Loading...
HomeMy WebLinkAbout1999-03-16; City Council; Resolution 99-920 0 1 2 3 4 5 RESOLUTION NO. 99-92 A RESOLUTION OF CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, FOR APPROVAL OF CONTRACT WITH MALCOLM PIRNIE, INC., TO COMPLETE DESIGN PLANS AND SPECIFICATIONS FOR THE VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT, REACHES VC5B TO VCIIA AND THE SOUTH CARLSBAD VILLAGE STORM DRAIN PROJECTS, CITY PROJECT NOS. 3182 AND 3528, I CMWD 91 -403 6 7 WHEREAS, Staff requested and received a proposal from Malcolm-Pirnie, Ir /I provide the necessary civil design services for completion of design plans and specifics 8 I! for the Vista/Carlsbad Interceptor Sewer, Reaches VC5A through VC11 B, and the 5 9 Carlsbad Village Storm Drain Projects; and after review of the proposal and negotiatic the fee, the staff recommends accepting Malcolm Pirnie, Inc., based on an evaluation of experience with this project and their expertise in the field of civil design; and 10 I1 12 13 WHEREAS, the City Council of the City of Carlsbad, California, has determin 14 Pirnie, Inc., to complete design plans and specifications for the VistalCarlsbad lnterct 15 necessary and in the public interest for approval and acceptance of a proposal from Mal 16 Sewer, Reaches VC5A through VCllA and the South Carlsbad Village Storm Drain, 17 Project Nos. 3182 and 3528, CMWD Project No. 91-403; and 18 VC11 A portion of the Vista/Carlsbad Interceptor Sewer is $97,147 and $6,053 21 cost estimated for the completion of plans and specifications for Reaches VC5A thrc 20 appropriated in the 1998-99 budget for the VistalCarlsbad Interceptor Sewer and the pr 19 WHEREAS, funds appropriated in the amount of $10,633,452 have I 22 // contingencies, therefore, there are sufficient funds available for this project; and 23 24 WHEREAS, the City of Carlsbad is responsible for $29,294 and will be reimbu $73,906 by the City of Vista; and 25 11 WHEREAS, the amount of $103,200 shall be appropriated from the Vista/Carl! 26 /I Interceptor Sewer; and 27 I1 WHEREAS, funds appropriaied in the amount of $475,591 have been appropr 28 1; in the 1999-98 budget for the South Carlsbad Village Storm Drain and the project il e 0 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 i estimated for the completion of plans and specifications is $1 18,782 and $6,01t contingencies, therefore, there are sufficient funds available for this project; and WHEREAS, the amount of $124,800 shall be appropriated from South Carl Village Storm Drain; and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the CI Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the attached agreement between Malcolm Pirnie, Inc. and the C Carlsbad to complete design plans and specifications associated with the Vista/Carl Interceptor Sewer, Reaches VC5B through VC1 IA, and the South Carlsbad Village 5 Drain projects be approved and accepted. 3. That the Mayor is authorized and directed to execute the prop agreement between Malcolm Pirnie, Inc. and the City of Carlsbad. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Coun the City of Carlsbad held on 16 th day of March , 1999, by the folk vote to wit: AYES: Council Members Lewis, Finnila and Kulchin 18 19 20 21 22 23 24 25 26 27 28 NOES: None d /? ABSENT: Council Member Nygaard ABSTAIN: Council Member Hail i~/%d/7 L ATTEST: r'\ d. id= ALETHA L. RAUTENKRANZ, City ( (SEAL) 0 0 AGREEMENT THIS AGREEMENT is made and entered into as of the 16 'I, day o Mar& 1- 19 9 9, by and between the CITY OF CARLSBAD, a municipa corporation, hereinafter referred to as "City", and Malcolm Pirnie, Inc. , hereinafte referred to as "Contractor." RECITALS City requires the services of an independent Contractor to provide thc necessary civil design services for preparation of desial plans and specifications and cost estimate for the Vista/Carlsbad Intercept0 Sewer Reaches VCSB to VCllA and the South Carlsbad Village Storm Drail Projects ; and Contractor possesses the necessary skills and qualification to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenant contained herein, City and Contractor agree as follows: I. CONTRACTOR'S OBLIGATIONS See attached Exhibit "A." rev. 812619 1 0 0 2. CITY OBLIGATIONS The City shall: A. Provide Contractor, in writing, all information relating to City' requirements for the project. 6. Provide Contractor reference materials, as requested in writin! and reasonably available. These documents include the I99 Master Plan of Sewerage, the 75% design submittal, and the dra, 1997 Master Plan of Sewage. C. Any other information, as the Consultant's may request in waitin! and necessary to the successful pursuit of the project contract. D. With reasonable promptness, provide required approvals an decisions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt c notification to proceed by the City Engineer or designee and be completed within on hundred eiclhtv (1801 days of that date. Extensions of time may be granted 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 substantiate unforeseeable and unavoidable delays not caused by a lack of foresight on the part c the Contractor, or delays caused by City irjaction or other agencies' lack of timet action. rev. 812619 2 0 e 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services: to be performed shall be two hundrec fifteen thousand, nine hundred twenty nine dollars $215,929. No othe compensation for services will be allowed except those items covered by supplement: agreements per Paragraph 8, "Changes in Work." The City reserves the right t withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attachec Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of one (I) vear from date thereof. Thc contract may be extended by the City Manager for two (2) additional one (1) yer periods or parts thereof, based upon a review of satisfactory performance and the City' needs. The parties shall prepare extensions in writing indicating effective date an( 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 thirty (30) days of completion and approval of the