Loading...
HomeMy WebLinkAbout1999-03-23; City Council; Resolution 99-102a 1 0 0 1 2 3 4 RESOLUTION NO. 99-102 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA FOR APPROVAL OF AN AGREEMENT WITH KRIEGER & STEWART TO PROVIDE PRELIMINARY DESIGN SERVICES FOR THE AGUA HEDIONDA LIFT STATION UPGRADE, CMWD PROJECT NO. 99-101, CITY PROJECT NO. 3479 5 6 7 8 9 WHEREAS, Requests for Proposals were requested to provide the necessa preliminary design services for preparation of a detailed preliminary design report for tt Agua Hedionda Lift Station and influent gravity sewer pipeline, CMWD Project No. 99-10 City Project No. 3492; and responses were received from Krieger & Stewart and Malcol, !I Pirnie; and after review of the proposals, the staff recommended Krieger & Stewart base 10 11 // on a good understanding of the work to be performed and as the most responsive 12 II meeting the objectives of the preliminary design services; and 13 /I WHEREAS, funds appropriated in the amount of $250,000 have been appropriate 14 // in the 1998-99 budget for the Agua Hedionda Lift Station, and the project cost estimated fc 15 the preliminary design services for the Agua Hedionda Lift Station, and the project co! 16 estimated for the preliminary design services and $9,000 for contingencies, therefore, ther 17 are sufficient funds available for this project. 18 NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Carlsbac 19 California, as follows: 20 1. That the above recitations are true and correct. 21 2. That the attached agreement between the City of Carlsbad and Krieger an1 22 Stewart is approved. 23 /I Ill 24 Ill 25 Ill 26 Ill 27 Ill 28 , \ 0 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 I 20 21 22 23 24 25 26 27 28 3. That the Mayor is authorized and directed to execute the proposed agreeme between the City of Carlsbad and Krieger t? Stewart. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Carlsbad, California held on 23rd day of March , 19 99 , by tl following vote to wit: AYES: Council Members Lewis, Hall, Nygaard and Kulchin NOES: None ABSENT: Council Member Finnila ATTEST: likkzZ2 4- I $2- ALETHA L. RAUTENKWNZ, City Cler (SEAL) CMWD 99-1 01 I 0 0. + AGREEMENT THIS AGREEMENT is made and entered into as of the a3 'A day of a. rc , 192, by and between the CITY OF CARLSBAD, a municipal KRIEGER corporation, hereinafter referred to as "City", and =kR€##R & STE & INCORPORATED, a California corporation, hereinafter referred to as "Contractor." RECITALS City requires the services of an ennineerinq desiqn Contractor to provide. the necessary ennineerinq desiqn services for preparation of a Dreliminarv design report for Aqua Hedionda Lift Station Upqrade. CMWD Proiect No. 99-101; 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. CONTRACTORS OBLIGATIONS A. See Attached Exhibit A for Scope of Work B. See attached Exhibit B shown as Contractor's Fee Schedule. 2. CITY OBLIGATIONS The City shall provide influent flow data, as-built drawings, and geotechnical information, as available. 1 Rev. 08/17/98 0 0 + 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification to proceed by the City Engineer or designee and be completed within three hundred sixtv-five (365) [wdwgkalendarj days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer or designee. The City Engineer or designee will give allowance for documented and substantiated unforeseeable and unavoidabfe delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR el The total fee payable for the services to be performed shall b- No& $83,000. other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of three hundred sixtv-five (365) calendar days from date thereof. The contract may be extended by the City Manager for one (I) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in 2 Rev. 08/17/98 0 0 writing indicating effective date and length of the extended contract. 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 District Engineer the Contractor shall deliver to the City the following items: 1. Preliminary design report for the Lift Station, Bridge Trestle and Reach VC1 B. 2. 3 X' Disc or CD-ROM w/all Report Figures and Site Topography (Read Only). 3. (3) Bridge Trestle Renderings. 4, Preliminary Structural Design Drawings and Design Data. 5. Preliminary Cost Estimate. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change I in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City 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 City and approved by the City according to the procedures described in Carlsbad 3 Rev. 08/17/98 0 0 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 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, the City 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. IO. 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 City 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 City and all work in progress to the District Enqineer. The District Engineer shall make a determination of fact based upon the documents 4 ,Rev. 0811 7/98 0 a delivered to City of the percentage of work which the Contractor has 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 determine the final payment of the contract. 