Loading...
HomeMy WebLinkAbout2000-11-21; City Council; 15965; Carlsbad Bl Realignment Studywo B E 4 . . p 2 6 5 s CITY OF CARLSBAD -AGENDA BILL AB# j5,965 TITLE: MTG. f \-d/&p APPROVAL OF FUNDS AND CONSULTANT CONTRACT WITH URS CORPORATION TO COMPLETE PHASE II OF THE CARLSBAD BOULEVARD REALIGNMENT STUDY DEPT. PLN ‘I& RECOMMENDED ACTION: 1 CITYMW That the City Council ADOPT Resolution No. hobo . _?JL)b I AUTHORIZING the Mayor to execute a consultant agreement contract with URS CORPORATON for the completion of Phase II of the Carlsbad Boulevard Realignment Study, and authorizing the re-appropriation of funds remaining from previous contracts totaling $49,644 from the General Fund contingency account. ITEM EXPLANATION: / On June 16, 1998, the City Council allocated $193,665 to a consultant to perform tasks relating to the Carlsbad Boulevard Realignment Study. The San Diego based consultant, URS GREINER WOODWARD-CLYDE INTERNATIONAL-AMERICAS, INC. (formerly known as Woodward Clyde International-Americas), was tasked with performing Phase I and Phase II of the Study. Phase I was completed and presented to the City Council on January 12, 1999. It focused on environmental constraints, opportunities and feasibilities. Phase II is designed to collect public input regarding potential land uses for surplus land area created by the realignment, and coordinate with affected resource agencies including the State Parks and Recreation Department. The primary Phase II tasks remaining to be completed include financial feasibility assessments for the potential range of land uses as well as final report writing and presentation to the City Council. The original agreement expired on June 16, 1999, and received a ratification to be extended for one additional year (consistent with the terms of the original agreement) until June 16, 2000. As of that date, the Phase II tasks completed include the public scoping components which involved two public input sessions in July and September of 1999. In addition, the City’s Public Works Director has made initial contact with State Parks staff. Upon contract expiration this past June, the remaining runds allotted for the Study ($49,644) rolled into the General Fund. At this time, staff is requesting that these funds be re-appropriated through a new agreement to complete the Phase II tasks. 9 year timeframe is being requested although it is anticipated that the Final Report to the Council will occur near the end of this year or in the early part of 2001. Attached to the City Council Resolution ‘s a Scope of Work that outlines the remaining tasks to be completed as part of Phase II. ENVIRONMENTAL: 9llocating funds to contract with a consultant to conclude this land use/planning study does not -equire environmental review. Prior to the adoption of any specific plan, site plan, or other land use entitlements or designation changes, detailed environmental analysis in form of an Environmental Impact Report will be required in addition to coordination with all affected resource agencies. FISCAL IMPACT: There is an outstanding balance of $49,644 available to complete the Phase II portion of the Study. This balance remains from the original amount of funds allocated by the Council to perform Phase II :asks; no additional money is being requested to complete Phase II. EXHIBITS: 1. City Council Resolution No. do006 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2000-346 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA AUTHORIZING THE MAYOR TO EXECUTE A CONSULTANT AGREEMENT CONTRACT WITH URS CORPORATION TO COMPLETE PHASE II OF THE CARLSBAD BOULEVARD REALIGNMENT STUDY, AND THE APPROPRIATION OF $49,644 FROM THE GENERAL FUND CONTINGENCY ACCOUNT ALREADY ALLOCATED FOR THE ALIGNMENT STUDY CASE NAME: CARLSBAD BOULEVARD REALIGNMENT STUDY follows: The City Council of the City of Carlsbad, California, does hereby resolve as WHEREAS, the City Council has already allocated funds for a consulting agreement to perform Phase II tasks associated with the Carlsbad Boulevard Realignment Study which have a remaining balance of $49,644 within the General Fund; and WHEREAS, the time allowed by previous contract agreements has expired and the terms of said previous contracts prevent further contract extensions, necessitating a new contract to perform work beyond June 16,200O; and WHEREAS, it remains in the best interest of the community to complete the Phase II portion of the Carlsbad Boulevard Realignment Study so that the City Council may receive a Final Report on the matter; and WHEREAS, the requested new contract would allow for a one year maximum time period for the selected consultant to conclude the efforts already initiated for Phase II of the Study. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the above recitations are true and correct. 2. That the consultant fee of $49,644 which has already been allocated by Council and currently resides in the General Fund will be transferred to the Planning Department Miscellaneous Professional Services account. 3. That the consultant agreement contract with URS Corporation is hereby approved and the Mayor and City Clerk are hereby authorized to execute said agreement. 2 1 2 3 4 5 6 7 8 9 10 11 12 r 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Following the Mayor’s signature, the City Clerk is further authorized and directed to forward two (2) copies of said agreement and this resolution to URS CORPORATION. PASSED AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad on the 2lstday of November 2000, by the following vote, to wit: AYES: Council Members Lewis, Hall, Finnila, Nygaard and Kulchin. NOES: None Al-TEST: %m NE M. WOOD, City Clerk (SEAL) -2- 3 THIS AGREEMENT is made and entered into as of the 11th day of December , 2000, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and URS Corporation dba URS Corporation Americas, a Nevada Corp;oratSon, hertinafter referred to as “Contractor.” City requi#!