One Hundred Percen (100%) Plans & Specifications the Contractor shall deliver to the City the followin! items: rev. 8/26/96 3 0 0 One (1) sets of specifications One (I) final cost estimate One (I) set of final mylars with disk of electronic files (Sewer Reaches VC5B to VC9 and Reaches VClO and VCIIA and Storm Drain Drawings) Two (2) sets 11" x 17" drawings on bond 8. '' CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or tht City, and informal consultations with the other party indicate that a change in tht conditions of the contract is warranted, the Contractor or the City may request a changc in contract. Such changes shall be processed by the City in the following manner: I letter outlining the required changes shall be forwarded to the City by Contractor tr inform them of the proposed changes along with a statement of estimated changes il charges or time schedule. A Standard Amendment to Agreement shall be prepared b! the City and approved by the City according to the procedures described in Carlsbac Municipal Code Section 3.28.172. Such Amendment to Agreement shall not rende ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained an company or person, other than a bona fide employee working for the Contractor, ti 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 rev. 8/26/91 4 0 0 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 warranty the City shall have the right to annul this agreement without liability, or, in its discretior to deduct from the agreement price or consideration, or otherwise recover, the fu amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10: NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regardin nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the wor as provided for in this contract, the City Manager may terminate this contract fc nonperformance by notifying the Contractor by certified mail of the termination of th Contractor. The Contractor, thereupon, has five (5) working days to deliver sai documents- owned by the City and all work in progress to the District Enqineer. Th District Engineer shall make a determination of fact based upon the documenl delivered to City of the percentage of work which the Contractor has performed which usable and of worth to the City in having the contract completed. Based upon thi finding as reported to the City Manager, the Manager shall determine the final paymel of the contract. This agreement may be terminated by either party upon tendering thirty (3( days written notice to the other party. In the event of such suspension or terminatiol rev. 81261s 5 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 Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final 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 this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City 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 (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure 6 rev. 8/26/96 0 0 shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must b 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 acknowledge that if a false claim is submitted to the City, it may be considered fraud and tt Contractor may be subject to criminal prosecution. The Contractor acknowledges th; California Government Code sections 12650 et seq., the False Claims Act, provides fc civil penalties where a person knowingly submits a false claim to a public entity. The5 provisions include false claims made with deliberate ignorance of the false informatic or in reckless disregard of the truth or falsity of information. If the City of Carlsbad see1 to recover penalties pursuant to the False Claims Act, it is entitled to recover i litigation costs, including attorney's fees. The Contractor acknowledges that the filing a false claim may subject the Contractor to an administrative debarment proceedir wherein the Contractor may be prevented to act as a Contractor on any public work 1 improvement for a period of up to five years. The Contractor acknowledges debarme by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contract from the selection process. 4 P % (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. 494 (Initial rev. 8/26/! 7 0 0 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's owr way as an independent Contractor and in pursuit of Contractor's independent ca\ling and not as an employee of the City. Contractor shall be under control of the City onl! as to the result to be accomplished, but shall consult with the City as provided for in tht request for proposal. The persons used by the Contractor to provide services under thi: 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 tc the Contractor pursuant to the contract shall be the full and complete compensation tc which the Contractor is entitled. The City shall not make any federal or state ta withholdings on behalf of the Contractor or hidher employees or subcontractors. Thl City shall not be required to pay any workers' compensation insurance c unemployment contributions on behalf of the Contractor or hidher emplqyees c subcontractors. The Contractor agrees to indemnify the City and the Carlsba, Municipal Water District within 30 days for any tax, retirement contribution, sock security, overtime payment, unemployment payment or workers' compensatio payment which the City and the Carlsbad Municipal Water District may be required t make on behalf of the Contractor or any employee or subcontractor of the Contractc for work done under this agreement or such indemnification amount may be deducte by the City and the Carlsbad Municipal Water District from any balance owing to th co'ntractor. rev. 812619 8 0 e The Contractor shall be aware of the requirements of the Immigration Reforn 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 E applicable requirements of law: federal, state and local. Contractor shall provide E necessary supporting documents, to be filed with any agencies whose approval i 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 herei required are the property of the City, whether