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 City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City 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 City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code 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 City of Carlsbad seeks 5 Rev. 0811 7/98 0 0 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 Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. P 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. - pi 13. 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 Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on'behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment 6 Rev. 08/17/98 e e contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City 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 City 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. 14. 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 shatl provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 15. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, 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 City. 7 Rev. 0811 7/98 e 0 Contractor shall have the right to make one (1) copy of the plans for its records. 16. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and the Carlsbad Municipal Water District and its officers, officials, employees and volunteers from 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. 18. 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 City. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City 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 contract shall 8 Rev. 08/17/98 0 e create any contractual relationship between any subcontractor of Contractor and the City. 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 City. 20. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City 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 City who is authorized in such capacity and on behalf of the City 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. 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, 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. 22. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, "Hold Harmless 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 -9 Rev. 08/17/98 0 e assigns. 23. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 24. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City'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 Poliiical Reform Act and nothing in this agreement releases Contractor from this responsibility. 25. 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 Best's Key Rating of not less than "A-:V' and shall meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coveraqes and Limits. Contractor shall maintain the types of coverages and minimum limits 10 Rev. 0811 7/98 0 0 indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability 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 sha\\ 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 Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 6. 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 City and the Carlsbad Municipal Water District shall be named as additional insureds on all policies excluding Workers' Compensation and I1 Rev. OW1 7/98 0 0 Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City 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 City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 12 Rev. 08/17/98 0 0 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title William E. Plummer. District Enaineer Name Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, California 92008 . For Contractor: Title Jon, C. Revnolds. Sr. Enqineerina Consultant Name a& Stewart, Incorporated Krieger C’ /-PC W Address 3602 Universitv Avenue Riverside, California 92501-3380 Architecuticense Number: Civil Engineer License Number 20453 ArchitecVLicense Number: 27. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 28. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the 13 Rev. 08/17/98 e 0 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 writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this day of 9 19 - KRmER @c2 ONTRACT TRACTOR:^ & STEWART CITY OF CARLSBAD, a municipal v INCORPORATED, a California corporation of the State of California By: ‘yhw v (print By: . ATTEST: (sign here) KRIEGER CR ..J@%HARLES -, Secretaw b - 3 42.74 (print name/title) ALETHA L. RPiUTENKRANZ I City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must.attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL CLL Asskkmt City Attorney Tq/Zq? e CMWD 9.9-101 14 Rev. 0811 7/98 0 e NOTARY ACKNOWLEDGMENT State of California - County of Riverside } ss. on March 12, 1999 , before me, Kristine A. Telles . a Notarv Public, personally appeared Jon C. Remolds and Charles A. Krieger 3 Personally known to me or Proven