Loading...
HomeMy WebLinkAboutMael, Jennifer R. dba Mission Consulting Services; 2015-10-01; UTIL1268UTIL1268 AGREEMENT FOR RECYCLED WATER MODELING SERVICES TO DETERMINE ADDITIONAL STORAGE NEEDS AT THE TWIN D TANK SITE JENNIFER R. MAEL, dba MISSION CONSULTING SERVICES II^GR^EMENT is made and entered into as of the /^Z^ day of "l^A/^r^ , 2015, 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 Carisbad, ("CMWD"), and JENNIFER R. MAEL, dba MISSION CONSULTING SERVICES, a sole proprietorship, ("Contractor"). RECITALS CMWD requires the professional sen/ices of an engineering consultant that is experienced in preparing a hydraulic evaluation of the recycled water system to determine the storage needs at the Twin D recycled water tank site. Contractor has the necessary experience in providing these professional sen/ices, has submitted a proposal to CMWD and has affirmed its willingness and atiility 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 perfonn, and Contractor agrees to render, those services (the "Sen/ices") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM This Agreement will be effecfive for a period of one (1) year from the date first above written. 3. COMPENSATION The total fee payable for the Services to be performed will be four thousand five hundred dollars ($4,500). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD resen/es the right to withhold a ten percent (10%) retention until CMWD has accepted the wori< and/or the Services specified in Exhibit 'A." 4. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under the control of CMWD only as to the results to be accomplished. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the wori< described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectiy 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 CMWD incurs or makes to or on behalf of an injured employee under the CMWD's self-administered woricers' General Counsel /Approved Version 4/2/15 UTIL1268 compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or eariy termination of this Agreement. 6. INSURANCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a cun-ent Best's Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least 'A:X"; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1,000,000) each, unless othenwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to CMWD by certified mail. CMWD will be named as additional insured on General Liability which shall provide primary coverage to CMWD. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. Contractor will furnish certificates of insurance to CMWD with endorsements to CMWD, prior to CMWD's execution ofthis Agreement. 7. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 8. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carisbad Business License for the temn of this Agreement. 9. TERMINATION CMWD or Contractor may terminate this Agreement at any time after a discussion, and written notice to the other party. CMWD will pay Contractor's costs for services delivered up to the time of termination, ifthe services have been delivered in accordance with the Agreement. 10. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the Califomia False Claims Act, Government Code sections 12650, ef seq., and Carisbad Municipal Code Sections 3.32.025, ef seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for CMWD to terminate this Agreement 11. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 12. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of CMWD. General Counsel Approved Version 4/2/15 UTIL1268 13. AMENDMENTS This Agreement may be amended by mutual consent of CMWD and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. 14. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behaif 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 JENNIFER R. MAEL dba MISSION CONSULTING SERVICES, a sole proprietorship CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Patrick*A. Thomas / Public Works Director Jennifer R. Mael / Sole Proprietor-Owner (print name/titie) By: (sign here) (print name/title) 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, CFO or 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: CELIA A. BREWER, General Counsel By: General Counsel Approved Version 4/2/15 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA ) ) ss. COUNTY OF SAN DIEGO ) On September 1 DATE _, 20 15 before me,_ Gerrv Canfield. Notarv Public. NAME, TITLE OF OFFICER personally appeared Jennifer R. Mael , NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. •MM WITNESS my hand and official seal. GERRY C. CANFIELD Commitiion # 2074237 Notary Public • CaUfornia San Diego County My Comm. Expires Au|^j|^^8{ SIGNATURE OF NOTARY PUBLIC Mission Consulting Services WATER SYSTEMS SPECIALISTS August 13,2015 Exhibit "A" Ms. Shadi Sami Public Works Department City of Carlsbad 5950 El Camino Real Carisbad,CA 92008 RE: TWIN "D" TANKS RECYCLED WATER ANALYSIS Ms. Sami, I am pleased to provide this proposal for engineering consulting services to prepare a hydraulic evaluation of the City's system to determine the appropriate size for additional storage at the Twin "D" Recycled Water Tank Site. The City has requested that the hydraulic model of the system be used to determine the size and configuration of the site, and whether a new tank should be added, or another larger tank should be constructed to replace the existing two at the site. A description ofthe Scope of Services is as follows: A. Data Collection & Meetings 1. Obtain Project data, coordinate water system engineering, and verify City requirements. 