractor pursuant to the contract shall be the full and comple compensation to which the Contractor is entitled. The City and the District shall n 7 rev. 01/13/! 0 0 make any federal or state tax withholdings on behalf of the Contractor or hidher employees or subcontractors. The City and the District shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or his/her employees or subcontractors. The Contractor agrees to indemnifi the City and the District within 30 days for any tax, retirement contribution, socia security, overtime payment, unemployment payment or workers' cornpensatior payment which the City and the District may be required to make on behalf of thc Contractor or any employee or subcontractor of the Contractor for work done under thi: agreement or such indemnification amount may be deducted by the City and the Distric from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the immigration Reforr and Control Act of 1986 and shall comply with those requirements, including, but nc limited to, verifying the eligibility for employment of all agents, employee: subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to a applicable requirements of law: federal, state and local, Contractor shall provide i necessary supporting documents, to be filed with any agencies whose approval necessary. The City or the District will provide copies of the approved plans to any othl agencies. 8 rev. 0111 31: a 0 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as hereir required are the property of the City and the District, whether the work for which the; are made be executed or not. In the event this contract is terminated, all documents plans, specifications, drawings, reports, and studies shall be delivered forthwith to thl City or the District. Contractor shall have the right to make one (1) copy of the plans fa hislher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the wor pursuant to this contract shall be vested in City and District and hereby agrees ti relinquish all claims to such copyrights in favor of City and District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemntfy and hold harmless the City of Carlsbad and th Carlsbad Municipal Water District and its officers, officials, employees and volunteer from and against all claims, damages, losses and expenses including attorney fee arising out of the performance of the work described herein caused in whole or in pa by any willful misconduct or negligent act or omission of the Contractor, an subcontractor, anyone directly or indirectly employed by any of them or anyone fc whose acts any of them may be liable, except where caused by the active negligencc sole negligence, or willful misconduct of the City of Carlsbad and/or the Catlsba Municipal Water District. Contractor shall at its own expense, upon written request by the City andlor tb 9 rev. 01/13/$ 0 a Carlsbad Municipal Water District, defend any such suit or action brought against the City, and/or the Carisbad Municipal Water District, its officers, officials, employees and volunteers. Contractors indemnification of City and the Carlsbad Municipal Watei District shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monie: due thereunder without the prior written consent of the City and the District. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be perforjned under thi contract by the Contractor, Contractor shall be fully responsible to the City and th District for the acts and omissions of Contractor's subcontractor and of the person either directly or indirectly employed by the subcontractor, as Contractor is for the act and omissions of persons directly employed by Contractor. Nothing contained in thi contract shall create any contractual relationship between any subcontractor c Contractor and the City or the District. The Contractor shall bind every subcontractc and every subcontractor of a subcontractor by the terms off this contract applicable t Contractor's work unless specifically noted to the contrary in the subcontract in questio approved in writing by the City or the District. 21. PROHIBITED INTEREST . No official of the Crty.or the District who is authorized in such capacity on beh of the City or the District to negotiate, make, accept, or approve, or take part negotiating, making, accepting, or approving of this agreement, shall become directly 10 rev. 01/13/! 0 0 indirectly interested personally in this contract or in any part thereof, No officer or employee of the Clty or the District who is authorized in such capacity and on behalf of the City or the District to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of thc City or the District, either before, during or after the execution of this contract, shal affect or modify any of the terms or obligations herein contained &nor entitle thc Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," al terms, conditions, and provisions hereof shall inure to and shall bind each of the partie hereto, and each of their respective heirs, executors, administrators, successors, an assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first writte above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and tf City's conflict of interest code, that the Contractor will not be required to file a conflict interest statement as a requirement of this agreement. However, Contractor herel 11 rev. 011131! 0 a acknowledges that Contractor has the legal responsibility for complying with thc Political Reform Act and nothing in this agreement releases Contractor from thi: responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and an! and all amendments insurance against claims for injuries to persons or damage tc property which may arise out of or in connection with performance of the worl hereunder by the Contractor, his agents, representatives, employees or subcontractor: Said insurance shall be obtained from an insurance carrier admitted aqd authorized b 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 City's policy fc insurance as stated in Resolution No. 91403 and the District's policy for insurance a stated in Resolution No. 772. