Loading...
HomeMy WebLinkAboutBen C Gerwick Inc; 2005-11-04;RATIFICATION OF AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (BEN C. GERWICK, INC.) This Ratification of Amendment No. 1 is entered into as of the c*(J day of , 200_^T_, but effective as of the 4th day of_ November, 2006, ef^tding and amending the agreement dated November 4, 2005 (the "Agreement") by and between the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad("CMWD"), and Ben C. Gerwick, Inc., a corporation, ("Contractor") (collectively, the "Parties"). RECITALS A. The Agreement, as amended from time to time expired on November 4, 2006 and Contractor continued to work on the services specified therein without the benefit of an agreement. B. The Parties desire to alter the scope of work of the Agreement to include construction support services; and C. The Parties desire to extend the Agreement for a period of two (2) years; and D. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1 . The retroactive extension and amendment of the Agreement is ratified. 2. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 3. CMWD will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed forty one thousand eight hundred ninety dollars ($41, 890). 4. Contractor will complete all work described in Exhibit "A" by November 4, 2008. 5. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 6. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. General Counsel Approved Version #07.05..01 7. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this amendment. CONTRACTOR BEN C. GERWICK, INC., a corporation *By: v_ (sign here) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: (print name/title)/ (e-mail address) President, Executive Manager or designee ATTEST: (sign heref LORRAINE M. WOOD Secretary (print name/title) HfJ ® (e-mail address) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached, if a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. 'Group A. Chairman, President, or Vice-President "Group B. Secretary, Assistant Secretary, CFOor Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel ILLBy: /J^ 'eputy SeneTaX Counsel General Counsel Approved Version #07.05..01 company City of Carlsbad, Public Works - Engineering Attention Mr. Christopher M. Muehlbacher, P.E. Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone: 760-602-2736 Fax: 760-602-8562 Email: cmueh@.ci.carlsbad.ca.us Ben C. Berwick, Inc. Member of the COWI Group Consulting Engineers 20 California St., Ste. 400 San Francisco, C A 94111 Tel. 415.398.8972 Fax. 415.398.0433 http://www.gerwick.com/ Re: Lake Calavera Outlet Facilities - Remedial Improvements: Construction Phase Services Proposal Dear Christopher, For your consideration, please find below our proposal for construction phase services related to the in-the-wet design aspects of the Lake Calav- era Outlet Facilities. Our estimate of the costs is as follows: Contract type: Time and Materials Scope of Work TaskS. In-the-wet construction. Construction Phase Services Please refer to drawing sheets C-6, C-7, C-8, M-l, M-2, and M-3 for the two-piece circular cofferdam, the pile system and pipe saddles, and the precast concrete conduit banks which are included in the scope of services. 1. Review of shop drawing submittals: total $3.700 10 hr x $160/hr (sr. engineer) = $1,600 20 hr x $105/hr (jr. engineer) = $2,100 Assumes 10 shop drawings. 2. Review of miscellaneous submittals: total $1.920 Say 4 x 3 hrs = 12 hrs x $160/hr (sr. engineer) = $1,920 3. Response to requests for information (RFI): total $8.800 10 at 1.5 hr = 15 hrs x $160/hr = $2,400 10 at 2 hr = 20 hrs x $160/hr = $3,200 4 at 5 hr = 20 hrs x $160/hr = $3,200 RFI responses will be faxed or emailed. 4. Coordination or administration: (6 hrs + 10 wks x 2 hr/wk) x $160/hr = $4.160 Date December 15,2006 Your ref. Lake Calavera Our ref. 2005-44 Task 5 Sent. Select from List PI For your information 171 For your comments PI For your approval PI As per your request |~j Please telephone PI Please return P:\2005\2005-44\admin\MSWafterJuly7\Construction Services Proposal 15D8c2006.doc 2/2 5. City of Carlsbad Business License: $50 6. FedEx-$200 7. Two site visits: $10.900 Assumes site visits for structural observation at two critical stages such as dewatering of cofferdam. Site visit A 2 days (incl. travel) x 8 hrs x $160/hr. = $2,560 Flight $400 Hotel 1 night x $100/night Rental car $150 Meals 2 days x $50/day = $100 Site visit B 2 days (incl. travel) x 8 hrs x $230/hr. (sr. specialist) = $3,680 2 days (incl. travel) x 8 hrs x $160/hr. = $2,560 Flights 2 x $400 = $800 Hotel 2 x 1 night x $100/night = $200 Rental car $150 Meals 2x2 days x $50/day = $200 8. Bidding Assistance: 16 hrs x $160/hr. = $2.560 9. As-needed for construction-related issues to be approved prior to task : 60 hrs x $160/hr. = $9.600 1 $3,700 2 $1,920 3 $8,800 4 $4,160 5 $50 6 $200 7 $10,900 8 $2,560 9 $9,600 