& th& eervk%s of a URS Qxpuration, Gantr&cto~ to provide the necessary Planfiirtg and Engineering services for preparatiin of the completion of Phase II of the Carisb%d Boufevard Realignment Study; and Contsactor poSaoesses the necessary Sk% and qtilifications to provide the services required by the C&y: NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City a#~! Con&&or agree as follows: 1. Complete the teske asso&&xi with Phase II of the Carlsbad Realignment Study as outlined in the attachti $>sNbZt *A”. 2. CITY OBLIGATIONS The City shall provide staff assistance and oversight to the consultant to complete the Phase II tasks. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City and be completed within 365 calendar days of that -1 - rev. 4/24/00 date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Planning Director. The Planning Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CQNT&#KR?~ The total fee pay&& fw the services to be pHformed shall be $49,644.00 as shown on Exhibit “A”. No, other comn n for scarvices WI bca a&wed except those items covered by $u~~~~~ agre@m@@ w Par&graph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accept@I by the City. Incrementat payments, if applicable, should be made as auttined In attached Exhibit “A.” The usia of the Contingerrcy Funds Itsted on Exhibit “A” will be at the sole discretion of the City. Contingency Funds will be utilized only upon Hen authorization from the Planning Difector. Any Contingency Funds not expended wEll be retained by the City. 5. DURATION OF CONTRAGT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the City Manager for one (1) additional one-year periods or parts thereof, based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. -2 - rev. 4/24/00 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. The contract is a flat fee contract and billings will be paid monthly based on work performed during that month as agreed on by the Contractor and the City. 7. FINAL SUBMISSIONS . Within 10 calendar days of completion and approvai of the Final Project Study Report, the Contractor shall deliver to the City the following items: A. B. C. D. Twenty-five (25) bound copies of the Final Project Study Report with all text, graphics and plans; One (1) camera-ready master for black and white copies; One (1) set of full-size mylar reproducible base and constraints exhibit; and One (1) computer disk with the Final Project Study Report with all text, charts, graphics, maps and photographs. 8. CHANGES IN WObrtK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by rev. 4/24/00 -3 - b the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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 fiie 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, the City shall 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 such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. ANTI~DISCRIM~NATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 11. TERMINATION QF CONTRACT In the event of the Contractor% failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the Planning Director. The Planning Director shall make a determination of fact based upon the documents -4- rev. 4/24/00 7 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 contract 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, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contra&or shall be paid for work performed to the termination date; however, the total shall nut exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compenasation to be made. 12. CLAMS AND LAWtNlITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be consldered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its -5 - rev. 4/24/00 8 litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. (lnitiat) d (Initial) The provisions of Car&bad Municipal Code sectlons 3.32025, 3.32026, 3.32.027 and 3.32.028 pertatning to false claims are incorporated herein by reference. zac- (Initiat) (Initial) 13. JIJWWCTIOM The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATlJ$ OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to -6 - rev. 4/24/00 which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the lmmigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORtVttN TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be -7 - rev. 4/24/00 -. executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RtGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in f;asvor of C&y. 18. Contractor zlgre#$ to indemnify and hold hwmless the City of Carlsbad and its officers, offic&&, employees and volunteers from and against all clakns, damages, losses and expenses Mzluding attorneys fees arising out of the performance of the work described h&rein caused by any willful misconduct, or negligent act, or omission of the contractor, any subcontractor, anyone directly or indirectly empltoy-sJd by any of them or anyone for who@ ~$8 any of them may be liable. 19. The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior wr#tten com#?nt of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the 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 contract shall -8 - rev. 4/24/00 create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is author&M Cn such capaMy on behalf of the City to negotiate, make, accept, or approve, or take part in negetiatirrg, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who i-s authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar funcfions in mnection with the performance of this contract shall become directly or indkectty Interested personally in this contract or any part thereof. 