the work for which they are made b executed or not. In the event this contract is terminated, all documents, plan5 specifications, drawings, reports, and studies shali be delivered forthwith to the City Contractor shall have the right to make one (1) copy of the plans for hidher 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 hereby agrees to relinquish a claims to such copyrights in favor of City. rev. 812619 9 0 0 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and thc 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 par 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 negligence sole negligence, or willful misconduct of the City of Carlsbad and the Carlsbal Municipal Water District. Contractor shall at its own expense, upon written request by the City and th Carlsbad Municipal Water District, defend any such suit or action brought against th City and the Carlsbad Municipal Water District, its officers, officials, employees an volunteers.. Contractors indemnification of City and the Carlsbad Municipal Watc 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 monk due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under th contract by the Contractor, Contractor shall be fully responsible to the City for the ac rev. 81261s 10 e 0 and omissions of Contractor's subcontractor and of the persons either directly o indirectly employed by the subcontractor, as Contractor is for the acts and omissions c persons directly employed by Contractor. Nothing contained in this contract sha create any contractual relationship between any subcontractor of Contractor and thl City. The Contractor shall bind every subcontractor and every subcontractor of subcontractor by the terms of this contract applicable to Contractor's work unles specifically noted to the contrary in the subcontract in question approved in writing b the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City 1 negotiate, make, accept, or approve, or take part in negotiating, making, accepting, ( approving of this agreement, shall become directly or indirectly interested personally I this contract or in any part thereof. No officer or employee of the City who is authorize in such capacity and on behalf of the City to exercise any executive, supervisory, ( similar functions in connection with the performance of this contract shall becorr 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 tt City, either before, during or after the execution of this contract, shall affect or modi rev. 8/26/! 11 0 e any of the terms or obligations herein contained nor entitle the Contractor to an' additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," a 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 tt- 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 heret acknowledges that Contractor has the legal responsibility for complying with tt Political Reform Act and nothing in this agreement releases Contractor from th responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and a1 and all amendments insurance against claims for injuries to persons or damage rev. 8/26/! 12 0 a property which may arise out of or in connection with performance of the wor hereunder by the Contractor, his agents, representatives, employees or subcontractor: Said insurance shall be obtained from an insurance carrier admitted and authorized tl 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. 91-403. A. Coverages and Limits. Contractor shall maintain the types of coverages and minimum limil indicated herein, unless a lower amount is approved by the City Attorney or Cii 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 tl- required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved fc Contractor's work for the City). $1,000,000 combined single-limit per accident for bodi injury and property damage. 3. Workers' Compensation and Employer's Liability. Workel Compensation limits as required by the Labor Code of the State of California ar Employer's Liability limits of $1,000,000 per accident for bodily injury. rev. 8/26/! 13 0 0 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. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under thi: agreement contain, or are endorsed to contain, the following provisions. 1. The City and the Carlsbad Municipal Water District shall be namec as an additional insured on all policies excluding Workers’ Compensation anc Professional Liability. 2. The Contractor shall furnish certificates of insurance to the CiQ before commencement of work. 3. The Contractor shall obtain occurrence coverage, excludins Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement anc any extension thereof and shall not be canceled without 30 days prior written notice tc the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverage required herein, then the City will have the option to declare the Contractor in breach, c may purchase replacement insurance or pay the premiums that are due on existinl policies in order that the required coverages may be maintained. The Contractor i rev. 812619 14 0 e responsible for any payments made by the City to obtain or maintain such insurancc and the City may collect the same from the Contractor or deduct the amount paid fron 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 receivt written notice on behalf of the City and on behalf of the Contractor in connection wit1 the foregoing are as follows: For City: Title William E. Plummer, District Engineer Name Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, California 92008 rev. 8/26/E 15 0 0 For Contractor: Title Name Malcolm Pirnie, Inc. Address 703 Palomar Airport Road, Suite 150 Carlsbad, California 92009 ArchitecuLicense Number: ArchitecuLicense Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for thc duration of the contract. Ill Ill Ill Ill 111 Ill Ill Ill ill Ill Ill Ill rev. 8/26/9 16 0 0 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to o contemplated herein, embody the entire agreement and understanding between thc parties relating to the subject matter hereof. Neither this