Loading...
HomeMy WebLinkAbout1999-11-02; City Council; Resolution 99-479- II a 1 2 3 4 5 RESOLUTION NO. 99-479 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, TO APPROVE AN AGREEMENT WITH CAMP DRESSER AND MCKEE (CDM) CONSULTANTS TO PROVIDE FINAL ENGINEERING DESIGN SERVICES FOR THE SOUTH AGUA HEDIONDA REACH SAH3 WASTEWATER CONVEYANCE FACILITIES; CMWD PROJECT NO. 92-406 SAH3, CONTRACT NO. 35831. 6 7 WHEREAS, Requests for Proposals were requested to provide the necessary engineel 8 engineering design services; and l4 of the work to be performed and as the most responsive in meeting the objectives of the fi l3 the staff recommended Camp Dresser and McKee Consultants based on a good understand l2 Consultants, KennedyIJenks Consultants and Malcom Pirnie; and after review of the propos; 11 and responses were received from Brown and Caldwell, Camp Dresser and WlcKee (C[ 10 Hedionda Reach SAH3 Wastewater Conveyance Facilities; CMWD Project No. 92-406 SA 9 design services for final design and construction engineering services for the South A! 15 WHEREAS, the City Council of the City of Carlsbad, California, has determinec l6 l7 necessary and in the public interest for approval and acceptance of a proposal from Ca l8 Dresser and McKee Consultants to prepare a final design, and construction engineering servic for the South Agua Hedionda Reach SAH3 Wastewater Conveyance Facilities; CMWD Proj I’ No. 92-406 SAH3; and 20 WHEREAS, funds in the amount of $2,442,000 have been appropriated in the 1998- *I budget for the South Agua Hedionda Interceptor Phase I, and the engineering design services 22 92-406 SAH3, is $460,348 plus an additional $50,000 for contingencies for a total of $510,3L 23 the South Agua Hedionda Reach SAH3 Wastewater Conveyance Facilities; CMWD Project F therefore, there are sufficient funds available for this project. 24 25 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsb; 26 California, as ~OIIOWS: 27 28 1. That the above recitations are true and correct. 2. That the attached agreement between Camp Dresser and McKee (CDM) Consultar and the City of Carlsbad be approved and accepted; and 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ll W 3. That the Mayor, as representative of the City of Carlsbad, is authorized and direct€ execute the proposed agreement between Camp Dresser and McKee (CDM) Consultants anc City of Carlsbad for an amount of $460,348 plus an additional $50,000 provided for contingen for a total of $510,348. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Col held on the 2nd day of November , 1999 by the following vote, to wit: AYES: Council Members Lewis, Hall, Finnila, Nygaard and Kulchin NOES: None ATTEST: (SEAL) w W AGREEMENT THIS AGREEMENT is made and entered into as of the 2nd day November , 19 - 99, by and between the CITY OF CARLSBAD, a municipal corporatic hereinafter referred to as "City", and CAMP DRESSER & MC KEE (CDM) INCORPORATED, Massachusetts corporation , hereinafter referred to as "Contractor." RECITALS City requires the services of an independent Contractor to provide the necessary desig services for preparation of A Sewer Lift Station, Dual Force Mains and A Gravity Sewer Extensio, and Contractor possesses the necessary skills and qualifications to provide the services required by tt City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants containe herein, City and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS See attached Exhibit "A". 2. CITY OBLIGATIONS The City shall provide plat maps and legal descriptions for any additional permanent an1 temporary construction easements. 2.1 Site Access - City shall be fully responsible for obtaining the necessary acces authorizations to allow Contractor, its agents, subcontractors and representatives, to hav access to all areas of public and private property as required by the Contractor in order t' perform its services under this Agreement. 1 Rev. 03/22/99 w e 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification to procc by the City Engineer or designee and be completed within seven hundred thirty (7: [wwK~g/calendar] days of that date. Extensions of time may be granted if requested by the Contrac and agreed to in writing by the City Engineer or designee. The City Engineer or designee will g allowance for documented and substantiated unforeseeable and unavoidable delays not caused by lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' la of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be Three Hundred Eighty Nit Thousand, Five Hundred Fifty Eight ($ 389,558) Dollars for design services and Seven Thousand, Seven Hundred Ninety ( $ 70,790) Dollars for construction support services totalir Four Hundred Sixty Thousand, Three Hundred Forty Eight $ 460,348 Dollars. No 0th compensation for services will be allowed except those items covered by supplemental agreements pt Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (IOo/,) retentic 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 two (2) years from date thereof. The contract ma be extended by the City Manager for two (2) additional one (I) year periods or parts thereof, base upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions i 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 c receipt of the invoice. 