Total $41,890 Thank you for considering our proposal. Please call or email me if you have any questions or would like to discuss the proposal. Sincerely, Michael Woods, PE Senior Engineer Direct 415-288-2752 E-mail msw@gerwick.com P:\2005\2005-44\adrnin\MSW after July7\Construclion Services Proposal 15Dec2006 doc AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (BEN C. GERWICK, INC.) entered into as of the day of by and between the CARLSBAD MUNICIPAL WATER under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad, referred to as (TMWD"), and BEN C. GERW ICK, Inc., a corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a professional engineering contractor that is experienced in Civil Engineering. B. Contractor has the necessary experience in providing professional services and advice related to Civil Engineering. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The Executive Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof in an amount not to exceed twenty thousand dollars ($20,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. Time is of the essence for each and every provision of this Agreement. TIME IS OF THE ESSENCE 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be fifty five thousand eight hundred dollars ($55,800). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this General Counsel Approved Version #04/02/02 1 Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this General Counsel Approved Version #04/02/02 2 section, and that this section will survive the expiration or early termination of this Agreement. IO. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will 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 Best's Key Rating of not less than "A-:V". IO. 1 Coveraqes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General Counsel or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence I i mit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liabilitv. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The CMWD and the City of Carlsbad will be named as an additional insured on General Liability. General Counsel Approved Version #04/02/02 3 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. Failure to Maintain Coveraqe. 10.5 CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. Submission of Insurance Policies. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. General Counsel Approved Version #04/02/02 4 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMW D: For Contractor: BEN C. GERWICK, INC. Name Chris Muehlbacher Name Robert Bittner Title Associate Enqineer Title Pres id en t Carlsbad Municipal Water District Address 20 California Street, Ste 400 Address 1635 Faradav Avenue San Francisco, CA 941 11 Phone No. 760-602-2736 E-Mail Address rbb@gerwick.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. Carlsbad, CA 92008 Phone No. 41 5-398-8972 16. CONFLICT OF INTEREST CMWD will evaluate Contractor’s duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and CMWD’s Conflict of Interest Code is required of Contractor or any of Contractor’s employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor’s affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor’s agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor’s agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor’s services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. General Counsel Approved Version #04/02/02 5 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will 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 the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this General Counsel Approved Version #04102/02 6 Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act applies to this Agreement and, 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 CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement . 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. General Counsel Approved Version #04/02/02 7 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CARLSBAD MUNICIPAL WATER *By: DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of WAG (sign ter (print namekitle) M4ds J&er?sel? : sf=rc*ry mN7e 3 erc.Jri,k.C-m ' J(e-mail address) L~RAIN~OO If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officgqIfr;9n each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALR R. BALL, General Counsel By: Deputy General Coude1 General Counsel Approved Version #04/02/02 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Signer's Name: 0 Individual 0 Corporate Officer - Title(s): State of California I Signer's Name: 0 Individual 0 Corporate Officer - Title(s): ' 0 personally known to me Groved to me on the basis of satisfactory evidence to be the person(s) whose narne(s)&bscribed to the within instrument and acknowledged to me that xecuted the same in signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. authoriz he'shw capacity(ies), and