agreement nor any provisiol hereof may be amended, modified, waived or discharged except by an instrument il writing executed by the party against which enforcement of such amendment, waiver c discharge is sought. Executed by Contractor this 24 day of February ,1999 CONTRACTOR: CITY OF CARLSBAD, a municipz MALCOLM PIRNIE, INC. corporation of the State of California Paul L. Findley, Vice President ATTEST: (print nameltitle) By:a3+.k yd 1 6 (sign here) A. R- - Douglas M. Owen, Vice President ALETHA L. RAUTENKRANZ (print nameltitle) City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only or officer signs, the corporation must attach a resolution certified by the secretary or assistant secreta1 under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City BY Q. f-5- - BeptrtpCi Attorney %2 r/ 77. rev. 81261s 17 0 0 STATE OF CALIFORNIA ’i COUNTY OF AN hcho 1 } ss. On LI~~ITY before me, /ddhlc\/ Js c/b{I& , /IIoTAk?Y f’Ubi/c DATE dAME AND TITLE OF OFFICER personally appeared IAU L L. FlNb u?/ NAME(S) OF SIGNER(S) Upersonally known to me - OR - [7 proved to me on the basis of satisfactory evidence to be the person( name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. fi1111 . ci (This area for official notary seal.) ,I,,,JE& NosRy Title or Type of Document thp6%iONAC SFkdlES &&flEdT Date of Document FEWUMY a4 , /49tt NO. of Pages /7 Signer(s) other than named above &LI 6U 5 M a OwEd I CMWD 91 -403 0 61 e 0 STATE OF CALIFORNIA 1 COUNTY OF .%ht Dig60 1 ss- On 2-/24/9? before me, ddnlCY Jo h2/kI ddTAh'\l $hLlC DATE ' NAME AND TITLE OF OFFICER personally appeared Joilc7LAs /y * OWEU NAME(S) OF SIGNER(S) qpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person( name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. $4,w x. &A (This area for official notary seal.) SlGNATdRg OF NOTkRY Title or Type of Document f?@~~s~~~Ai~L .sEfirj/& 5 ffh@%gdf Date of Document FLARUARY a, 1949 NO. of Pages /7 Signer(s) other than named above !fluL I, 4 FIadLEY I CMWD 91 -403 061 e 0 EXHIBIT I Scope of Work - Design Phase ~ ~~~~~ It is our understanding that the Owner’s project manager will be Ms. Kelly Efimoff and that all correspondence will be directed to her with a copy being sent to Mr. Doug Helming. The deputy project manager referred to herein will be Mr. Mike Ruth of Earth Tech. PROjECT MANAGEMENT (Design) Task I IO - Track Project Progress and Schedule Perfom overall project management, monitor budgets, and provide a detailed project schedule using Microsoft Project. The anticipated duration of the project and project milestones are as shown on the attached schedule. Task 120 - Monthly Progress Meetings The project manager, deputy project manager and task managers, if necessary, will attend monthly project meetings with the CMWD/City. Malcolm Pirnie will prepare meeting agendas and summaries. Task 130 - Coordination Meetings These meetings will be in addition to the regular monthly meetings. Approximately 5 meetings are anticipated in this task. This estimate of meetings provides a basis for the fee proposal. It is anticipated that these meetings will be with the Carlsbad Municipal Water District and City of Carlsbad Engineering Department in order to address design issues such as traflic, stom drainage, pavement resurfacing and constructability. In addition, meetings may be necessary with the City of Vista, the City’s geotechnical consultant, North County Transit District, Southem California Gas Company and various other utilities. These meetings will typically be attended by the project manager, deputy project manager and appropriate task manager(s). Also included in this task will be the preparation of a meeting summary that will be distributed within 5 days to the CMWD/City’s project manager and all attendees. Malcolm Pirnie is available to attend public meetings but has not included this effort in the fee proposal. Time required to attend meetings with agencies to discuss environmental and permit issues is included in Task 410 Permit Services. Task 140 - Subconsultant Management Malcolm Pirnie will have total responsibility for the administration and technical and financial aspects of this project, including overall management and coordination of the project’s sub-consultants. Under this task, ouc Project Manager will provide direction, coordinate the efforts, track the progress, and administer the contracts of the various sub-consultants. The S~b-cO~ultantS to 1 0 a Malcolm Pirnie are Earth Tech, Darnell & Associates, Haley and Aldrich, Beyaz 8~ Patel, BHA, DHK and Raz Konyalian. Task 150 - Project Documentation Communication is most effective if it is accurately documented and distributed for the benefit of the entire project team, both internally and externally. The objective of this documentation is to provide concise summaries of each major decision that will keep the entire project team up to date and will serve as the basis for implementation of subsequent work efforts. Copies of all memos, letters, telephone conversation reports, etc. will be provided to the CMWD/City project manager. Task 160 - QMQC Senior members fiom both Malcolm Pirnie and Earth Tech will provide Quality Assurance and Quality Control of the project. The members of this group will provide an independent review of the contract documents and assist in the resolution of technical differences that may potentially arise. QNQC review will be performed prior to the 90% and 100% submittals. Raz Konyalian, as sub- consultant to MPI, will provide assistance to resolve design issueddifferences between MPI and Earth Tech. DOCUMENT REVIEW Task 210 - Review Existing Design Drawings & Calculations Malcolm Pimie will review Earth Tech’s previous 90% design submittal consisting of drawings, specifications, hydrology and hydraulics calculations, and their design notebook. This also includes review of previous meeting minutes and correspondence in order develop an understanding of the issues related to Earth Tech’s portion of the design. Specific elements to be reviewed are the basis of horizontal alignment, structural details, permit status and requirements, construction sequence, procedure for Tamarack tunnel crossing, and geotechnical considerations specific to the Earth Tech alignment. The effort to perform any revisions that may be necessary is included in Task 320, Final Design Drawings. Task 220 - Prepare Plat & Legal Descriptions for NClD License Malcolm Pimie will provide the C”D/City with a plat and legal description for all sewer and storm drain facilities located within the railroad right-of-way. It is anticipated that the CMWD/City will be responsible for processing the submittal package and any related fees in order to obtain a license hm the North County Transit District. A field survey will be performed to verify that the previous Earth Tech horizontal control is consistent with the Malcolm Pirnie design. 