2 Rev. 03/22/99 w e 7. FINAL SUBMISSIONS The Contractor shall deliver to the City the following items on the specified dates: Deliverable Item Site Plan, Landscape Plan, Building Elevations Delivery Date FEB. 01,2000 10 YO Design Report JAN. 01,2000 and Architectural Renderings (2 sets) 50 % Design Submittal JUL. 01,2000 90 YO Design Submittal APR. 05,2000 100 % Design Submittal AUG. 15,2000 I I I 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, a informal consultations with the other party indicate that a change in the conditions of the contract warranted, the Contractor or the City may request a change in contract. Such changes shall L processed by the City in the following manner: A letter outlining the required changes shall be forwardc to the City by Contractor to inform them of the proposed changes along with a statement of estimatt changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by tt City and approved by the City according to the procedures described in Carlsbad Municipal Coc Section 3.28.1 72. Such Amendment to Agreement shall not render ineffective or invalidate unaffecte portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or persol other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and th; Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, an fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, c resulting from, the award or making of this agreement. For breach or violation of this warranty, the Cit shall have the right to annul this agreement without liability, or, in its discretion, to deduct from th agreement price or consideration, or otherwise recover, the full amount of such fee, commission percentage, brokerage fees, gift, or contingent fee. 3 Rev. 03/22/99 w 0 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 1 I. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided in this contract, the City Manager may terminate this contract for nonperformance by notifying 1 Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five ' working days to deliver said documents owned by the City and all work in progress to the Deputy C Engineer. The Deputy City Engineer shall make a determination of fact based upon the documer delivered to City of the percentage of work which the Contractor has performed which is usable and worth to the City in having the contract completed. Based upon that finding as reported to the C 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 notil to the other party. In the event of such suspension or termination, upon request of the City, tl Contractor shall assemble the work product and put same in order for proper filing and closing a1 deliver said product to City. In the event of termination, the Contractor shall be paid for work performc to the termination date; however, the total shall not exceed the lump sum fee payable under paragrar 4. The City Manager shall make the final determination as to the portions of tasks completed and tt compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part t the contract process as set forth in this agreement and not in anticipation of litigation or in conjunctio with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may b considered fraud and the Contractor may be subject to criminal prosecution. The Contract( acknowledges that California Government Code sections 12650 et sea., the False Claims Act, provide for civil penalties where a person knowingly submits a false claim to a public entity. These provision 4 Rev. 03/22/99 w e include false claims made with deliberate ignorance of the false information or in reckless disregarc the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the Fi Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contrac acknowledges that the filing of a false claim may subject the Contractor to an administrative debarmi proceeding wherein the Contractor may be prevented to act as a Contractor on any public work improvement for a period of up to five years. The Contractor acknowledges debarment by anott jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. (Initial) hfi The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32;O pertaining to false claims are incorporated herein by reference. I (Initi &dL 13. JURISDICTION Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as i independent Contractor and in pursuit of Contractor's independent calling, and not as an employee the City. Contractor shall be under control of the City only as to the result to be accomplished, but shz consult with the City as provided for in the request for proposal. The persons used by the Contractor 1 provide services under this agreement shall not be considered employees of the City for any purpose whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractc 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 it employees or subcontractors. The