that by Place Notary Seal Above / Signature of kotary Public OPTlONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Trustee 0 Attorney in Fact 0 Guardian or Conservator 0 Other: Signer Is Representing: I Guardian or Conservator Other: Signer Is Representing: I Q 2004 National Notary Association * 9350 De Solo Ave., P.O. Box 2402 Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 Mr. Christopher M. Muehlbacher, P.E. Associate Engineer City of Carlsbad, Public Works - Engineering 1635 Faraday Avenue Carlsbad, CA 92008 20 California St., Ste. 400 San Francisco, CA 941 11 Tel. 415.398.8972 Fax. 415.398.0433 http:/lwww.gerwick.corn/ Date August 3 1,2005 Our ref. Subject: Lake Calavera Outlet Facilities - Remedial Improvements Dear Mr. Muehlbacker, Thank you for giving us the opportunity to quote our services on your project. Our firm specializes in developing concepts for in-the-wet construction rather than using major site dewatering. We have performed this service on several major projects for the US Army Corps of Engineers. After reviewing the plans you sent us for the modification to the Lake Calavera outlet facilities, we believe the proposed modification work can be performed efficiently and economically in- the-wet rather than by lowering of the reservoir to allow the work to be performed in-the-dry. Our proposed concept would be to use a two-piece circular cofferdam to fit around the top of the outlet tower. The cofferdam would be approximately 18 to 20 feet in diameter and would be sealed to the existing tower a few feet below the required demolition level. The cofferdam would allow the demolition and modification to the tower to be performed in the dry with the reservoir level maintained at your current operating level. This type of cofferdam has been used on at least two other projects that we have been involved with, Braddock Dam and the New Carquinez Bridge. This type of cofferdam is considered a temporary structure and as such is typically designed by the contractor. The connecting 24" pipeline would be supported on driven piles rather than on the pipe support pedestals shown on your current design drawings. The following is our proposed scope of work: Scope of Work Task 1. Prepare a Memomeport regarding why a full-depth cofferdam is not practicable or necessary, and a description of the proposed method of performing the required outlet modifi- cations using in-the-wet construction techniques. This will include preliminary information to begin preparation of the environmental permits including noise, construction duration, and cost estimate. This task will be completed 30 calendar days from notice to proceed. (T&M Sum: $12,000.) H:\Capital Improvement hgramU821 Lake Calavera Improvements\Administrative Documnts\Gerwick 2nd Proposal 8-3 I-05.doc 212 Task 2. A Preliminary Design Report (30% Design) - Including Plans & Sections showing the stages of construction, with sufficient information to complete preparation of the necessary environmental document (info regarding noise, staging area requirements, duration of construction, ect); engineer's cost estimate for this component of construction. The intent would be to use the existing design (drawings and specifications) and modify it where necessary in order to allow use of the in-the-wet construction techniques. This task will be completed 60 calendar days from notice to proceed. (T&M Sum: $1 8,000) Task 3. Final Design (T&M Sum: $23,000) A. 70% Design Submission - Plans & Technical Specs - To be complete within 21 calen- dar days of receiving final review comments of Preliminary Design Report. B. 90% Design Submission - To be completed within 14 calendar days of receiving final comments on 70% Design Submission. C. Final Submission of P&S - To be completed within 14 calendar days of receiving final comments on 90% Design Submission. Task 4. Bidding Assistance (T&M Sum: $2,800) This scope of services outline in Tasks 1,2 and 3 include the following: 1. 2. 3. 4. Design of the pile system and the pipe saddle. Design of the control system conduit (hydraulic & pneumatic) and its harnessing sys- tem. Effort for producing Planning Commission exhibits (plan & sectional). This will basi- cally be the same as the actual design with exception of minor cad changes to the title sheet and the likely removal of superfluous information. Two trips to Carlsbad for meetings with you and your staff. If additional trips are re- quired we propose performing them on a time and material basis In addition, we understand that these plans & specs will require submission to, and approval from, DSOD. Thank you again for considering our firm. We look forward to working with on your very interesting project. Sincerely, BEN C. GERWICK, INC. Robert Bittner, P.E. President HXapital Improvement ProgramU8Zl Lake Calavera Improvements\Administrative Documents\Genvick 2nd Proposal 8-3 I-05.doc