Loading...
HomeMy WebLinkAbout1999-03-23; City Council; Resolution 99-99I 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 0 0 ll RESOLUTION NO. 99-99 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH DOKKEN ENGINEERING FOR PROFESSIONAL ENGINEERING SERVICES FOR PRELIMINARY ENGINEERING AND ENVIRONMENTAL STUDIES FOR THE POINSETTIA LANE BRIDGE WIDENING PROJECT, PROJECT NO. 3551. WHEREAS, the City Council of the City of Carlsbad, California, has deb it necessary and in the public interest to approve and accept an agreemel Dokken Engineering for professional engineering services for preliminary engineeri environmental studies; and WHEREAS, the Engineering Department requested Statements of Qualifical provide professional engineering services for preliminary engineering, environmental stuc preparation of plans, specifications and cost estimates from twenty-two private firms inter1 providing engineering services for the Poinsettia Lane Bridge Widening, Project No. 35 received responses from seven firms and after review of the proposals, staff is recomr Dokken Engineering as the best qualified firm for preliminary engineering, environmental and preparation of plans, specifications and cost estimates based on their experier expertise on similar types of project; and WHEREAS, total project cost estimated for the preliminary engineering and enviro services is $142,000; and WHEREAS, funds in the amount of $300,000 have been previously appropri; the Poinsettia Lane Bridge Widening Project and there are sufficient funds available project; and WHEREAS, the Mayor is hereby authorized to execute the proposed agreen engineering studies. Ill Ill Ill Ill Ill services with Dokken Engineering for preliminary engineering and enviro 1 0 0 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Ci 2 3 California, as follows: 1. That the above recitations are true and correct. 2. That the agreement with Dokken Engineering for engineering services to engineering services for preliminary engineering and environmental studies for the PC Lane Bridge Widening Project, a copy of which is attached as Exhibit 3, is hereby approve1 4 5 6 II 7 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City 8 9 held on the 23rd day of March , 1999 by the following vote, to wit: NOES: None 10 AYES: Council Members Lewis, Hall, Nygaard and Kulchin 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 23 28 ATTEST: &QEtki 2% ~- ALETHA L. WUTENKFWNZ, City Clerk] 1 (SEAL) 0 0 AGREEMENT FOR PRELIMINARY ENGINEERING AND ENVIRONMENTAL STUDIES FOR POINSETTIA LANE BRIDGE WIDENING PROJECT NO. 3551 THIS AGREEMENT is made and entered into as of the $3 d day ( Mer& J- 19 99 l by and between the CITY OF CARLSBAD, a municip corporation, hereinafter referred to as "City", and DOKKEN ENGINEERING, a Californi corporation, hereinafter referred to as "Contractor." RECITALS City requires the services of an engineering Contractor to provide the necessar design and environmental services for preparation of preliminary design, environment; services, and fina! design; and Contractor possesses the necessary skills an qualifications 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: 1. CONTRACTOR'S OBLIGATIONS See attached Exhibit "A". 2. CITY OBLIGATIONS The City shall: A. Provide contractor with one (1) digital copy, on 3-112" diskette, of CiQ Standard Special Provisions for Specifications in Microsoft Word, Version 7.0 format. rev. 2/26/96 -1 - 0 0 B. Provide one (1) copy, on 3-1/2" diskette, of City title sheet in AutoCz Release 14 format. C. Provide one (1) reduced set of as-builts plans for the existing brid< (reduced as-built plans are of poor quality and may not be complete). D. Expeditious review of plans in conformance with the design schedule. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt I notification to proceed by the City and be completed within one hundred eighty (18r calendar days of that date. Extensions of time may be granted if requested by tt Contractor and agreed to in writing by the Public Works Director. The Public WorC Director will give allowance for documented and substantiated unforeseeable ar unavoidable delays not caused by a lack of foresight on the part of the Contractor, ( delays caused by City inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $142,000. N other compensation for services will be allowed except those items covered t: supplemental agreements per Paragraph 8, "Changes in Work." The City reserves th right to withhold a ten percent (10%) retention until the project has been accepted t the City. Incremental payments, if applicable, should be made as outlined in attache1 Exhibit "A." rev. 212619 -2 - 0 0 5. DURATION OF CONTRACT This agreement shall extend for a period of two (2) years from date thereof. TF contract may be extended by the City Manager for two (2) additional one (1) ye; 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 ar length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contract( within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within ten (IO) days of completion and approval of the preliminary plans an reports, the Contractor shall deliver to the City the following items: A. A digital copy of the preliminary plans in AutoCad Release 14 format a 3-1/2" diskette or other digital storage device as approved by the City. B. One (1) set of preliminary drawings, ink on mylar or other medi acceptable to the City, on 24" x 36" sheets for the road and bridge widening. Plar shall be at a scale of I" = 40" or other scale as approved by the City. C. One (1 ) set of hard copy reports. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or th City, and informal consultations with the other party indicate that a change in th conditions of the contract is warranted, the Contractor or the City may request a chang in contract. Such changes shall be processed by the City in the following manner: 1 rev. 2/26/9 -3 - 0 e letter outlining the required changes shall be forwarded to the City by Contractor 1 inform them of the proposed changes along with a statement of estimated changes i charges or time schedule. A Standard Amendment to Agreement shall be prepared t the City and approved by the City according to the procedures described in Carlsba Municipal Code Section 3.28.172. Such Amendment to Agreement shall not rend4 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, t 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, cornmissior 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 shall have the right to annul this agreement without liability, or, in its discretior to deduct from the agreement price or consideration, or othewise recover, the fu amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. IO. 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 worl as provided for in this contract, the City Manager may terminate this contract fo nonperformance by notifying the Contractor by certified mail of the termination of thc rev. 2/26/9! -4- 0 0 Contractor. The Contractor, thereupon, has five (5) working days to deliver sai documents owned by the City and all work in progress to the Public Works Director The Public Works Director shall make a determination of fact based upon th documents delivered to City of the percentage of work which the Contractor h; 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 determir the final payment 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 upon request of the City, the Contractor shall assemble the work product and put sar in order for proper filing and closing and deliver said product to City. In the event t termination, the Contractor shall be paid for work performed to the termination datc however, the total shall not exceed the lump sum fee payable under paragraph 4. Th City Manager shall make the final determination as to the portions of tasks complete and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must I: 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 th Contractor may be subject to criminal prosecution. The Contractor acknowledges th; California Government Code sections 12650 et sea., the False Claims Act, provides fc civil penalties where a person knowingly submits a false claim to a public entity. Thes rev. 212619 -5 - 0 e provisions include false claims made with deliberate ignorance of the false informatio or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seek to recover penalties pursuant to the False Claims Act, it is entitled to recover ii litigation costs, including attorney's fees. The Contractor acknowledges that the filing 1 a false claim may subject the Contractor to an administrative debarment proceedin wherein the Contractor may be prevented to act as a Contractor on any public work ( improvement for a period of up to five years. The Contractor acknowledges debarmel by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractc from the selection process. fl<lnitial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference qflnitial) 13. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue an jurisdiction for resolution of any disputes between the parties arising out of thi agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's OWI way as an independent Contractor and in pursuit of Contractor's independent callinc and not as an employee of the City. Contractor shall be under control of the City on1 as to the result to be accomplished, but shall consult with the City as provided for in thl 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 rev. 2/26/9' -6 - 0 e The Contractor is an independent Contractor of the City. The payment made t the Contractor pursuant to the contract shall be the full and complete compensation t which the Contractor is entitled. The City shall not make any federal or state ta withholdings on behalf of the Contractor or its employees or subcontractors. The Cij shall not be required to pay any