City shall not be required to pay any workers' compensatio insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors 5 Rev. 03/22/99 * w e The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, so( security, overtime payment, unemployment payment or workers' compensation payment which the C may be required to make on behalf of the Contractor or any employee or subcontractor of the Contrac for work done under this agreement or such indemnification amount may be deducted by the City frc any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility I employment of all agents, employees, subcontractors and Consultants that are included in tt agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicat requirements of law: federal, state and local. Contractor shall provide all necessary supportir documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are th property of the City, whether the work for which they are made be executed or not. In the event th contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall t delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for i records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to thi contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor c City. 6 Rev. 03/22/99 w e 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and the Carlst Municipal Water District and its officers, officials, employees and volunteers from and against all clain damages, losses and expenses including attorney fees arising out of the performance of the WI described herein caused in whole or in part by any willful misconduct or negligent act or omission of 1 Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone : whose acts any of them may be liable. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunc without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed underthis contract by tl Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor subcontractor and of the persons either directly or indirectly employed by the subcontractor, ; Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contain€ in this contract shall create any contractual relationship between any subcontractor of Contractor and tt City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by tt terms of this contract applicable to Contractor's work unless specifically noted to the contrary in th subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, makf accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, sha become directly or indirectly interested personally in this contract or in any part thereof. No officer c employee of the City who is authorized in such capacity and on behalf of the City to exercise an executive, supervisory, or similar functions in connection with the performance of this contract sha become directly or indirectly interested personally in this contract or any part thereof. 7 Rev. 03/22/99 w w 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, eit before, during or after the execution of this contract, shall affect or modify any of the terms or obligatic herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of 1 contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, "Hold Harmless Agreement," all terms, conditions, E provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respect heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. , CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City's conflid interest code, that the Contractor will not be required to file a conflict of interest statement as requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the le! responsibility for complying with the Political Reform Act and nothing in this agreement releas Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and amendments insurance against claims for injuries to persons or damage to property which may arise ( of or in connection with performance of the work hereunder by the Contractor, his agen representatives, employees or subcontractors. Said insurance shall be obtained from an insuran carrier admitted and authorized to do business in the State of California. The insurance carrier required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy 1 insurance as stated in Resolution No. 91-403. 8 Rev. 03/22/99 w w A. Coverage's and Limits. Contractor shall maintain. the types of coverage's and minimum limits indicated herein, unles: lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit F occurrence for bodily injury, personal injury and property damage. If the submitted policies conti aggregate limits, general aggregate limits shall apply separately to the work under this contract or 1 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 1 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 required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 F accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contract0 profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period five years following the date of completion of the work. 9. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, are endorsed to contain, the following provisions. 