Loading...
HomeMy WebLinkAbout2000-06-06; Municipal Water District; 477; Lake Calavera Improvements - CGvL EngineersI c’ , Fy;, :- \‘; ‘, : i CARLSBAD IiiNICIPAL WATER DISTRICT-m AGENDA BILL ;.~ ‘::; * . ;” AB# w. I_ _._ -. TITLE- APPROVE AND AUTHORIZE ENGINEERING SERVICES CONTRACT WITH MTG. 6/06/00 CGvL ENGINEERS FOR LAKE CALAVERA IMPROVEMENTS, PRELIMINARY DESIGN REPORT, CITY PROJECT NO. 38211 DEPT. ENG RECOMMENDED ACTION: Adopt Resolution No. -s contract with CGvL Engineers or to approve and authorize an engineering services a e City Project No. 38211. Calavera Improvements, Preliminary Design Report, ITEM EXPLANATION: In 1999, the outlet works failed at Lake Calavera resulting in the inabili maintenance staff to control flows through the dam at Lake Calavera. A tdy . for operations. and drtronal y, the City IS designing a shooting range on the south side of Lake Calavera. This shooting range requires an access road to reach the site. One alternative for the access road is to place it over Lake Calavera’s spillway and dam. Finally, the public currently has uncontrolled access to Lake Calavera and its surrounding property resulting in a public safety and liability concern. Proposals were requested from three firms to provide professional engineering services regarding five items, including: 0 Outlet works repairs 0 Spillway remedration 0 Access road improvements 0 Water quality control 0 Surrounding property uses and control options Requests for included CD hR roposals were issued to three firms and two firms submitted proposals. The firms Engineers and CGvL Engineers. After reviewing the proposals submitted, staff recommends the firm of CGvL Engineers as submitting the most responsive proposal. ENVIRONMENTAL REVIEW: Desi n TZ&%i~~ir%lectiong Report is exempt from CEQA in accordance with Section 15306, Further environmental review will occur based on the findings of the Preliminary Design Report. FISCAL IMPACT: The proposal submitted by CGvL Engineers was in the amount not-to-exceed $80,305. Following is a breakdown on the project cost: LAKE CALAVERA IMPROVEMENTS EXHIBITS: 1. Location Map. 2. Resolution No District to of the Board of Directors of the Carlsbad Municipal Water orize execution of an en ineering services contract with CGvL Engineers to r repare a Preliminary Design Report or Lake Calavera Improvements, ? City Project No. 382 1. 3. Agreement with CGvL Engineers for preparation of Lake Calavera Improvements, Preliminary Design Report, City Project No. 38211. LOCATION MAP CITY OF OCEANSIDE cl;rv 0F CARLSBAD CITY OF OCEANSIDE PROJEC PROJECT NAME LAKE CALA VERA MPROVEMENTS r:t;;; EXH’B’T PRELlMhVARY DESIGN REPORT 36211 I n\, L,.^_ r,,.., . ...11”*.l -,- In- >‘“I, t”“N>. ‘ 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 i RESOLUTION NO. 1089 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO APPROVE AND AUTHORIZE EXECUTION OF AN ENGINEERING SERVICES AGREEMENT WITH CGvL ENGINEERS TO PREPARE A PRELIMINARY DESIGN REPORT FOR LAKE CALAVERA IMPROVEMENTS. CITY PROJECT NO. 38211. WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, has determined it necessary and in the public interest to accept the proposal submitted by CGvL Engineers to prepare a Preliminary Design Report for the Lake Calavera Improvements; and WHEREAS, funds have been appropriated in the amount of $150,000 in the 1999/2000 Capital Improvement Program for the preparation of the Preliminary Design Report and the engineering services contract is for the amount of $80,305, plus $9,695 for contingencies, for a total cost of $90,000, therefore, there are sufficient funds available for this project. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the agreement between CGvL Engineers and the Carlsbad Municipal Water District be approved and accepted. 3. That the President is authorized and directed to execute the engineering services agreement between CGvL Engineers and the Carlsbad Municipal Water District. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the day of tune 6th 9 2000 by the following vote, to wit: Hall, Finnila, Nygaard and Kulchin CLAUwA!‘LEWIS,%!Yrdent ATTEST: +aztpmLat- ~-BRRAINE WOOD, Secretary (SEAL) 3 AGREEMENT WITH CGvL ENGINEERS FOR PREPARATION OF LAKE CALAVERA IMPROVEMENTS PRELIMINARY DESIGN REPORT CITY PROJECT NO. 38211 THIS AGREEMENT is made and entered into as of the 15th day of Time t 20x, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and CGvL Engineers, a California “S” Corporation, hereinafter referred to as “Contractor.” RECITALS City requires the services of an engineering services Contractor to provide the necessary engineering design services for preparation of Lake Calavera Improvements, Preliminary Design Report; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS Refer to Exhibit “A”, attached hereto and made a part hereof. 2. CITY OBLIGATIONS The City shall provide available information regarding the construction of the dam and spillway at Lake Calavera, proposed wetlands initial study report, and roadway alignment to proposed shooting range. -1 - Rev. 2/15/00 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the District and be completed within one hundred eighty (180) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works Director. The Public Works 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 District 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 at a not-to-exceed Eighty Thousand Three Hundred Five ($80,305) Dollars. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the District. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the Executive Manager for one (1) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the Districts needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. Rev. 2/l 5/00 1 ’ 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. 7. FINAL SUBMISSIONS Within seven (7) days of completion and approval of the Public Works Director, the Contractor shall deliver to the District the following items: Five (5) copies of the Lake Calavera Improvements, Preliminary Design Report. 6. CHANGES IN WORK If in the course of the contract, changes seen merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be fowarded to the District 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 the District and approved by the District 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 3 Rev. 2/l 900 company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award of making of this agreement. For breach or violation of this warranty, the District 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. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the Executive 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 District and all work in progress to the Public Works Director. The Public Works Director shall make a determination of fact based upon the documents delivered to District of the percentage of work which the Contractor has performed which is usable and of worth to the District in having the contract completed. Based upon that finding as reported to the Executive Manager, the Manager shall determine the final payment of the contract. Rev. 2/l 5/00 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 District, the Contractor shall assemble the work product and put same in order for filing and closing and deliver said product to District. 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 Executive Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the District 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 District, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Codes sections 12650 et sea., 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 Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may 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 5 Rev. 2/l 5/00 Contractor acknowledges debarment by another jurisdiction is grounds for the Board of Directors to disqualify the Contractor from the selection process. /!gtbL (initial) 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. 13. JURISDICTION 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. STATUS 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 Contractors independent calling, and not as an employee of the District Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provided for in request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the District for any purposes whatsoever. The Contractor is an independent Contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholding on behalf of the Contractor or its employees or subcontractors. The District 6 Rev. 2/l 5100 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 District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the District and the City of Carlsbad 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 District and the City of Carlsbad from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration 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. CONFORMITY 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 District will provide copies of the approved plans to any other agencies. Rev. 2/l 5/00 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the District. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “District” and the “City” and their officers, officials, employees and volunteers from any and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them 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 monies due thereunder without the prior written consent of the District. Rev. 2/15/00 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 the District 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 or indirectly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the District. 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 District. 21. PROHIBITED INTEREST No official of the District who is authorized in such capacity on behalf of the District to negotiate, make, accept, or approve, or take part in negotiating, 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 District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. Rev. 2/l 5/00 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Hamless 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. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The District has determined, using the guidelines of the Political Reform Act and the District’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 10 Rev. 2/l 5100 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Bests Key Rating of not less that “A-Y” and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coveraoes and Limits Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. 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 Liability (if the use of an automobile is involved for Contractors work for the District). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 11 Rev. 2/l 5100 3. Worker’s Compensation and Employer’s Liability. Worker’s Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractors profession with limits of not less than $1 ,OOO,OOO 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 this agreement contain, or are endorsed to contain, the following provisions. 1. The District and the City of Carlsbad 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 District before commencement of work. 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 District sent by certified mail. If the Contractor fails to maintain any of the insurance coverages required herein, then the District will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on 12 Rev. 2/l 5/00 existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the District to obtain and maintain such insurance and the District may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or the receive written notice on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: Title Public Works Director Name Lloyd B. Hubbs Address 1635 Faraday Avenue Carlsbad, California 92008 For Contractor: Title James A. Cathcart, Principal Name CGvL Engineers Address 6 Hughes, Suite 100 Irvine, California 92618 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, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in 13 Rev. 2/l 5100 ,,’ , ” GENERAL ACKNOWLEDGMENT NO.201 / tary Public, personally appeared jZLpersonally known to me Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) subscribed to the within instrument, and acknowledged that executed it. WITNESS my hand and official seal. writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this // CONTRACTOR: CARLSBAD MUNICIPAL WATER CGvL ENGINEERS, or designee JrnYS A.. &&&.rj/ & $lj Jr 6. (print nameZtitle) Ad. / Date: b -/!5-m Al-TEST: Gecution by Contractor must be attached.) lent or vice-president and secretary, assistant secretary, CFO or assistant treasurer thrust sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM RONALD R. BALL r;J;jg- 14 Rev. 2/l 5/00 EXHIBIT "A" City of Carlsbad Lake Calavera Improvements Preliminary Design Report Estimated Fee Cost, dollars Task Description Labor Direct Total 1 Investigate Existing Conditions 3,384 50 3,434 2 Examine Wetlands Options 1,710 2,000 3,710 3 Analyz,e Storage Requirements 2,540 0 2,540 4 Evaluate Tributary Runoff 857 7,100 7,957 5 Develop I/O Works Design Concept 4,871 100 4,971 6 Evaluate Other Res. Improvements 4,150 100 4,250 Recommend Pumping Sta. & Pipe Locations 4,950 7 857 5,807 8 Develop Res. Conversion Requiremmts 3,848 0 3,848 9 Evaluate Site Security 4,286 100 4,386 10 Prepare RIB. Monitoring Program 1,564 0 1,564 11 Perform Benefit/Cost Analysis 5,182 800 5,982 12 De&mine Site Access Improvements 857 5,700 6,557 13 Prepare Preliminary Design Report 12,024 1,600 13,624 14 Project Management & Meetings 8,675 3,000 11,675 Total 54,805 25,500 80,305 : wrnnnsmd 9000\C-l ahCaIn 025\Estfmhl dtv da June 16,200O James A Cathcart CGvL Engineers 6 Hughes, Ste 100 Irvine CA 92618 Re: Agreement related to Carlsbad City project 38211 The City of Carlsbad has approved the agreement for the preparation of Lake Calavera improvements preliminary design report at the council meeting of June 6,200O. Enclosed please find a fully executed copy of the agreement for your files. Debra Doerfler c/ Carlsbad City Clerk’s Office Enclosure 1200 Carlsbad Village Drive * Carlsbad, CA 92008-l 989 - (760) 434-2808 @ CGvL ENGINEERS May lo,2000 Mr. William E. Plummer, P.E. Deputy City Engineer, Design City of Carlsbad 1635 Faraday Avenue Carlsbad, Ca. 92008-7314 WY 9 5 20QO ENC;INEERING DEPARTMENP 90 l-2000/25 Subject: City Business License Dear Bill: Enclosed is a copy of our business license for the City of Carlsbad. I believe this is the only outstanding item needed before the City can execute our Lake Calavera design report contract. Please call me when the agreement is fully executed, so we can schedule an initial project kickoff meeting. Dave and I look forward to working with you and the City on this project. Very truly yours, CATHCART GARCIA VON LANGEN Principal Enclosure(s) (1) G:\Roposa1.2000\CMWD~ec~l~OZ~“~-Lic_ Xmtl Ltr.hc 6 Hughes l Suite 100 Irvine l California l 92618 (949)454-3600 l FAX (949)454-3601 Website l www.cgvl.com NOTTRANSFERABLE ’ ’ B&3. NUMBER elm OF &/$R‘iSB/qj i 209767 ..BuslNts~ ~EGJS~RA~~~N:CERT~PICATE l’hhe persm firm or ppomtlb, named b&w is g&tad kii, bulks oertiirats pursirmnt ta ths prwidonsqt the Cit&+&t%ke~; DATE PAID Ordmancer to ehgags il, srryon or cmdudths busnes; trele. &kg, prqfesdm. exk/biM oroauph@n cbscrbed’btbw. .I$arancir.of 05/04/2000 Ihe cetiikate k mt an mdpnemerl, norcddifraldn ofmmplbnceiuiU1 otkror$&ncas or bwd. Th;@ loenseirissuedCilhoul’~rifidtion thaithe lbeheeis wbjxt toorexemptfrirm icmshg byihe Sk&of Calhmia. , ,* 1 ‘,., .i,, %# ,” a.,.- _ _’ ,’ .Sli= CODE siqz &.~~C~IPTI~N~ ’ . . .: ,’ 8999 Services, Not Elsewhere !Xssi&d. ,’ ,‘.l ” 1 .< _ ~ , . p\i\iN,Eti FIRM OR CGVL EN&NE&S , i COi?PORATlON bjAME C$;THCART; JP;Mf=S . . . . . -- .4’ ;-, “‘- .‘I’, -; ,.. ‘_ : :, ._’ ; .-. : -’ BUSiNESS NAME t&lilNb ADCjRESS ,‘j ;.” CITY AiD STATE I&NE CA, @I &oO(-J~ .-:,’ .: ,,-y’ : 2::: ..,. .:.: i . ‘.- ./ ;’ .L’ _ ,-i -‘ ..Y.. . ...-’ .<‘, KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT wS. NO. 1209767 DATE PAID 05/04/2000 08.160 50.00 TOTAL 0.00 TAXES PAID IN ACCORDANCE WlTH CITY BUSINESS TAX ORDINANCE CITY OF CARLSBAD