2 0 0 FINAL DESIGN Task 31 0 - Combine Drawing Packages Malcolm Pirnie’s original contract drawings will be re-stationed by adding 100 to the stationing and adding a station equation where the previous Earth Tech and Pimie contracts join. The station equation and restationing is necessary to more clear and concise drawing set and minimize conhsion during construction. Re-stationing will impact the original Malcolm Pimie drawings only. The concept for repackaging the drawings will be as identified on the attached drawing list (Exhibit A). Task 31 5 - Implement Original 90% Review Comments This task consists solely of the effort for Earth Tech, as a subconsultant to Malcolm Pirnie, to complete their portion of the contract documents as originally contracted with the City and to respond and implement previous 90% review comments provided by the CMWD/City, utility agencies, the North County Transit District, and the CMWD/City’s geotechnical consultant (Woodward- Clyde) as applicable to the repackaged contract. Comments related to engineering calculations and cost estimates will also be addressed in this task as it relates to the original design concept developed by Earth Tech. Task 320 - Final Design Drawings (90%, 100% & Final) Malcolm Pirnie will eliminate the Open Trench alternative (Schedule A) method of construction in Jefferson Street. The interceptor sewer design will maintain the deeper profile established previously for microtunneling and the Oak Avenue portion of the interceptor sewer design will be identified as either open trench or microtunnel construction as selected by the contractor. Schedule ‘A’ related details and traffic control schemes will be removed fiom the drawing set. Traffic control drawings will be renumbered as appropriate. The bore and jack railroad crossing at the end of Oak Avenue will be eliminated and junction structure A-2 will be replaced with a typical manhole. The Oak Avenue profile will be deepened at the intersection of Oak Avenue and Roosevelt Street in order to cross beneath the existing collector sewer and to eliminate the elaborate connections and bypass arrangement previously designed to accommodate the separate contracts. The repackaged contract drawings will be resubmitted as a 90% submittal for review and comment. The comments will be addressed zd a 100% design package submitted for final comment. These comments will be addressed and final mylars delivered to the CMWD/City for Bidding. The effort to address e2iminate an overlap in stationing between the 2 drawing sets. fis will provide a 3 0 e review comments and Malcolm Pirnie's review of Earth Tech Drawings is included in this task. "mx (3) signage and striping plans will be added to accommodate A.C. overlay for the streets impacted by the Earth Tech design. The requirements for A.C. overlay will be as specified in the original Malcolm Pirnie specifications. The limits of A.C. overlay will be shown on the drawings. MPVEarth Tech will prepare structural details at the connection of the modified Type "F" catch basins to the retaining wall along the west side of the 1-5 right-of- way. We will revise details based upon input from the City of Carlsbad. We will not perform any direct coordination with Caltrans as part of this task. It is assumed that one (1) detail sheet will be required in conjunction with this task. Due to the substantial completion of design, changes to horizontal alignment, profile, or pipe size which may be requested by the CMWD/City or other permitting agency are not anticipated and therefore such effort would be considered to be beyond this scope of work. Malcolm Pirnie, Inc. will seal their respective design drawings and Earth Tech will seal the drawings prepared solely by Earth Tech. Task 330 - Revise Specifications The 2 sets of Contract Specifications previously developed will be consolidated into a single set of specifications and bid documents. The technical specifications will utilize the CSI format. The original MPI specifications will be revised to incorporate the Earth Tech design. Any reference to the previous open trench alternative (schedule A) will be removed fiom the specifications. Changes to the specifications caused by the combining of the 2 phases of work will be addressed under this task. Maintenance of operation of existing facilities will also be addressed within this task as well as revisions to the microtunneling andor pipe jacking specification. It is our understanding that the CMWD/City will prepare Special Provisions to the City's General Conditions with the exception that MPI/Earth Tech will prepare the Bid Schedule and Measurement & Payment sections. The specifications will be submitted for review along with the drawings as identified above in Task 320. The specifications will be closely reviewed by both Malcolm Pimie and Earth Tech to ensure that the specifications are consistent with the intent shown on the design drawings as prepared by both firms. 