workers' compensation insurance or unemploymel contributions on behalf of the Contractor or its employees or subcontractors. Th Contractor agrees to indemnify the City within 30 days for any tax, retiremel contribution, social security, overtime payment, unemployment payment or worker compensation payment which the City may be required to make on behalf of th 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 from an 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 a 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 agencie: -7 - rev. 212619 0 e 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 I: executed or not. In the event this contract is terminated, all documents, plan specifications, drawings, reports, and studies shall be delivered forthwith to the City Contractor shall have the right to make one (I) copy of the plans for its 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 E claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and il officers, officials, employees and volunteers from and against all claims, damage! losses and expenses including attorneys fees arising out of the performance of th work described herein caused by any willful misconduct, or negligent act, or omission ( the contractor, any subcontractor, anyone directly or indirectly employed by any of the1 or anyone for whose acts any of them may be liable. 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. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under thi contract by the Contractor, Contractor shall be fully responsible to the City for the act -8 - rev. 212619 0 0 and omissions of Contractor's subcontractor and of the persons either directly c indirectly employed by the subcontractor, as Contractor is for the acts and omissions ( persons directly employed by Contractor. Nothing contained in this contract shz create any contractual relationship between any subcontractor of Contractor and th City. The Contractor shall bind every subcontractor and every subcontractor of subcontractor by the terms of this contract applicable to Contractor's work unlez specifically noted to the contrary in the subcontract in question approved in writing t 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, c similar functions in connection with the performance of this contract shall becom 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 th City, either before, during or after the execution of this contract, shall affect or mod? any of the terms or obligations herein contained nor entitle the Contractor to an additional payment whatsoever under the terms of this contrac rev. 212619 -9 - 0 a 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, "Hold Harmless Agreement," : terms, conditions, and provisions hereof shall inure to and shall bind each of the partic hereto, and each of their respective heirs, executors, administrators, successors, ar assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first writtc above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and th 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 th 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 ti 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 ti do business in the State of California. The insurance carrier is required to have -10 - rev. 2/26/9 0 0 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. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limit indicated herein, unless a lower amount is approved by the City Attorney or Cil 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 appl separately to the work under this contract or the general aggregate shall be twice th 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 bodil injury and property damage. 3. Workers' Compensation and Employer's Liability. Worker: Compensation limits as required by the Labor Code of the State of California an Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate t the contractor's profession with limits of not less than $1,000,000 per claim. Coverag shall be maintained for a period of five years following the date of completion of th work. -11 - rev. 2/26/9 0 0 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 shall be named as an additional insured on all policie excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the Cil 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 I 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 existin policies in order that the required coverages may be maintained. The Contractor i responsible for any payments made by the City to obtain or maintain such insuranc and the City may collect the same from the Contractor or deduct the amount paid fro1 any sums due the Contractor under this agreement. -12 - rev. 2/26/9 0 0 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receiv written notice on behalf of the City and on behalf of the Contractor in connection wit the foregoing are as follows: For City: For Contractor: Title Public Works Director Name