1. The City and the Carlsbad Municipal Water District shall be named as additional insurec on all policies excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement f work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability whic shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension therec and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 9 Rev. 03/22/99 w w b 5. If the Contractor fails to maintain any of the insurance coverages required herein, tt the City will have the option to declare the Contractor in breach, or may purchase replacement insurar or pay the premiums that are due on existing policies in order that the required coverages may maintained. The Contractor is responsible for any payments made by the City to obtain or maintain SL insurance and the City may collect the same from the Contractor or deduct the amount paid from E sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written noti on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: FOR CITY FOR CONTRACTOR Title Dew& Citv Enaineer Title Princioal Name llllam E. Plummer. P F Name Jeff Monwif Address 5950 FI Camino Real Address 1975 Paiomar Oaks Wav. Ste. 300 Citv. State Carlsbad. California 97008 Citv. State Carl&xj. California 97008 .. umber: 39783 (RceI 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of tt contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated hereir embody the entire agreement and understanding between the parties relating to the subject matt6 hereof. Neither this agreement nor any provision hereof may be amended, modified, waived c discharged except by an instrument in writing executed by the party against which enforcement of suc amendment, waiver or discharge is sought. //I Ill 10 Rev. 03/22/99 w w 30. FORCE MAJEURE Any delays in or failure of performance by Contractor shall not constitute a default under t Agreement if such delays or failures of performance are caused by Occurrences beyond the reasonal control of Contractor, including “acts of God; compliance with any order of any governmental authori and act of war or terrorism. Executed by Contractor this day0 f 3 19.-. n CONTRACTOR: CAMP DRESSER & MC KEE, INC., a Massachusetts corporation (name of Contractor) By: . i?5@22- (sign here) * K.~II~ \Wurn-LuH, sr dice VtGbd- (print name/title) ATTEST: By: (sign here) KRANZ, City Cicirk sistant City C1 (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary , CFO or assistant treasure must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretar or assistant secretary under corporate seal empowering that offcer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing thl partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY CMWD 92-406SAH3 11 Rev. 03/22/99 w w Exhibit SOUTH AGUA HEDIONDA REACH 3 WASTEWATER CONVEYANCE FACILITIES FEE SUMMARY Design Services Task 1-Project Administration and Meetings Task 2-Surveying Task 3-10%0 Design Report Task 4-50%0 Design Task 5-90% Design Task 6-final Design Total, Design Services: Optional Services Prepare Two Bid Packages Additional Geotechnical Investigations $24,325 19,100 44,840 130,702 116,280 54,311 $389,558 $3,440 7,210 Construction Support Services 60,140 Total, Optional Services: $70,790 PRB:kssW:\COOPER\CARMWD\rk99lOllwClltr.doc w w Exhibit E Scope of Work Task 1 - Project Administration and Meetings I .I Project Administration Project administration includes budget and schedule monitoring, preparation an( review of invoices, general project management through the life of the contract, and preparation of monthly status reports. 1.2 Meetings CDM will prepare for and attend six (6) project meetings. We will provide an agenda and distribute meeting minutes from each meeting. At the project kick-off meeting, the CDM Team will discuss project criteria and desired preferences with CMWD staff. Expected meetings and anticipated dates are: Kick-off Meeting October 19,1999 Interim Review during 10% Design: January 5,2000 10% Design Review: February 16,2000 (after review comments Interim Review during 50% Design: April 20,2000 (after review comments are 50% Design Review: May 3,2000 (after review comments are 90% Design Review: July 17,2000 (after review comments are are available) available) available) available) Task 2 - Surveying 2.1 Field Surveys In this task, the CDM Team will establish control for aerial mapping, obtain profile along access road (950 feet) to lift station site, obtain spot elevations at lift station site, obtain invert elevations at connection points to existing sewer lines. Right-of-way will also establish bench mark and base lines in vicinity of the lift station and pipelines for use during construction. 2.2 Aerial Mapping This task involves providing aerial mapping of the lift station site, approximately 6,000 feet of 200-foot wide pipeline corridor and 950 feet of 200-foot wide access roadway corridor. Mapping shall be provided at 1"=40' scale with 2' contour intervals. CDM Camp Dresser 6r McKee 1-1 H.