4 0 0 It is anticipated that 4 bid schedules will be developed for this project which will define the following elements of work: Schedule A - Vista Carlsbad Interceptor Sewer Schedule B - Other Sewer Work Schedule C - Storm Drain Improvements Schedule D - Street Resurfacing A deductive bid item will be developed for bid schedules A & C to allow the contractor to reduce his bid for last minute reductions in pipe cost that may be obtained by pipe suppliers. Task 331 - Prepare Alternate Pipe Specijkation Not Included Task 332 - Develop Cost Reduction Incentive Specification Not Included Task 340 - Design Slope Failure Repair Assist the CMWD/City in the preparation of a scope of work to request further geotechnical information. When geotechnical recommendations have been provided to Malcolm Pimie fi-om the CMWDKity, Malcolm PirnieEarth Tech will develop a grading detail and specifications to reconstruct the slope. Coordination with the gas company is also anticipated within this task. MPUEarth Tech will also provide additional topography by field survey at the Agua Hedionda Lagoon stom drain outlet as required to define the extent of the slope failure. Task 350 - Prepare Cost Estimates An Engineer’s Estimate of Probable Construction Costs will be prepared. The cost estimate will be projected to the mid point of construction. The format provided will be a standard line item estimate with quantity, unit cost and total cost shown and will match the items identified in the bid schedules. The estimate will not include a breakdown between material, equipment, and labor. The cost estimate will be adjusted to be consistent with the bids received fiom the previous Malcolm Pimie Design. 5 0 0 Prior to combining the cost estimates, Malcolm Pirnie will review Earth Tech’s unit costs from their 90% submittal as compared to the previous bids received. DELIVERABLES: Provided in accordance with the enclosed schedule. 90% submittal 10 sets of 24” x 36” blueline drawings 7 sets of cost estimate 100% Submittal 10 sets of 24” x 36” blueline drawings 1 set of 24” x 36” vellums 10 sets of specifications 7 sets of cost estimate 1 set Final Hydrology/Hydraulics Calculations (stamped & signed) Final submitt4 1 set of 24” x 36” mylars 1 set of single sided specifications 1 copy of final cost estimate 2 sets of 1 l”x 17” drawings on bond (Not to Scale) AutoCadd Files (Release 13)of drawings on CD-ROM Note: MPI will provide and distribute review sets to the reviewing utility 10 sets of specifications agencies. Task 360 - Perform Noise Study on Jefferson Street Malcolm Pirnie will perform a field survey of the ambient noise levels along the proposed locations of the jacking shafts. The data will then be used to better define noise mitigation requirements in the specifications. Based on the site inspection, an ambient noise monitoring program will be completed using a A-weighted Sound Level Meter. The Sound Meter will be equipped with optional circuitry and microphones to meet the requirements of ANSI S1.4 for Type II precision sound level meters. A Bruel & Kajaer (E3 lk K) Type 4936 prepolarized random incidence microphone will be integral to the sound meter. The sound meter will be positioned 4.5 feet above the ground. A minimum of six (6) monitoring locations will be provided. Noise monitoring will be completed over a two day period. It is proposed to complete morning, afternoon and night monitoring sessions to characterize the existing conditions with each monitoring event lasting approximatdy 30-minutes. 6 0 0 Table 1 provides a matrix of monitoring activities: Table 1 Jefferson Street Ambient Noise Monitoring Program * Chestnut and Oak Avenue locations PERMIT SERVICES Task 41 0 - Permit Assistance Prepare minor revisions to the current NPDES permit application and Encina application for construction dewatering and submit to the RWQCB and Encina, respectively. Perform minor revisions to the previously prepared Storm Water Pollution Prevention Plans (SWPPP) prepared by Malcolm Pirnie and Earth Tech to eliminate conflicts between the requirements of the 2 plans. It is anticipated that 2 SWPPPs will remain for the 1 project. The previously prepared N.O.I. will be amended by MPI to cover the entire project. The N.O.I. will be provided to the CMWD/City for submittal to the State Water Resources Control Board. The SWPPPs will comply with the requirements of Order No. 92- 08 as originally prepared. Malcolm Pirnie will provide technical assistance to the CMWD/City’s environmental consultant in the preparation of permit applications to the Corps of Engineers, the RWQCB and California Department of Fish and Game. Technical assistance shall include an initial briefing meeting, attendance at agency meetings and providing Cadd files and blueline drawings for the environmental consultants use. It is our understanding that the City will perform all coordination with Caltrans and the Coastal Commission and obtain the necessary permits. MPI/Earth Tech will provide assistance in the techrucal issues. 7 0 0 Earth Tech will transfer the remaining 20% balance of $2000, from Task 10, NPDES permit (construction), fkom their previous contract with the City of Carlsbad. This task will require final revision in accordance with the original contract. 8 0 0 Exhibit A VistdCarlsbad interceptor Sewer Replacement and South Carlsbad Village Storm Drain Combined Drawing List It I 5 Earth Tec SDNR WW - SewerlStorm Drain - Sta. S+OO to 48+00 7 Earth Tec SDNR RIW - SewerlStorm Drain - Sta. 23+00 to 35+00 6 Earth Tec SDNR WW - SewerlStorm Drain - Sta. 11 +OO to 23+00 II 8 Earth Tec Harding Street Storm Drain - Sta. 1 +OO to 11 +OO 10 Earth Tec Chestnut Ave. - SewerlStorrn Drain - Sta. 19+00 to 29+50 9 Earth Tec Chestnut Ave. - SewerlStorrn Drain - Sta. lO+OO to 19+00 If - 11 Earth Tec Harding Street Storm Drain - Sta. 22+00 to 29t35.71 12 Earth Tec Harding Street Storm Drain - Sta. 1 1 +OO to 22+00 13 Earth Tec Oak Avenue Storm Drain I1 14 Earth Tec Pine Avenue Storm Drain 15 Earth Tec Oak Avenue Storm Drain 16 Earth Tec Storm Drain Lateral Profiles 18 Earth Tec Chinquapin Avenue Storm Drain 17 Earth Tec PaldMagnolia Avenue StohDrain IC 19 Earth Tec Sewer Details 21 Earth Tec Storm Drain Details 20 Earth Tec Storm Drain Details II 22 Earth Tec General Details 24 Earth Tec Sewer Details 23 Earth Tec Sewer Details I I 25 [ Jack and Bore Details I Earth Tec 26 Earth Tec Traffic Control - Harding Street 30 Earth Tec Traffic Control - Magnolia Avenue 29 Earth Tec Title Sheet - Traffic Control 28 Earth Tec Erosion Control Plan 27 Earth Tec Erosion Control Plan 0 0 n I I 46 Earth Te Traffic Control - Chestnut Avenue 47 Earth Te Traffic Control - Chestnut Avenue 48 Earth Te Traffic Control - Intersection Typicals n I _. 