Lloyd B. Hubbs Address 2075 Las Palmas Drive Carlsbad, CA 92009-1576 Title Project Manager Name Richard T. Liptak Address 3914 Murphy Canyon Blvd., Suite A-I53 San Diego, CA 92123 ArchitecffLicense Number: C 40887 ArchitectlLicense Number: 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for th duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to o contemplated herein, embody the entire agreement and understanding between tht parties relating to the subject matter hereof. Neither this agreement nor any provisiol rev. 2/26/91 -13 - 0 0 hereof may be amended, modified, waived or discharged except by an instrument i writing executed by the party against which enforcement of such amendment, waiver c discharge is sought. Executed by Contractor this day of 9 I9 * CONTRACTOR: DOKKEN ENGINEERING, INC. ATTEST: LLmL -2- G&*7;zh*, (print namehitle) ALETHA L. RAUTENKRANZ City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign fc corporations. If only one officer signs, the corporation must attach a resolution certifie by the secretary or assistant secretary under corporate seal empowering that officer 1 bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney n BY uCi&orney (z 3b!&--& rev. 2/26/E -14 - 0 e EXHIBIT “A” SCOPE OF WORK Poinsettia Lane Overhead Widening for A. Preliminary Design 1. Topographic mapping and surveying control. Topography shall mee National Map accuracy standards. The survey control shall include propert; lines and City boundary for the entire project length. Mapping and swe: data shall be NAD 83 compatible. 2. Preliminary engineering to refine the alignment and profile. 3. Preliminary design of roadway including size and location of drainagc facilities, type and location for utility lines and lighting. 4. Preliminary siting of the new bridge abutments and piers. 5. Bridge advance planning studies for proposed structure, including three spa] and single span alternates. Construction cost estimates for each alternate tc be included. 6. Bridge General Plan for selected alternate. 7. Preliminary stage construction and trdc handling plans. 8. Design and analysis of 40-scale for intersections at Poinsettia Lane Carlsbad Boulevard and Poinsettia LandAvendia Encinas. 9. Research of all existing and proposed utilities affected by the project anc identification of those utilities requiring relocation as a result of the proposec project. 10. Work with the affected utilities in the rerouting of utilities needin relocation. 11. Coordinate sewer, water and recycled water requirements with CMWD. 12. Preliminary layout and estimates for sewer, water and recycled water. 13. Identification of easements required by the new roadway, including slopc easements, drainage easements, utility easements and constructiol easements. 14. Landscape Concept Plan. 15. Perform geotechnical studies and prepare reports for roadway and structurc design. 16. Coordinate preliminary design and construction constraintshequirerent with railroad agencies. 17. Determine Contractor’s allowable staging areas and access. 18. Coordinate design and construction requirements for environmenta approval. 0 0 19. Determine existing .right-of-way limits adjacent to project and determinc addition right-of-way required for project. 20. Perform design surveys to verify top0 mapping and to gather design data fo profile and conforms. 21. Determine existing and future traffic volumes. 22. Pothole existing utilities to determine their physical size, location an1 elevation. B. Environmental 1. Screen check Initial Studymtigated Negative Declaration (IS/MND) 2. Draft ISMD 3. Final MND 4. Community Meetings and Public Hearings by Dokken Engineering 5. Permitting C. Final Design (For information only - not included in this agreement) 1. Preparation of Plans, Specifications and Cost Estimate. 2. Prepare plans in ink on mylar, or other media acceptable to City, on screene topographic map using scales of 1" = 40' horizontal and 1" = 4' vertical o 1" = 8' vertical as agreed to prior to plan preparation. Provide one set c approved final plans in digital format compatible with AutoCAD Rel. 14 o current version in use at the time plans are prepared. Digital drawings sha be on 3 1/2" floppy disks or other media approved by the City. Provide one SE of mylar plans of final drawings. 3. Include in the improvement a typed list of contract items to be included i the Contract Documents. Estimate and bid item list to have identical itel descriptions, compatible with Standard Specifications for Public . Worh Construction (SSPWC), and identical unit values. 4. Submit detailed calculations and summary sheet of Engineer's Estimate fc construction. 5. Prepare hydrologic and hydraulic reports to City standards. 6. Prepare erosion control plans. 7. Prepare phasing and traffic control plans. 8. Prepare striping and signing plans 9. Prepare structure plans 10. Prepare city street lighting plans. 11. Prepare planting and irrigation plans. 