to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the attached instrument and acknowledged to me that they executed same in their authorized capacities, and that, by their signatures on the instrument, the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. %Li&%i&U- Signature of Notary Notary Seal Capacity Claimed by Signer Description of Attached Document 0 Individual Agreement a corporate officer(s): Document Title or Type Vice President and Secretary Title(s) 31 0 Partner(s): 0 Limited General Number of Pages 0 Attorney-in-Fact 0 Trustee(s) No date on document yet a Guardian/Conservator Document Date u oher ~~~ Not yet signed Other Signer($ Signer is Representing: Name of Person(s) or Entity(ies) Krieger & Stewart, Incorporated KTDOCS/MASTERINOTARY (U25J99) 0 e EXHIBIT A KRIEGER =%EwnWr INCORPORAlED SECTION I1 PROJECT APPROACH AND SCOPE OF SERVICES Krieger & Stewart's objective for the project is to provide a detailed preliminary design for the lift station and gravity sewer defining types of facilities, specific Iayouts, location, sizing, and materials to permit - CMWD to proceed with preparation of environmental documents and final design. Recommended facilities will meet CMWD's current and hare needs and will provide operational flexibility and reliability. In order to achieve that objective, we believe that the following guiding principles are appropriate: Our project team will communicate with CMWD engineering staff and EWA operations staff throughout development of alternatives and preliminary design preparation to ensure that their concerns are addressed. 8 We will dedicate experienced staff to all phases of the project and use knowledge gained from our experience with similar projects to develop alternatives and prepare accurate comparisons for capital and operational costs. Because of the location of the facilities and potential environmental impacts, we will coordinate with various agencies to determine which agencies have jurisdiction over the project and which permits will be required for construction. We will provide quality assurance review at various stages of the project as outlined in Section V. We believe in frequent communication with our clients while providing engineering services; for example, our project team will be available throughout the course of the project, will attend scheduled meetings with CMWD engineering staff and EWA operations staff, and will confer at least weekly with CMWD staff to keep them apprised of project progress. We will organize our tasks in a logical and systematic manner to allow engineering services to proceed efficiently. We propose to organize our preliminary design services into two tasks. Task 1 will be presented in a Preliminary Design Report for the Agua Hedionda Lift Station Upgrade and Interceptor Sewer Reach VC11B Alignment. Task 2 will be presented in a Preliminary Design Report for the Agua Hedionda Lagoon Bridge Crossing. The components associated with each task are listed as follows: Task 1- Agua Hedionda Lift Station 1 JDm-ade and Interceptor Sewer Reach VC1 IB Alimmerg 1. 2. 3. 4. 5. 6- 7. 8. 9. Initial Meeting and Field Observations Coordination with CMWD and Other Agencies Records Search Design Survey and Right-of-way Evaluation of Lift Station Alternatives Interceptor Sewer Reach VCl 1B Alignment Environmental Issues and Permits Draft Preliminary Design Report Preparation CMWD Review and Meetings 11-1 0 0 KRIEGER =@ &WART INCORPORATED 10. Final PreIiminary Design Report Preparation 1 1. Deliverables Task 2- Aeua Hedionda Lagoon Bridge Crossing 1. Evaluation of Bridge Alternatives 2. Draft Preliminary Design Report Preparation 3. CMWD Review and Meetings 4. Final Preliminary Design Report Preparation 5. Deliverables Each component is discussed in detail in the following paragraphs: Task 1- Aeua Hedionda Lift Station Upmade and Interceptor Sewer Reach VC11a 1. Initial Meeting and Field Observations We will meet with CMWD staff to discuss the project prior to beginning our preliminary design services and to obtain District furnished materials, including record drawings (as- builts), operational records for the existing lift station, site drawings, and easement and right-of-way documents. At this meeting, we will discuss alternatives to be considered, and will review in detail our schedule and approach to evaluating the alternatives. We will also review our approach to coordinating with the various jurisdictional agencies. Thereafter, we propose to visit the project site with CMWD. engineering and EWA operations staff 2. Coordination with CMWD and Other Agencies Throughout the project, we propose to coordinate closely with CMWD. As discussed in Section I, there are several other concerned agencies. We propose to coordinate with these agencies through CMWD by joint meetings and correspondence. At all times, we will keep CMWD apprised of our communications with other agencies. 