0 0 26 27 MPI Traffic Control - Oak Ave., Roosevelt St. to Jefferson St. MPI Traffic Control - Jefferson St., Oak Ave. to Grand Ave. I I i .28 Traffic Control - Jefferson St., Grand Ave. to Arbuckle PI. MPI Traffic Control - Jefferson St., 250' SI0 Laguna Dr. to Buena PI. 30 h MPI Traffic Control - Jefferson St., Arbuckle Pi. to 250' SI0 Laguna Dr. 29 MP I II - I 35 - - Traffic Control - Jefferson St., Buena PI. to 350 N10 Buena Vista Jefferson St. Trenching, Las Flores Dr. to 350' N1O Buena Vista MPI MPI Traffic Control - Storm Drain - Oak Ave., Tyler St. to Roosevelt St. MPI Traffic Control - Storm Drain - Oak Ave. State St. to Tyier St. st. MPI Traffic Control - Storm Drain - Oak Ave., Railroad Station to State MPi 0 SUMWY OF STANDARD CHAR( This document describes the basis for compensation and tern of payment. All rates presented apply to services rendered during calendar year I999 and are subject to adjustment on January 1 of each subsequent year. In addition to these fees, clients will also be responsible for any sales or value-added kxes that may apply to engineering services performed. 1. Hourly Rates: Charges for services provided will be in accordance with the following schedule: Classification Hourly Rate Technician 1 f 38h Technician 3 54 Technician 4 71 Technician 5 78 Technician 6 95 Technician 7 109 Technician 8 130 EngineedScientistchitect 1 70 Engineer/Scientistchitect 2 80 Engineer/Scientisthitect 3 85 Project Engineer/Scientistchitect 4 94 Project Engineer/Scientistchitect 5 108 Senior Project Engineer/Scientist/Architect 6 131 Associate 153 Senior Associate 170 Officer 192 Technician 2 45 Overtime - No overtime premium is charged for project work outside of normal working horn. 2. Other Birect Costs: All expenses incurred for a project, except in-house services specified below, from outside vendors be invoiced at cost plus 10% to cover administrative expenses. These items may include, but are not limited to: shipping charges; printing; supplies; equipment; traveling expenses; special insurance; licenses; permits; or subcontractors. In-house services consist of: Computers 49hour for microcomputers $19/hour for CADD $4O/hour for GPSX process model Transportation $0.34/mile for automobiles $0.44/miIe for 4x4 vehicles Reproduction .SO. lO/copy for standard page sized documents Laboratory Unit prices for sample testing, handling, and storage are available for individual assignmen Equipment A scheduk of usage rates for specialty equipment is available for field assignments 3. Payment:' All invoices are due and payable within 30 days of billing date. Any attorney's fees, court costs, or other rela expenses incurred in collecting delinquent accounts shall be paid by the client. Delinquent bills are subject to finance ch 1.5% per month. Conjinenlial Business In/ormation CONY- I a .4 !* - $j (0 W 0 v , ig ;9 4 ,g '3 ij ~i 2 a 2 OD io, w * jui k l- ji :* * * iw i* I* .* !* i* i /I: i? Hie 0:- Hi* Hi0 w/69 H ft) H H -;69 H'te 8 L3 //j i i -11- ig ,j, ,;, ,I, I ,II, g,z+ k;, I! I I; 0 v) ' la, 1;: 7 -i- -,r- 0:- m!w 0 N v):o O'W $ Gi '<W $ 22s 18 If 3 j, s YELL i a0 "US *I 2 IC I, ;# I 1: we %n e? 05 H te H H H It03 1- le9 le3 w xg 1, 5 g 13 8 * 42 ,=f 89 i69 0 H ;e9 jH /H 169 co - E/Q .?I /*/" -1 a] t-"I J I O1 2 8 r4 io !$ ig trtlt9 -i* 0 "8 $ -1- mi* N w -? (0'43 m'm : 6 010 OIN I : I N-jb "- wiv) v) j v)- ! q;7- 1- -1- ~r)/tt) tf):tff -1- -1- Y):- ; ' ".:y 'liy d - &o Ly:? a 6 j2g I!! !j " I w -& i4 z ic I 9 o l~ Io LL e! 33 I $1 a] 1; I/ 0 (1 PI E! 8 c3 I "1 ! a? 2: : SE! 5 * "I a P) i!i i 1 tl p 21 IZ 18 g I I 1, 11 fn S I I !!//I a I* ' Nl 0; j 1 4- I g gg H I* i.. lie: 'H jH IH 1- m- gg 1% is 1 H WQ ; i1 IZ j I 13 13 8 $- N'2 -jq $! $i 1. ' /a Ql SI- - s i 1: 1: H H H ;b9 169 H 1 149 H 34 1" 1- I= '0 H IH 'ft) 1- jR H /,~ /. ~sl.~.;.l.~#~. b 5 I-" =x $5 - z -8 -1 wi- $ N 019 2 YJ s3 I g v N m 0 &,a gm wle5 086 g Id I-> I ! te ;H ~ E Q 1 a= 0 OD 1: 1; I*, 1 0 I w I, 5 s :$ !I , 1% g$?! zw j ? om ~ j 1.1 it * iv rc j i :e $$ Q - 812 1 Q F $ N g!m .-/- -1- 3 gh 33 ((9 1- jH H iw I jft) lftt H IH v i 1- 1- /- j- I- iw H ;tf) 1- fs 0 11: I I I /I 1, ali (Y 02 Q: $5 2 e €?I el e I' 41 dl 2 I j ! gi .In W H :IH $1- $1- $1, H I I:* X!H II 1,- I* y I69 * H :H L9 1.. 169 a 'i II I GL rn 0 s 51 I > 1 2 I1 E :: gi 0. ; f; E 8 E; : '3 I- I 1 ;I h gzai g $; zsz a! .$! $1 2 $ 5; + W : ZZi $i 5; F gj s? $gJ 1 1 0 El .t , - m fn + it-21 s S m mni fn! P) c, e m .- fn c. c e e! n 81 si m Ill 38 02 2 z GI g j s: $1 f. g $!I =i 5 00s l 0 01 0' 0 A I 0 0 0 : 2 tY v) 2 (3 w WS Z? 82 5% 8% -J g, $E E$ SO $2 5b i5Y -crs kl5 $5 %El 2% $$. we 35: 83 !$ gg #$ w= *a zw 0 v! s d u < z v, > 0 0 .- 0 (0 @ CERTIFICATE OF RESOLUTION e ,Assistant I, RICHARD P. BROWNELL, Secretary of Malcolm Pirnie, Inc., do hereby certify that the following resolution has been duly adopted by the Board of Directors of the Corporation. RESOLVED that Paul Findley, Vice President, and Douglas Owen, Vice President, are hereby authorized to execute on behalf of Malcolm Pirnie, Inc. the Agreement with the Carlsbad Municipal Water District to provide professional services for VistaKarlsbad Interceptor Sewer Replace Project, Reaches VCSB to VCllA and the South Carlsbad Village Storm Drain Projects, CWMD Project 91-403. This authorization is granted in accordance with a Resolution adopted by the Board of 'Directors of Malcolm Pirnie, Inc. at a meeting held on December 10, 1998. The Resolution sets forth the procedures for signing contracts and agreements. I further certify that the foregoing Resolution has not been modified or repealed and that it is in full force and effect. IN WITNESS WHEREOF, I have executed this Certificate and affixed the corporate seal this 26th day of February, 1999. (corporate seal) STATE OF NEW YORK 1 COUNTY OF WESTCHESTER ) ss.: Signed before me this 26th day of February, 1999. PAT A GIANGRECOI NOTARY PUBLIC, state of New Yo& No. 60-4658894 Qualii in Westchest r Committion Expires June 30, &!.?E- CERT\CERTRES.RPB I. . .. .1 . c. ,, .