0 e 12. Prepare water line plans, specifications and estimate. 13. Prepare sewer line plans, specifications and estimate. 14. Prepare recycled water line plans, specifications and estimate. 15. Prepare technical specifications, including standard and special provisionr Provide printed original and electronic copy in Microsoft Word Version 7 t the City. Specifications in Greenbook format only. 16. Provide to the City Project Manager, in a timely manner, copies of telephon conversations reports, meeting minutes, transmittals and correspondence. 17. Provide fifteen (15) sets of bluelines of plans at 30%, 70% and 90% planchec submittals. 18. Provide fifteen (15) copies of the technical specifications and cost estimates E 70% and 90% plancheck submittals. 19. Coordinate design with Carlsbad Municipal Water District (CMWD) wher applicable. 20. Provide plans to affected utility companies and assist City Project Managc with coordination for relocation of facilities required to be relocated due to th roadway construction. 21. Coordinate design and construction requirements with railroad agencies. D. Project Management (For information only - not included in this agreement) 1. Project meetings shall include an initial project kick-off meeting wit monthly meetings until the project is complete. 2. Prepare a detailed project schedule using Microsoft Project, or other approve software of the preliminary and find design phases. The project schedul shall be updated monthly and with each submittal and be provided to Cil Project Manager sufsciently prior to the monthly meetings for adequal review. 3. Quality assurance review. 4. Prepare semi-monthly (2 per month) progress reports detailing wox accomplished during period and work anticipated for next period. 5. Prepare meeting minutes and record of conversations for all project relate meetings and phone conversations. e 0 .. COST ESTIMATE Poinsettia Lane Overhead Widening A. Preliminary Design Firm Comments Total Dokken Engineering All tasks, except those noted below $35,000 Project Management $14,000 Lintvedt, McColl Determine and set ground control $1,000 Top0 mapping $5,500 Determine existing RJW $2,100 Design surveys $4,800 Pothole Utilities $820 Daniel IBoyle Engineering Coordination & Preliminary Design $13,650 for CMWD JL Patterson Railroad Coordination, Agreements $7,900 AGRA Earth & Environmental Geotechnical Reports $16,915 Linscotlt, Law & Greenspan Provide traffic data Determine lighting $2,000 $1,000 ADL Planning Landscape Concept Plan $1,000 Total $105,500.0( B. Environmental Firm Comments Total Dokken Engineering Community Meetings & Public $960 Hearings LSA Associates, Inc. All tasks $35,500 Total $36,500.00 Subtotal Preliminary Design A. $142,000.0( & Environmental B. 0 e C. Final Design (For information only - not included in this agreement) Firm Comments Total Dokken Engineering AU tasks, except those noted below $133,160 Daniel Boyle Engineering 0 Sewer, Water & Recycled $33,980 Water,P.R. Station JL Patterson Railroad Coordination $3,200 Linscott, Law & Greenspan Lighting Plans $4,038 ADL Planning Landscape Plans $10,000 Total $184,500.0 D. Project Management (For information only - not included in this agreement) Firm Comments Total Dokken Engineering 20 hrdmonth for 5 months $11,000 Total $11,000.00 Subtotal Final Design C. & Project $1953500*0 Management D. TOTAL $337,600.0 0 0 OPTIONAL TASKS (EXHIBIT “A”) (To be negotiated, as necessary) 1. Right-of-way Maps and Legals 2. Right-of-way Acquisition Services 3. Environmental Services above and beyond IS/MND clearance 4. CDP Permitting ($800.00 estimated) 5. Community MeetingsPublic Hearings involvement by LSA personnt ($3,700.00 estimated) 0 0 ALL-PURPOSE ACKNOWLEDGMENT eoeoeoeoeoeoeoe-eoeoeo(Doe-eoeoeoe~ T,tate of California > 1 County of %h 4-0 j ss. L 1 On MafGh \2! 97 before me, nln&2\charcp., (DATE) i personally appeared Q\chard 'T. Lpk., cad 7Yl&sL,d cplk 0 SIGNER@) 1 personally known to me - OR- proved to me on the basis of satisfactc evidence to be the person(s) whose name is/are subscribed to the within instrument 2 i v i i i 0 acknowledged to me that hdshdthey execu the same in his/her/their authoriz capacity(ies), and that by his/her/th signature(s) on the instrument the person or the entity upon behalf of which 1 person(s) acted, executed the instrument. 1 i i WITNESS my hand and official seal. * \- t - NOTARY'S SIGNATURE 1 i i CAPACITY Cw:D BY SIGNER (PRmcIPm) DESCRIPTION OF ATTACHED DOCUMENT i w CopRATEOmcER i \)ice Qe5d-k /Gc i&CU 06 Pari TITLE(S) feL?l io i: i ii i - OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this ackno edgment to an unauthorized document. INDIVIDUAL 7XTL.E OR TYPE Op DOC&NT PARTNER@) ATTORNEY-IN-FACT i TRUSmE(S) ao NUMBER OF PAGES GUARDIAN/CONSERVATOR OTHER: S-/=5cplq4 DATE OF DOCUMENT 1 SIGNER IS REPRESENTING: NAM OFPER 0 (S OR ENTITY(1ES) I r\ \k .(in OTHER .~.~.~.~.~.~.~e~e~e~e~e~e~e~e~.~*~ APA 1/94 VALLEY-SIERRA, 800-362-3369