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limil indicated herein, unless a lower amount is approved by the City Attomey/Generi Counsel or Clty Manager/Executive Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combine single-limit per occurrence for bodily injury, personal injury and property damage. If th submitted policies contain aggregate limits, general aggregate limits shall app separately to the work under this contract or the general aggregate shall be twice tt required per occurrence limit. 12 rev. 01/13/! e 0 -- 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City/District). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 6. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the ffoilowing provisions. 1. The City and the Carisbad Municipal Water District shall be namec as additional insureds on all policies excluding Workers' Compensation an( Professional Liability. 2. The Contractor shall furnish certificates of insurance to the Ci? before commencement of work. 3. The Contractor shall obtain occurrence coverage, excludin Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement an any extension thereof and shall not be canceled without 30 days prior written notice t 13 rev. 01/13/9 0 0 the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. ... ... ..I ... ... ... ... ... ... ... .-- ... ... ... 14 rev. 01 /I 3/! 0 0 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City/District and on behalf of the Contractor in connection with the foregoing are as follows: For City/District: Title William E. Plummer. P.E.. District Enclineer - Name Carisbad Municipal Water District Address 5950 El Carnino Real Carisbad. California 92008 For Contractor: Title Daniel Bovle. P.E.. President Name Daniel Bovle Enaineerina. lnc. Address 3142 Vista Wav. Suite 201 Oceanside. California 92056 ArchitectlLicense Number: c KY ,405 ArchitecVLicense Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for thc duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to c 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 15 rev. 01/13/9 (na e f Cont \ ct 0 @ EXHIBIT "A page I of 1 SCOPE OF WORK CANNON ROAD SEWER AND RECYCLED WATER IMPROVEMENT PLANS Project I: Avenida Encinas to Car Country Drive SCOPE OF WORK -- 1. Overall project management and supervision. lo ESTIMATED MANHOURS") ME SE SUP SUB -- -- I I 2. Meet with District Staff to obtain background -- 2 8 information, record drawings, as-built plans, etc. Contact utilities and obtain information in connection with other underground facilities. AutoCAD base sheets to be used for the pipeline plan and profile construction plans (3 sheets). site to verify existing conditions. Also perform a one day land survey of the project site. construction plans for the sanitary sewer 24-inch diameter pipeline (3 sheets). construction plans for the recycled water 24-inch diameter pipeline (3 sheets). sheets (3 each). 3. Using information obQin in Task No. 2, prepare 1 6 18 - 4. After completion of the base sheets, walk the job - 41 4 , 5. Design and preparation of the pian and profile '3 60 90 6. Design and preparation of the plan and profile 3 60 90 7. Preparation of title sheet and general information I 6 18 8. Preparation of detail sheets (3 each). 2 30 24 9. Preparation of Contract Documents and 2 25 - 10. Submittals to District Staff for review and 2 8 12 Construction Specifications. comments at the 75 and 95-percent completion stages. percent submittal, prepare and submit final signed and sealed Contract Documents, Specifications, Construction Plans and Engineer's Opinion of Construction Cost. throughout thee course of design and preparation of the plans and specifications. 11. After receipt of all District comments on the 95- 2 20 20 12. Miscelianeous meeting with District Staff 4 24 - 13. Preparation of traffic control plans. . -- 1 2 2- TOTAL PROJECT ESTIMATED MANHOURS 30 247 286 PROPOSED FEE 646.870 17 rev. 01/13/! a @ 1 ss. on / gg / beforeme, % ftV#fl J&G7c//d zy/E personally appeared 3&;&& -74L NAME AND TITLE OF OFFICER NAME@) OF SIGNER(S) personally known to me - OR - ’. proved to me on the basis of satisfactory evidence to be the person# whose id-ubscribed to the within instrument and acknowledged to me that he/sbe/tkey executeb the same in his authorized capacity(b), and that by hislhdtheiFsignature@+J on the instrument the personw or the entity upon which the personwacted, executed the instrument. (This area for official notary seal.) Title or Type of Document Date of Document CMWD 88-602 061 1- *. Civil eineering Services 8 CERTIFIED RESOLUTION OF BOARD OF DIRECTORS OF DANIEL BOYLE ENGINEERING, INC. I I, Cathy A. Boyle, Secretary of Daniel Boyle Engineering, Inc., a corporation organizec March 23,1982 and existing under the laws of the State of California, do hereby cew that at a duly convened meeting of the Board of Directors of Daniel kyle Engineering, Inc., held on the 15th day of May, 1995, at the offices of said corporation at 23231 South Pointe Drive, Suite 103, Laouna Hills, CA 92653, the fallowing resolution was dub RESOLVED: That the following company officers are designated and authorized to execute and sigr documents, or to sign the corporate name without limitation, except where othennn'st provided by law, and such execution or signature shall be binding on the corporation: Daniel B. Boyle; President or Thomas 8. Hooker, Jr.; Vice-President IN WITNESS WHEREOF, I have hereunto set my hand as of the 15th day of May, 1995, Cathf A. Boyle, Secfitary 23231 South Pointe Drive, Suite 103 Laguna Hills, CA 92653 (714) 768-2600 i February 19,1998 Daniel Boyle, P.E., President Daniel boyle Engineering, Inc. 3142 Vista Way, Suite 201 Oceanside, CA 92056 RE: CMWD PROJECT NOS. 92-406 AND 88-602 Enclosed for your records are copies of the Carlsbad Municipal Water District Agenda Bill No. 404 and Resolution No. 1,008 approving Project No. 88-602. Also enclosed are copies of Carlsbad City Council Agenda Bill No. 14,553 and Resolution No. 98-36 which approved Project No. 92-406. Additionally, you will find a copy of the signed contract for both project number 88-602 and 92-406. If you have specific questions regarding either of these projects you will need to speak to Mr. William Plummer, Carlsbad Municipal Water District Engineer. Mr. Plummer can be reached at (760) 438-2722. 9 2.M- KATHLEEN D. SHOUP Sr. Office Specialist 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (760) 434-280f