3. Records Search We will perform a detailed review of the record information provided by CMWD, with a particular emphasis upon identifying deficiencies in the existing lift station that can be remedied as part of the proposed project. The records review and field observations will enable us to develop a thorough understanding of the constraints imposed upon the project by the features of the existing lift station, site, utilities, and easement limits. We will also coordinate with existing utilities including Southern California Gas Company and SDG&E to confirm location of their facilities. We understand that Reach VC11A of the proposed 54" gravity sewer interceptor is under design. We will obtain information regarding vertical and horizontal aliment to perform the preliminary design for its extension to the lift station and crossing of the Lagoon. 11-2 0 0 KRIEGER =%rEw INCORPORATED 4. Design Survey and Right-of-way The design survey will consist of topographic survey of the existing lift station site and location of monuments related to the existing CMWD right-of-way and easements. We propose to review right-of-way and easement documents and to field locate same relatiye to the existing lift station facilities. We will use existing horizontal and vertical monumentation at the site to determine site boundaries and elevations, and will establish temporary monumentation for use during fmal design of the lift station upgrade. We will use the design survey data for preparation of preliminary design drawings. We will also survey the location of the railroad tracks, pipelines, and bridges adjacent to the lift station. 5. Evaluation of Lift Station Alternatives We propose to evaluate lift station alternatives utilizing the existing site including the area northerly of the SDG&E access gate. Expanding the existing wet pit/* pit structute does not seem viable because of its age, limited space, shallow wet well, and risk and cost of extended bypass necessary if expansion is proposed. Consequently, we do not propose to include existing wet pitldry pit structure expansion as an alternative. As a minimum, the alternatives we propose to evaluate will include the following: a. Lift Station Configurations A11 lift station alternative configurations will incorporate adequate wet well capacity and suitability to accept gravity flow from the proposed 54" gravity sewer. Alternatives include: 1) New lift station, wet pit/dry pit type with extended shaft vertical non- clog pumps (three duty and two standby) and with dry pit submersible type pumps as a sub-alternative. 2) New lift station, wet pit type utilizing vertical turbine solids handling pumps ("Fairbanks Morse" type). 3) New lift station, wet pit type with submersible non-clog pumps. 4) New lift station, wet pit type using screw lift pumps. b. Screenin? Alternatives We propose to provide inlet facilities to the wet pit to accommodate the 54" gravity sewer and provide for trash and rag removal and comminution. This area 11-3 0 e KRIEGER ='!h?~wm lNCORPORAfE0 f. Force Main We will evaluate the capacity of the two existing 18" force mains including possible addition of a force main or their replacement. The recommended station configuration and location will be a major consideration during force main evaluation. g. Other Considerations Our alternatives will incorporate consideration and recommendations for the ocean environment and exposure to sewer gas. Facilities recommended will be comsion resistant and, where necessary, explosion proof. Cooling of electrical equipment, primarily the variable speed drives, will be by air conditioning which removes moisture from the air. Also, bypass contactors and starter contactors can be provided as vacuum type to provide isolation from the atmosphere and thus extend equipment life. Instrumentation and telemetry equipment recommendations will resolve present deficiencies and improve reliability. We will also review existing records and request monitoring of the lift station power service to determine the problems associated with power interruptions. We will provide recommendations for equipment or methods to correct the interruptions or reduce their impact. h. Site Lavouts We propose to provide detailed site layouts and preliminary drawings with mechanical plans and sections for each alternative to pennit review by CMWD and EWA and to permit development of accurate comparative costs for evaluation. Layouts will show the survey topography, preliminary finish grade, facility locations, easement and right-of-way including recommended additional permanent and construction easements for facilities. Areas to be landscaped will also be located. 