\COOPER\CARMWD\SCOPE.WPD W w Exhibit 2.3 Boundary Research, Supervision, and Record Map In this task, we will add site boundaries and easement lines to topographic ~ mapping, supervise survey efforts, attend two meetings, and prepare record ma. for lift station site, pipelines, and access road. Task 3 - 10% Design Report 3.1 Peak Flow Analysis The peak flow into the lift station will be determined using the diurnal cufve of flow rates into the Raceway Lift Station and average daily flows from tributary areas; all provided by CMWD. Results will be shown graphically on an area ma] showing project features, landmarks, and roadways. 3.2 Velocity Analysis An analysis for downsizing the force main will be prepared, using present worth as the basis for comparison. The analysis shall consider use of variable frequenq drive units for pumps for varying flow velocities in various pipeline sizes, starting with a maximum diameter of 18-inches. 3.3 Total Dynamic Head (TDH) and Capacity Analysis This task will identify TDH requirements and flows for a dual pump operation, considering the expected flow rates, pipeline lengths and materials. CDM will develop the system head curve. 3.4 Preliminary Pump Selections Pump selection will be from not more than three manufacturers. Catalog head-capacity curves will be shown on the system head curve, idenhfying pump operating points. Results will be shown for not more than three operating speeds highest, mid-point and recommended minimum speed. 3.5 Surge Analysis The expected transient pressures will be determined using Surge 5 software. Two analyses will be made: one for the worst case (highest velocities in force main), and one for average daily flows in the recommended force main selection. Recommendations will be provided for surge control system. ~ ~ 3.6 Force Main Detention Time Analysis 1 Using a flow rate of 1/8 the average daily flow, detention times will be reviewed for a single 18-inch diameter force main. Discussion will be provided regarding expected problems from lengthy detention times. CDM Camp Dresser & McKee 1 -2 H:\COOPER\CARMWO\SCOPE.WPD w w Exhibit 3.7 Utility Source Investigations Identify project needs for electrical power, reclaimed water, potable water, and telemetry-phone lines. Contact utility company representatives to identify location of existing facilities, and preliminary routing to project site. Show result on vicinity map. 3.8 Site and Access Road Layout Plan The site plan will show the footprint of all facilities, including the below ground lift station. Features (manholes, flow meter, access pits/caissons) necessary for pipeline installations and located on the lift station site will be shown, providing an overview of how both projects will be coordinated. The site plan will show locations of the generator (with and without an enclosing building), retaining wall, and maintenance vehicle driveways and turning movements. The access road alignment will be shown on a separate drawing. All drawings will be prepared at 1"=40 foot maximum scale. 3.9 Line of Sight Study Ground profiles will be developed between the Visitor Information Center and the lift station site for each above ground facility located at the lift station site. Provide presentation drawings and cross sectional views, to include: Two cross-sectional views from visitors center to Lift Station, one prepared as rendering, and one prepared using computer simulation; 2 drawings Illustrative site plan with landscape treatments; 1 drawing Building elevations with landscape treatments; 2 elevations, 1 drawing 3.1 0 Pipeline Layout Plan Pipelines will be located on topographic mapping and will be shown in plan only on topographic mapping with pertinent invert evaluations included. Connection points, air and vacuum release valve locations for the force mains, junction structure (at end of dual force mains), temporary construction access, and access pits will be shown. 3.1 1 Additional Geotechnical Investigations We recommend an additional three (3) borings along the pipeline corridors be obtained to further class9 soil types and groundwater elevations. The borings will be extended down to a level approximately five feet below the pipeline invert. Boring locations will be located on the pipeline layout plan. i I CDM Camp Dresser 6r McKee H\COOPER\CARMWDSCOPE.WPD 1-3 w w Exhibit 3.1 2 Submittal/Deliverables Five copies of the 10% Design Report will be provided, and will include indicate( drawings. Task 4 5 50% Design Drawings will be prepared using AutoCAD Release 14 to depict the lift station structure, lift station support facilities and appurtenances, access road layout, waterlines, and the suction and discharge pipelines. Engineering designs will be performed to size each facility, determine operating conditions, and locate pipelines. Specific project requirements identified in Section IV-General Requirements contained in the Request for Proposals will be included. A 50% Design Report will be prepared to document data, methodology, and assumptions used for the project designs. Drawings will show facilities to true scale, sufficiently detailed