2. Attend up to two (2) meetings with City staff: a) Kick-off: Obtain City staff expectations and initial thoughts on the Project. b) Results: Present recommendations to City staff. B. System Analysis 1. Use the City's current H2OMAP recycled water hydraulic model under existing and ultimate conditions. The City's Recycled Water Master Plan (July 2011) included a new hydraulic model that will be used for this analysis. a) Updating current system demands and system calibration are not included in this scope of work. b) Adding additional pipelines and facilities, other than at the Twin "D" site is not included in this scope of work. 2. Verify boundary conditions at the Vallecitos Water District's Meadowlark WRF and at the City's WRF, including verifying pump station capacity. 3. Obtain SCADA information regarding the cycle times for both the Twin "D" Tanks and Pump Station. 4. Verify energy use times with Operations. (jM ice 619.334.4099 MQBIIL 619.851.5178 jmael@missionconsultingsd.com www.missionconsultingsd.com Page I 2 of 3 a) Analyzing scenarios in which the time-of-use restrictions are lifted are not included in this scope of work. 5. Perform analyses to determine how additional storage will impact pumping scenarios for both the existing and ultimate demand conditions. 6. The Phase III Recycled Water Project Feasibility Study (Carollo/CH2M Hill, June 2012) identified a new 1.5-MG Tank at the Twin "D" Site. Verify that this size tank is adequate for future demand/pumping scenarios, and if not, made a recommendation as to the revised size of tank. a) As an option to adding an additional 1.5-MG tank at this site, there is a pad adjacent to the existing tanks that could provide a much larger single tank. However, this site is approximately 9 feet lower than the existing zone. Analyze the system using this lower pad and determine what, if any, adverse conditions result from having a larger, single tank at a lower elevation, such as pressure issues or operational issues with the pump station. C. Report 1. Prepare a technical memorandum discussing the findings of the analysis. A maximum of two (2) graphics will be provided. II. ADDITIONAL SERVICES If requested by the Client, MCS will provide the following additional services beyond the services included in the scope of work for an additional fee: A. Attendance at additional meetings B. Planning, analysis, or design of additional or alternative facilities C. Preparation of cost estimates of water facilities D. Assistance with public participation and communications, including planning and participation in public outreach programs, attendance to public meetings and workshops, etc. E. Additional study submittals beyond those identified in Section I. F. Any additional project related services not specifically included in Section I, Scope of Services The total not-to-exceed fee for the above Scope of Services is $4,500. We appreciate the opportunity to offer this proposal and look forward to working with you on this project. Ifyou have any questions, please do not hesitate to call me at 619.334.4099. Sincerely, inifer Mael, P.E. Project Manager jf fiCE 619.334.4099 MOBILI 619.851.5178 jmael@missionconsultingsd.com www.missionconsultingsd.com Donna Heraty From: Donna Heraty Sent: Tuesday, October 06, 2015 11:22 AM To: 'jmael@missionconsultingsd.com' Cc: Rhonda Gasper-Heather; Shelley Collins Subject: Form 700 - Conflict of Interest - It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement Dear Consultant: Regarding your agreement with the City of Carisbad for Recycled Water Modeling Services - // your agreement states: Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interest in all four categories. It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this agreement with the City of Carisbad. A copy of this email will be added to your file memorializing this decision. Should you have any questions, please do not hesitate to contact me. Kindest regards, Ccityof Carlsbad Shelley Collins, CMC Assistant City Clerk City Clerk's Office City of Carisbad 1200 Carisbad Village Drive Carlsbad, CA 92008-1949 www.carisbadca.gov 760-434-2917 I Shellev.Collinstacarlsbadca.gov Connectiv/f/i /,.s Facebook j Twitter | You Tube j Flickr j Pinterest | Enews