6. Interceptor Sewer Reach VCllB Alignment Construction of Interceptor Sewer Reach VCl 1B will require crossing the Agua Hedionda Lagoon. The existing 42" sewer crosses the Lagoon over a wooden bridge trestle that is approximately 200' long. We propose to select a horizontal alignment for Reach VC11B that will be parallel to the existing sewer and commence at the end of proposed Reach VCl 1A on the north side of the Lagoon, and terminate at the Lift Station on the south side of the Lagoon. The alignment for the Lagoon bridge crossing portion of the sewer will be suitable for incorporating pedestrian traffic into the bridge design as 11-5 .I 0 e KRIEGER =& &WNYf INCORPORATED part of the "Coastal Rail Trail" project. Details of the Lagoon bridge crossing preliminary design are discussed hereinafter under Task 2. We will coordinate with various agencies involved with the "Coastal Rail Trail" project, including the City and NCTD, to establish the horizontal alignment for Reach VCl 1B. We propose to match the slope of Reach VC11A to set vertical alignment of Reach VC11B. 7. Environmental Xssues and Permits Because facilities are located adjacent to the Lagoon, there &I1 be biological and environmental impacts during construction of the facilities. We propose to identify these issues and provide recommendations to mitigate same. Field investigation and document research for Tasks 1 and 2 will be perfomed simultaneously. Findings will be presented separately for the lift station and the bridge crossing in the fespective preliminary design reports. During the construction of the lift station upgrades and during bypass of sewage, stringent requirements for the contractor must be incorporated into final design and the contract documents. Preliminary design will present these considerations as recommendations. We propose to coordinate preliminary design with various agencies and to determine exactly which agencies have jurisdiction and what permits will be required for facility construction. 8. Draft Preliminary Design Report Preparation After completion of the various alternative evaluations and analyses, the draft Preliminary Design Report will be prepared. We envision said report to consist of the following sections: a. Executive Summary b. Introduction C. Records Search The Records Search section will summarize the records obtained and present. d. Design Criteria and Pump Selection The Design Criteria section will describe the criteria used in evaluating the lift station upgrade alternatives and will incorporate hydraulic calculations, system curves, and pump selection data. 11-6 0 e KREGER - - %lXWhMp INCORPORATED e. Lift Station Alternatives The Lift Station Upgrade Alternatives section will present each alternative with a short narrative description,. site plan, preliminary rnechanicaVelectrical drawings for station and buildings, retention basin(s) drawings, necessary right-of-way and easements, and list of selected equipment, including pumping units, switchgear, controls, instrumentation, and telemetry. f. InterceDtor Sewer Reach VCl 1B - The Interceptor Sewer Reach VCIlB Alignment section will present the horizontal alignment for the sewer and anticipated invert elevations and slope. We will also summarize our coordination efYorts and various agency requirements. g* Environmental Issues and Permits The Environmental Issues and Permits section will present our findings regarding the environmental issues related to the lift station for various alternatives including mitigation measures and list the permits required for construction. h. Cost Estimates The Cost Estimates section will present a detailed discussion of components included in the cost estimates, basis of costs, unit construction cost data, and summary of cost estimates. We propose to consuit with at least two contractors familiar with this type of work and the project area. 1. Conclusions and Recommendations The Conclusions and Recommendations section will summarize the capital and operating costs and other pertinent information (e.g. ease of operation andor maintenance) for each project component. Recommended alternative will be described in detail, with particular emphasis on the basis for recommendation. 9. CMWD Review and Meeting@) In addition to the coordination discussed above, we propose to meet with CMWD staff to review our alternatives once developed to receive comments prior to proceeding with development of costs-and the preliminary report preparation. Thereafter, we propose to meet with CMWD staff to review our preliminary report and its contents. At the end of the meeting, we will provide copies of the draft report for staff review. Thereafter, we will meet to review staff comments. Upon receipt of comments, we will proceed with final report. We will provide copies of final report to staff and thereafter receive their comments to make final revisions. . *. 11-7 0 0 KRIEGER - - @&WART INCORPORATED 10. Final Report Preparation Based on comments obtained from CMWD staff regarding the draft Preliminary Design Report, we will prepare the final Preliminary Design Report and submit it to CMWD staff. 