to show critical sizes and locations of pipes, pumps, and supporting appurtenances. Specific details for reinforcing steel, wall sections, roofing, etc. will not be shown with thi: submittal. Specifications in CSI format will be prepared for facilities not included in the Standard Specifications for Public Works Construction. Our opinion of the probable construction cost will be prepared, using the 50% Design Drawings and Specifications. Project Considerations Provide recommendation (in pounds per day) for initial ferric chloride dosage . rate. The work includes obtaining one wastewater sample and laboratory analysis of sample to determine hydrogen sulfide concentration. The analysis of hydrogen sulfide reduction due to travel time in the sewer lines is not included. Project should be designed to have support facilities housed in a single structure, if practical. Support facilities include emergency generator, chemical storage, chemical feed pump, fuel storage, control panels, and electrical switch gear. Provide fuel storage (provided with generator base) for a 24 hour run time. Consider an outside wall mounted hoist system, capable of reaching each pump access hatch, and having sufficient lift height to place pumps and motors onto a truck bed. Consider using outside exhaust fans/ventilators for the wet well and pump room ventilation. Electrical and controls scope of work is based on utilizing drawings and specifications previously prepared for the Poinsettia Lift Station project, and modified for the SAH3 project. Loop descriptions are not included. CDM Camp Dresser & McKee 1-4 H\COOPER\CARMWD\SCOPE.WPO w w Exhibit, Status reporting for the facility should include the following data: Pump motor temperature, primary seal failure, and no flow if pump is ~ running General alarm from generator control panel B Alarm indicating no air flow when ventilation system running Flow rate (from meter) w Wet well level Additional status reporting as may be identified in the future by CMWD APCD permit applications for odor control and the engine generator are noi included. A Technical Review Committee meeting will be held to review project direction, assumptions, system methodology, and conformance to codes, standards, and regulatory requirements. Drawings, calculations, estimates, and specifications will be subject to CDM's Quality Assurance and back checking procedures. Expected drawings included with the 50% submittal: General Plans Title sheet, with vicinity and location maps; 1 sheet General: notes, symbols, abbreviations, design criteria, survey monument data; 1 sheet rn Civil Plans Lift Station Site Plan: at 1"=20' scale; includes surface features and crib Lift Station Grading Plan: at 1"=20' scale; 1 sheet Lift Station Yard Piping Plan: at 1"=20' scale, includes drain lines, vent Lift Station Yard Piping Profiles: at 1"=20' scale; 1 sheet Access Road Plan and Profile: at 1"=40" scale; 1, sheet (includes Influent Gravity Sewer Plan and Profile: at 1"=40' scale; 1 sheet Force Main Plan and Profile: at 1"=40' scale; 5 sheets Pipeline details: 2 sheets wall; 1 sheet piping and waterlines; 1 sheet waterlines) Structural Plans Structural Notes; 1 sheet Lift Station Floor Plan, Foundation Plan, Sections; 2 sheets Electrical and Generator Buildings: plan, foundation plan, sections; 3 sheets CDM Camp Dresser & McKee 1-5 H:lCOOPER\CARMWD\SCOPE.WPD w w Exhibit Pump removal system, including hatch details: 1 sheet Crib Wall: elevation view, sections; 1 sheet Structural Details: walls, roofing, pump and equipment pads; 2 sheets Mechanical Plans Ducting and Equipment for Wet Well and Pump Room; 2 sheets Pumps and Communitor Installations: plan view, sections; 3 sheets Ferrous Chloride Facility: plan and piping: 1 sheet Mechanical Details: 2 sheets w Architectural Plans Lower Floor Plan: wet well, pump room; 1 sheet Floor Plans: electrical and ferrous chloride buildings ; 1 sheet Floor Plan: generator enclosure; 1 sheet Roof Plans: electrical and ferrous chloride buildings; 1 sheet Elevations: generator, electical and ferrous chloride buildings: 2 sheets Architectural Details: 2 sheets w Electrical and Instrumentation Plans Electrical notes, symbols, abbreviations: 1 sheet Site plan, utility coordination; 1 sheet Generator and transfer switch; 1 sheet Single Line Diagrams: 2 sheets Lighting Plan: lift station, electrical and ferrous chloride buildings, Power and Signal Plax 1 sheet Ladder Logic Diagram: 1 sheet Piping and Instrument Diagram: 1 sheet Conduit and Wiring Schedule: 1 sheet 9 Instrumentation Details: 1 sheet Electrical Details: 2 sheets generator: 2 sheets w Specifications Use "Green Book" as basis, primarily for civil and piping Additional specifications in CSI format, using CDM standard specifications modified for project conditions, for disciplines other than civil. Contractual sections (bonds, agreement, general conditions, instructions to bidders, etc.) will be prepared by CMWD. w Opinion of Probable Construction Cost A construction cost estimate will be prepared using the 50% design drawings