22. VERBAL A@RE@MENY‘ W? CONVERSATION No verbat agreement or conversation with any officer, agent, or employee of the City, either before, during or a&r the execution of this contract, sha4l affect or modify any of the terms or obt@ations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASStGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. rev. 4/24/00 -9 - - - 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that th& Cantractor wiil not be required to file a conflict of interest statement as a requiremeflt of this 6tgreem@flt. However, Contractor hereby acknowledges that Contpactor has the lega! r~pons5bility f&r complying with the Political Reform Act and nothing in this a@@ement asas Con&actor from this responsibility, 26. The Contt%#ctor shall obtain and maintain for the duration of the contract and any and all ameindm@n& insurance against claims for injuries to perWns or damage to property which may arise out of or in connection with pert&mane@ of the work hereunder by the Contractor, his agents, representatives, emp#oy@e$ or subcontractors. Said insurance sh&H be obtained from an insurance carrier admitted and authorized to do business in the State of Cal&r&. The insurance car&~ is required to have a current Best’s Key Rating of not I;$ than “A-V’ and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveranes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: -lO- rev. 4/24/00 13 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile LiaMlty (If the ~$8 of an automobile is involved for Contractor’s work for the City). $‘l,O0O,OOO combined single-limit per accident for bodily injury and property e. 3. Wtxiwm” Compen&Mon and EmptOyer% Liability. Workers’ Compensation MM& as required by the Labor Code of the State of @alifornia and ility limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions IiiMRity appropriate to the contractor% profession with limits of not less than $1,000,000 per claim. Coverage shall be maintak’red for a period of five years following the date of completion of the work. B. . Contractor shalf ensure that the poticies of insur%mce required under this agreement contain, or are endorsed to ccnt&n, the fotiowtng provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. -11 - rev. 4/24/00 I+ 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor f&s to r%a@Min any of the insurance coverages required herein, then the City will have the optton to declare the Contractor in breach, or may purchase rep@ nt insurancca or pay the pwmiums th& are due on existing policies in order t&H the re@red covem may be maintained. The Contractor is responsible t&r &!n~ payments made by the City to obtain or main&&i such insurance and the City may cotkct the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. The name of the persons who are authorized to give writ&n no&~# or to receive written notice on behetf of the C&y and on behalf of the ConWctor in connection with the foregoing are &g foJlows: For City: TRtB Name Senkr Pkgggg. ~~ t For Contractor: Address Title Name Address 1635 Faradav Avenue Carlsbad CA 92008-7314 Proiect Manaqer Bill Maqdvch. PhD 1615 Murrav Canvon Road, Suite 1000 San Dieqo CA 92108 -12 - rev. 4/24/00 / 5 Architect/License Number: Architect/ License Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, ak%+g with the purchase order for this contraot and its provisions, embody the entire agreement and u~~~~~~d~ between the parties relating to the subject matter hereof. fn case of conflict, the terms of the agreement supersede the purchase order. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing exec&#tti by the party against which enforcement of such amendment, waiver or discharge is %ought. Executed by Cor%tractor this day of ,-“~ -- ,-- - ~A~~w,~ --. . . Y . . . .- . . . . 1.-v- (print npme/tit@) City C&k 7 (Proper notarial acknowledgment of execution by Contractor must be attached. -13 - rev. 4/24/00 - Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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: -14 - rev. 4/24/00 -. State of California County of San Diego . On /&,~y-j-- 21, 2000 b f e ore me, Carolyn J. Washington, personally / appeared l-m a. jhbFECr personally known to me . . (3 ) to be the personp whose narneM is/= subscribed to the within instrument and acknowledged to me that heIshe/tky executed the same in hisk&hek authorized capacity@+, and that by his/her/their ,signature@ on the instrument the person@& or the entity upon behalf of which the person($) acted, executed the instrument. WITNESS my h&d and official seal.’ Signature ALL-PURPOSE ACIUUOWLEDGMENT l ~~~~-o-*-~-~-~-e~m-~-*~~I)~~*~o~ e-a State of California County of + A4r;l EAI A @--J F”x 1 ’ L ,sF~~* ’ /z? PU mm ePs7QcJ + SIGNER(S) D personally.&cc~wn to me - OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. NOTARY’S SIGNATURE OPTIONAL INFORMATION The information below is not rccpirecl by law. However, it could prevent fraudulent attachment of lhis acknowl- cdgmcnt Lo an unauthorizcd document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTIONOFATTACHEDDOCUMENT 0 0 Cl 0 III 0 0 KNDXWDUAL CORPORATE OFFICER TJTLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) ATTORNEY-IN-FACT NUMBER OF PAGES TRUSTEE(S) GUARDIAN/CONSERVATOR DATE OF DOCUMENT OTJ-JER: .i . OTHER . ?! 1 SIGNER IS REPRESENTING: NAME OP PERSON(S) OR ENllTY(lES) . *I a RJGHT THUMBPRINT f OF 0” E SIGNER 2 -b ‘j *, B I- \ l -O-0~ 0-0-0-0~ o-o- 0-o-m ~o-m-*~o-o-o 3 P-. APA Y’X VALLEY-SIERRA, 800-362-3369 ‘c.. ,._ 19 a, \ EXHIBIT “A” CARLSBAD BOULEVARD REALIGNMENT STUDY PHASE II COST OUTLINE TASK 2.1 Land Use Economic Study Land Use Alternatives Economic Feasibility Evaluation Matrix/Assessment Market Analysis Financial Feasibility Alternative Project Financing Opportunities COST $17,966.00 2.2 Draft Phase II Study Report $20,678.00 2.3 Presentation to Planning Staff of Draft Report 2.4 Revised Phase II Study Report $2,000.00 $3,000.00 2.5 City Council Meeting/Presentation $2,000.00 2.6 Final Report w/any Council changes 2.7 Contingency Fund $2,000.00 $4,000.00 TOTAL $49,644.00 All tasks noted above are based on descriptions contained in the project’s Technical Proposal submitted by the Consultant dated January 15, 1998, pages 5-9 to S-16.