11. Deliverables We wilI provide five bound copies of the report, along with one copy in electronic format (CD-ROM) and one unbound master copy for reproduction. We will also provide the lift station site topographic data in digital electronic format (CD-ROM). Task 2- Agua Hedionda J,aeoon - Bridve Crossing 1. Evaluation of Bridge Alternatives The preliminary design of the proposed Agua Hedionda Lagoon bridge crossing will incorporate all features necessary to support the Reach VC11B sewer and to accommodate "Coastal Rail Trail" pedestrian traffic. We will coordinate with various agencies involved, including the City, Caltrans, and NCTD, to develop alternatives for bridge type and geometry that will be aesthetically pleasing and functional. We will evaluate alternatives to allow additional utilities to be carried by the proposed bridge. As discussed in Section I, providing space for the high pressure gas line may provide an incentive to relocate the gas line outside the project site, since the present gas line location may hinder lift station expansion. We propose to develop two bridge structural alternatives using concrete construction. Each alternative will have a different architectural configuration. For each configuration, we will size the bridge for clear span and multiple span support systems. Thereafter, we will review the two alternatives for each configuration with CMWD staff, select one alternative for each configuration (either clear span or multiple spans), and prepare one architectural rendering for each selected alternative. Similarly, we propose to develop two bridge structural alternatives using steel construction, each having a different configuration. Each configuration will then be sized for clear and multiple span support systems. Based on the two selected alternatives, we will prepare architectural renderings. A total of four (4) high resolution, photo-realistic bridge renderings will be prepared. We have eliminated wood as a potential bridge material, since current approved wood preservatives would not provide the protection required for extended service in a saltwater environment. We will perform a document search for existing geotechnical investigations from projects in the vicinity of the Lagoon which have similar foundation requirements and geological conditions. At a minimum, we will review investigations prepared for Caltrans and the United States Army Corps of Engineers. We will evaluate the soil boring information from these investigations and develop preliminary recommendations for shallow and deep foundation systems. 11-8 0 0 KRIEGER =&(= INCORPORATED 2. Draft Preliminary Design Report Preparation After completion of the various alternative evaluations and Preliminary structural analyses, the draft Preliminary Design Report will be prepared. We envision said q)~fi to consist of the following sections: a. btroductioq b. &slm Cntena The Design Criteria section will describe the criteria used in developing the bridge alternatives and will specify minimum load requirements, deck types and widths, ADA requirements, and safety requirements. .. C. Bridve Alternatives The Bridge Alternatives section will present the four selected bridge alternatives (two concrete and two steel) with a short narrative description of each alternative, preliminary structural drawings of the bridge superstructu>es (plans and elevations), and preliminary drawings of the foundation systems (shallow and deep). We will also summarize our coordination efforts and. various agency requirements. The report will include 11" x 17" copies of the four architectural renderings. d. Environmental Issues and Permits The Environmental Issues and Permits section will present our findings regarding the environmental issues for various alternatives, including mitigation measures, and list the pennits required for construction. e. Cost Estimates The Cost Estimates section will present a detailed discussion of components included in the cost estimates, basis of costs, unit construction cost data, and summary of cost estimates. We propose to consult with at least two contractors familiar with this type of work and the project area. f. Conclus~ons and Recommendations The Conclusions and Recommendations section will summarize the capital costs and other pertinent information (e.g. routine maintenance, constructability issues and mitigation measures). Recommended alternative will be described in detail, with particular emphasis on the basis for recommendation. 11-9 0 0 KRlEGER =%RwSur INCORPORATED 3. CMWD Review and Meeting(@ We propose to meet with CMWD staff to review our preliminary report and its contents. At the end of the meeting, we will provide copies of the draft report €or staff review. Thereafter, we will meet to review staff comments. Upon receipt of comments, we will proceed with final report. We will provide copies of final report to staff and, thereafter, receive their comments to make final revisions. 4. . Final Report Preparation Based on comments obtained from CMWD staff regarding the draft Preliminary Design Report, we will prepare the final Preliminary Design Report and submit it to CMWD staff. 