% .. r, .. . ., ,. i, _I ,, .. I. ,. ., ,. ~~ .. ,. I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM. EXCLUSIONS AfdD CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 11";. TYPE OF INSURANCE POLICY NUMBER j POLICY EFFECTIVE t POLICY EXPIRATION : I DATE (MMIDDNY) j DATE (MMIDDNY) LIMITS I .. I GENERAL LIABILITY x : COMMERCIAL GENERAL LIABILW i ................ ........... ......... ..... ... A ;:::::.::.ti< CLAIMS MADE :'x'.i OCCUR i ..... <.'. .............. ...... OWNER'S a CONTRACTORS PROT ; : 299502465 (1) ........ I .......................... .I .......................................... GENERAL AGGREGATE : 8, PRODUCTS - COMP/OP AGG ; S ....... j 01/01/1999 1 01/01/2000 ; PERSONAL & ADV INJURY i $ EACH OCCURRENCE , IS ... ......... ........................................................... : FIRE DAMAGE (Any one fire) ! 0 MED Exp lAnv one ceison) i S ........................... .... I AUTOMOBILE LIABILITY x ANY AUTO ......... , ' ALLOWNEDAUTOS SCHEDULEDAUTOS A ........ x HIRED AUTOS x ' NON-OWNED AUTOS ..... .. ........ I :... j ..... ................. COMBINED SINGLE LIMIT j S .............................................. i 299502465 (1) BODILY INJURY (Per person) is i 01/01/1999 ; 01/01/2000 .......................................................... BODILY INJURY (Per accident) if ......................................................... PROPERTY DAMAGE i$ I GA?AGE LIABILITY ANY AUTO ........ ............................. i AUTO ONLY - EA ACCIDENT ! 0 ............................................ ........... ............ ........... ............ OTHER THAN AUTO ONLY: ijii?$$i)iii$$$ ............ ........................................................... EACH ACCIDENT! s ............................ AGGREGATE i $ VCESS LIABILITY j EACH OCCURR~NCE .......... : s B ........ "x UMBRELLAFORM ! 4SL001520 (1) j 01/01/1999 : 01/01/2000 iAGGREGAG ................................................. is ,' : OTHER THAN UMBRELLA FORM i IS WORKERS COMPENSATION AND j EMPLOYERS LIABILITY - . 0 _;:I::.:(:::::.::::: .............. ....................................................... i x : ggyy&.& j 2 i:j:ii;$::i.;..i. i 401711803 :i 01/01/1999 j 01/01/2000 ;.- "'". EL EACH ACCIDENT :s I EL DISEASE - POLICY LlMil ! S A THE PROPRIETOR/ k': INCL : .. PARTNERSIEXECUIlVE I ........................................................... ........ OFFICERS ARE: i : D(cL; j EL DISEASE -EA EMPLOYEE ' S OTHER DESCRIPTION OF OPERATlONSROCATlONSICLESlSPECW ITEMS OPERATIONS OF THE NAMED INSURED. (1) THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ARE INCLUDED AS ADDITIONAL INSUREDS, BUT ONLY FOR WORK PERFORMED BY MALCOLM PIRNIE, INC. Carl sbad Muni ci pal Water Di st ri ct Attn: Kelly I. Efimoff 5950 El Camino Real Carlsbad, CA 92608-3367 - ..... ... ... ... ... ..... .... . . ~. ..... ... SHOULD ANY OF THE ABOM DESCRIBED POLICIES BE CANCELLED BEF EXPIRATION DATE THEREOF, THE ISSUING COMPANY WlLL ENDEAVOR 1 WRlllEN NOTICE TO THE TlFlCATE HOLDER NAMED T BUT F U E TO MAIL SUCH NOT- 947 L IMPOSE NO OBLIGATION OR %Jfl INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM: EXCLUSIONS A~D CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ..................................................................................................................................................................................................................................................... 1:;: TYPE OF INSURANCE POLICY NUMBER i POLICY EFFECTIVE i POLICY EXPIRATION ' i DATE IMMIDDNY) I DATEIMMIDDNY) LIMITS I .. I , GENERAL LIABILITY ........... ....... GENERAL AGGREGATE [ 0 COMMERCIAL GENERAL LIABILITY ! : PRODUCTS - COMPIOP AGG i $ i PERSONAL 8 ADV INJURY j $ OWNERS 8 CONTRACTORS PROT ! EACH OCCURRENCE :$ j FIRE DAMAGE (Any one fire) i $ i MED MP (Any one person) 8 ............... ......... ........................................................ ........ ....... ........ ....... ........ ........ ........ ............... ....... CLAIMS MADE i ....... OCCUR i ........ ............ ........................... ....... ........................................... ............. ................... P I .... AUTOMOBILE LIABILITY ANY AUTO : COMBINED SINGLE LIMIT j $ I ....... ...................................................... ' ALL OWNED AUTOS SCHEDULED AUTOS ....... : ' HIRED AUTOS j j NON-OWNED AUTOS .. ....... ....................................... BODILY INJURY (Per person) ............................................ : (Per accident) BODILY INJURY ............................................. ' PROPERTY DAMAGE $ ...... 5 ......... 0 I ~~ ~ ~ ~~ GARAGE LIABILITY . . ANY AUTO ........ ... ......................... ~ ~_______~~~~ ~~ ~~ ~ ~______~~~~ AUTO ONLY - EA ACCIDENT i $ j OTHERTHANAUTOONLY: i,:;;::,j, ................................... ......... .......... ..... .. ..... ............................................... EACH ACCIDENT: s ......................... AGGREGATE ! S L FCESS LIABILITY . . UMBRELLA FORM ....... ' OTHER THAN UMBRELLA FORM ! EACH OCCURRENCE S : AGGREGATE S ................................ ........................................ S WORKERS COMPENSATION AND i EMPLOYERS LIABILITY THE PROPRIETOR/ PARTNERSEXECUTIVE : ...................................... . $gY?@& ! "ET EL EACH ACCIDENT s EL DISEASE - WLlCY LIMIT S ..................... ..... i INCL i ........................................ . OFFICERS ARE: ........ ! BCLi j EL DISEASE - EA EMPLOYEE f OTHER ;Per Claim and A brofessional Liability: AEN 821 40 23 i 07/01/1998 \ 07/01/1999 'Annual Aggregate 1 .Including C1 aims exr DESCRIPTION OF OPERATlONSROCATlONSICLEYSPECW ITEMS OPERATIONS OF THE NAMED INSURED.