5. DeliverabIes . . We will provide five bound copies of the report, along with one copy in electronic format (CD-ROM) and one unbound master copy for reproduction. We will also provide four architectural, high-resolution, photo-realistic, renderings of the bridge. Each rendering will be 30" high by 40" wide. 11-10 0 " 0 KRIEGER =@ - INCORPORATED SECTION V PROJECT l'vWAGEMENT AND SCHEDULING We consider completion of project preliminary design within CMwD's specified schedule (by May 31, 1999) to be feasible through pragmatic and assertive project management. Items of service within Krieger & Stewart's control are readily manageable by increasing our project staff and other resources. Items not in our control, such as time required for staff review and coordination with other agencies, can be managed through proper planning and early and complete submittals. The project facilities required are not complex; however, the engineering services must be managed efficiently, including coordination with various agencies, to avoid redesign and possible delays. During the initial meeting with CMWD staff, we propose to perform a detailed review of our approach and tentative alternatives, resolve the best approach for coordination with various agencies, and obtain all easement and right-of-way documents and record drawings, which will help to avoid delays in starting alternative evaluations and performing design survey. A. SCHEDULING We propose to provide the services described in Section I1 in accordance with the schedule shown on Table V-1. CMWD's schedule for Task 1 is approximately ten weeks; we are proposing to complete Task 2 ten weeks thereafter. Our project team is prepared to proceed with providing the requested services immediately. In order to ensure that the project is completed on a timely basis, we will adhere to the following: 1. The project team assigned to CMWD's project will be scheduled to have the time available to complete the project within the schedule proposed; 2. We will review the progress of the project with the CMWD's project manager at the end of each week. To improve communication and assist CMWD staff review of the Preliminary Design Report, we are proposing to have our project manager meet with CMWD staff (engineering and operation) to review the proposed alternatives prior to commencing the draft report, and upon submittal of the draft report; 3. If we fall behind schedule, we will provide details to CMWD's project manager on how we will get the project back on schedule; and 4. If we fall behind the specified schedule, we will assign personnel to the project as necessary, and our project team will work overtime (evenings and weekends) to return the project to the original schedule. v-1 0 e KREGER =ti5 &EWnWr INCORPORATED B. QUALITY ASSURANCE/QUALITY CONTROL PLAN Krieger & Stewart's Quality Assurance/QuaIity Control (QNQC) Plan will consist of two components: Peer Review and Document Control. Each component is discussed separateIy in the following paragraphs. 1. Peer Review Each of the primary components of the project will be the subject of an intensive peer review by one of our internal Design Review Committees. Said committees are ad hoc committees made up of registered civil engineers that have experience and expertise regarding specific project elements. The committee members will not be members of the project team for CMWD's project, allowing them to provide a hh perspective during their review. Each component will be reviewed periodically as it is developed; scheduled reviews will occur during development of alternatives, when the alternatives have been developed and preliminary layouts performed, when preliminary costs and cost comparisons are developed, and during preliminary design report preparation. 2. Document Control To ensure reliabIe and immediate access to documents and information, Krieger & Stewart has devised a comprehensive document control system through which our staff can access any required information regarding a specific project, regardless of the type of media (e.g. paper, digital, mylar, blueprint, photograph) or sohare program. Our document control system has been in place for over 25 years and has proven to be highly dependable. v-2 cy r r I- ? f-: :Fi (0 *. Y 63 &2 I-0 2 $E 8 "sag egez .;SZ"Z =t3 m YgZXg +u+-o %net gaww >J%W aoa&z +=+aJ 3% zdz= OaZG agdg ?:E," 8s v) 2: 02 Ku w an a t F > c u (D gB =g Be gz! oz 0 we .- U z E ro -I I r z 2 VI E 0 .- CI E f; v) a 9 ii a U t m CT) t a .- c. r" - .- m c Y .- - - " 8 3 0 C 0 t 0 5 * 5! H u .- c s 32 .- 53 go 52 -VI rn tv) -- 2 0 hl - .. >r z bL 0 L. c 0, a z % E 3 v) c m v) .- 2 L v) - g c. (D al E a s cr) 't: C t 0 .- CI .d 0 c 0 m (0 3 > w IC .- Y - .- c E t Q, c 3 m 6 5 B t g .- F > m v) 8 2 C 9. a a c C - C VI .- E a 8 ob 3 VI v) m C - - C E" c - 2 > w c t 0 .- U E n n 2 op Bg c .r .P % 8,. n Pa = "$ .- *g > =z $0 =3 no 22 e .. c 0 " C f 5 2 n a p! n t m v) al " a P E a 2 ii m c .- " - - m c n rn 0 E E 0 > .- - l3 m E v) u) .- 2 0 a m E G -Y, I (Y v) a > m .- c. k 3 5 C a m U .- b 0 C 0 m m 1 .- Y - 3 c 0 " c. 2 p! x R 5 2& 0 -g 8s 2; n tc .- -5 .!? .E 5 %U &a e3 22 nu c 0 " C f 5 d 6 2 *E 92 CT p! a n c 13) v) .- m c .- - 0 m c - ii v) a E 2 a > .- - 8 .- 2 d s! > L 0 ’ KREGER =@&Wm INCORPORATED 0 SECTION VI FEE PROPOSAL We estimate that our fee for providing the engineering services described in our scope of services will be $83,000. A tabulation of our fee estimate by element of service is shown on Table VI-1. A copy of our current fee schedule is attached at the end of this section, and we will bill CMWD monthly in accordance with the terns specified thereon. Our fee includes fiunishing four full size architectural renderings of the bridge to CMWD. Additional full size copies of the renderings can be provided at $300 each. Renderings of the other alternatives that have been sized can be provided at $800 each. VI-1 BYLAW RESOLUTION 98-2 0 A RESOLUTION OF THE BOARD OF DIRECTORS OF gRlEGER &STEWART, INCORPORATED A California Corporation AUTHORIZING CONTRACT AGREEMENTS OF $100,000 OR LESS TO BE EXECUTED BY THE PRESIDENT ORVICE-PRESIDENT AND SECRETARY . By action of the Directorsin the regular meeting of February 21,1998, be it resolved: RESOLVED, that the Directors of the Corporation hereby authorize the President or Vice-President together with the Secretary to enter into contract agreements of $1 00,000 or less on behalf of the corporation. RESOLVED FURTHER, that copies of this resolution, certified by the Secretary, shall be evidence of such authority, presentable upon request to any party with whom such agreements are executed. , Pfesident (Chairman) AllESP cJU~kVF CHARLES A. KRIEGER. Secretary €lIE EIDAUTH.WC I certify that this photocopy is a true, correct and complete copy of the original document, t- F?- ,v/ ......... ._ :sz m ~WW~WtBR.W~F PFMOUCU .x ,,L ........ ........ ..~Y~~.~~~.~~.~~~;~~.~~~ &. Dealey, Renton & Associates 600 So. Lake Avenue, Suite 308 Pasadma CA 91 106 Lic.10020739 ...-....-....".. """"..."".-..-.~ ......................................... .." (626)811-3070/ Fax (626)844-3074 COMPANIES AFFORDING COVERAGE +.-.....-..-.......""~."..-.""..... 1 ..........-... -" ........."......_.. "" ;Lmm Design Prafersionah WRW iLRlER i mm A -". .."" ........--.- "." ...... ...U" .- .......... - ...................._..._.......*.....-.- __, i ww 6 ........................................ RECEIVED Kricger & Stewart, lnc. Attn: Kim Soto 3602 University Avcnus Riverside CA 925094000 "..---.--.--"-"-." .""..".... . .....................".... --......- ; COMPW i LclTa c NOV 0 9 1998 --"...-.-.-.---.--.--... ""~ .................................... ~ ....... " f"D >-.""..".~.""... .""._ ."." ;m : "f r "KRIEGER&.STEWARII ."""" 1 ........... :..< ........ ;...:.:>sj ..... :,..:.7.. ..,..,...... .. ,., ..,...... " ......................................... . - "__ /. ...: .:>. - _~_~ - - "" - u & aLLuau.LuI uwb- * 4371 Lathani St. dY AND CONFERS NO RIGHTS UP6-mE -TI mER THIS lFlcATE DOES NOT WEND, mi Suite 101 Riverside, CA 92501 ".. "., 0 , ALTER THE AWofiDED BY THE PWCIES I ~bNlESAFFORDlNQCOVERAGE COUPANY ACNA Insurance Co' s PcjUREo Krieger & Stewart, Incorporated 3602 University Ave. Riverside, CA 92501 COMPANY s COMPANY C COMPANY I D ,OF AUV WD UpaEl THE COMPANY. ITS AGLOPTCS OR REPRBDTTAWES qf-- 9/ TWB?&&U& . &:, .. ...~.~~~,~~~~~;~~,.~~~..,. I .. -*;T>F>?x.s>s..x ...,.,-. . ._ . ~=w..+:s>- *<-.e- .<$yz.T.5x$-:ppw vm+~~.A..v? >-.v.y<*x.>>s ..,. .~~~~~~~~~~~~.~.~~~~..;~~~~~~~~.~... ~~~~~~~~~~~~~~~~~~~~~~~~~~~:~~~:~~~~:'~~~~~~~~~~~~~~~~~~..,...,,..~.~~~~~~~~~~~~~ .. &iiiiATE COMPEN-SATION P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 INSURANCE FUND.::: l 0 .CERTW~~~lo;l: WoRKERsl’C~.~PENSA~ATrON INSURANCE .‘. j,J@j&jEP &;$i’&& .,‘“q,-,: ;:;,“,.r; .: _.. <..j ,.::x. ( ./-: : ; :-: _,.,. .A ., _... ‘..<... ..;;.. :: ,__:. <x<‘::~::..Y<... 2.. ‘, : Ti’ .y.;;:z,:,. . . . ‘:_. ::,>‘y ;:../: This iS b’c+“Gat we t&e &&d a valid Vlrorken”Compensation insurance policy in a fdrm approved by-the &ljfomia - Insurance ~ommissiorier: to.the erx?ployer named below for’the ~0% period indicated. -_ .: . - This @iti i;i& subject to cancell&m by the! Fund e&pt upon &fl days’ a&axe men notice ig the -empI&. ^., :“ __.f.. ,_- 7. .30 . . ‘. We will,a,iso give you .$&N days’ adv&~otice should this policy be cancelled prior to e nqrmal ex&-aGon. : : _. ._ ..,’ ;: ~ : ; ..; :. ., : ._ : : ;.: .: :.: _, ,... : .:.: ., .:. .>. ,: : c .‘.. . r . ..c i . . .‘. ..__ .,.. ..:-::. .%, i: _. i:.: .,.: yFI :... t:: .I. )“.. ‘.. i -.. ,., *,::;~‘.Y . . . .:’ .’ _ ., :, . . - _’ .-: . : : - - I :_ : . :_ 3402 UNIVERSITY AVE RIVERSIDE, CA 92501 909-684-6900 KRI EGER, CHARLES A. 3602 UNIVERSITY AVE RIVERSIDE, CA KRIEGER C STEWART, INCORPORATED 3602 UNIVERSITY AVE RIVERSIDE, CA 92501-3380 FEE-SCHEDULE PB CITY OF CARLSBAD BUSINESS LICENSE '1200 CARLSBAD VllLAGE DR., CARLSBAD. CA 92008 (760) 434-2882 CER C STEUART, INC d 3 RIVERSIDE . :, .,,.-. .. .. . . J .._- CA 92501 909-684-6900 BUSINESS PREMISES. , TO CONDUCT THE (BUSINESS CLASSIFICATION): ' ENGINEERING SERVICES NOTIFY BUSINESS LICENSE OFF I B~~,NESS AS(DBA, BUSINESS NAME): IF YOU CHANGE LOCATION OR c OPERATION. -9%- /a ,/-