and specifications, and will be prepared using estimating guides, quotes from suppliers and vendors, and recent bidding information. Deliverable: 5 sets of the 50% Design Report, drawings, specifications and estimate will be provided to CMWD. CDM Camp Dresser & McKee 1-6 H:\COOPER\CARMWD\SCOPE.WPD w W Exhibit Task 5 - 90% Design The 50% drawings and specifications wilI be advanced to complete drawings anc specifications, to a level suitable for bidding and construction. Review comment to the 50% submittal will be addressed and incorporated into the drawings and specifications. The construction cost estimate will be updated to-reflect the new information contained in the drawings and specifications. The previous 50% Design Report will be updated to include all new calculations, changes, methodology, and vendor information. Work will again be subject to CDMs Quality Assurance procedures. Additional Drawings w Landscape and Irrigation Notes: 1 sheet rn Landscape Plans: for lift station site -1 sheet Irrigation Plans: for lift station site -1 sheet Landscape and Irrigation Details - 2 sheets Deliverables: Five (5) sets of the 90% Design Report, drawings, specifications and estimate will be provided to CMWD. Task 6 - Final Design The 90% Drawings and Specifications will be advanced to final drawings and specifications, plotted on mylar, signed and stamped. Review comments to the 90% submittal will be addressed and incorporated into the drawings and specifications. The construction cost estimate will be updated to reflect any changes. The previous 90% Design Report will be updated to include all new - calculations, changes, methodology, and vendor information. Deliverables: Signed and stamped original drawings (on Mylar) and specifications, five (5) sets of drawing prints and specification copies (after all signatures affixed), five (5) sets of the Final Design Report and estimate will be provided to CMWD. Task 7 - Construction SupporVOptionai Services 7.1 Separate project into two separate bid packages: one package for the force main installation and one package for the lift station facility ahd influent gravity sewer pipeline. This work shall be included with construction services, and authorized by CMWD. 7.2 Provide 3 additional soil borings along pipeline corridors, publish results in letter report. CDM Camp Dresser & McKee 1-7 H.\COOPER\CARMWD\SCOPE.WPD w w Exhibit 7.3 Construction Support Generally consists of providing construction support services consisting of - Submittal reviews. a Responding to requests for information and change orders. Preparation of start-up and testing plan, including pumps and instruments w Daily inspection of the construction work in progress will be provided by CMWD. Project Schedule Presentation Drawings Presentation drawings shall be provided to CMWD by January 1,2000. Design Refer to attached project schedule. Work Provided by Carlsbad Municipal Water District 1. Legal descriptions and drawings for any additional permanent and 2. Furnish projected flow data to the Lift Station. 3. Furnish a sample drawing with District signature blocks. 4. Designate an inspector for the improvements. 5. CEQA Environmental Documentation prior to beginning final design. 6. Geotechnical Information and additional soil borings. 7. Mitigation site, plans and construction for distributed habitat. temporary construction easements. I I CDM Camp Dresser & McKee 1-8 ' H:~OOPER\CARMWO\SCOPEWPD Agua Hedionda Reac ~~~~-" NO. ___ CS TUNNEL CIVIL LEAD PROJ ~~~~. " TASK DSGWDFIR ENGR ENGR CIVIL MGR Dwgs. 1. Project Administration and meetings - 1.1 Project Administration and Management 1.2 Meetings Kick-off 6 8 Interim-lO% Design 4 10% Design review 6 4 6 Interim-50% Design ~~ .4 6 50% DesiEreview 4 6 90% Design review 4 82 ~.~~-~ _~_-~____ ~" "_~__ 56 " "- ~" ~-~~ - ~" --" " - .~-_________" " - ~ " - "__- ~- ~-~ - _" ". -~ ____ ____________~-~~~~~~ ~ ~ _~~"~~ .~-~~. ~- ~." ~___._ " ~~~___ ~~ ____ 4 ~~~ ~~ _-___ ~~-..~ .~- "4." - . ~ - ~ ."_ ~~- ~.. ~-~~.. ~.- ~"-4~"- . ~~. ~~~_-_ 6 ~ "~~~~- ~.~~ ~ ~~~~~~~~-__ ~ . ~ - ~. ~ - .- ~- - T8Sk 1 &biota/, Hours: "- ~~~~. 38 0 "-.""o"- 12 .~ ~ __"..__" ." "" ~-~~~~-- ~__ ~. " ~~.~ ___-. ~. " " ~-~". ~~~ - ~~~~- "-. ~"~~.. " -. . ~~~ - ~- __-~~"~ . ~~ ~- ~~ ""~ - 2. Surveying --~~ 2.1 Aerial Mappins 2.2 Field Surveys Research. Supervision, and Record Maps 2.3 - ~ _~_. - "-~ 4 "_~ "~__ ""." " - .~" "~. 1 2 I 2 -~~- -- _______ - .~ ~-~~ "- " ~ ~~ --~. "~~~ Task2 Subtotal, Hours: -- . ~... ~~- .~~ ~-~ _". "____ ~ ~~~~ ~ 4 "~__~ 2- "_ 0 "." 0 4 ~~ "~_~~_~~- ~_~._~ - ~" " ~ ~. . ". ~ - "~ -~"~ ".~ ~___ ." ~ .~__~~" 3.10% Design Reporl ~ -~ - 3.1 VelocJtAnalysjs 3.2 Peak Flow Analysis Preliminary Pump Selections 3.4 TDH and Capacity Analysis - - 3.3 -~- 3.5 SliIge Analysis 3.6 For= Main Detentiocirne Analysis ~ ~~ 3.7 UtilltySource Investigations ~~ - 3.8 Site and Access Road Layout Plan 3.9 Line of Sight Study ~- ~ - .~ ". ~~ -~ - ~-~" "."1_ 2 2 ~ ~. -~~ 16 -"~~______ ". -~-. -~. . " - 2 4 16 8 4 12 12 4 16""" ~- .~"-~ "-___~ "~. ~" ~-~ ~ ~~- -" - -~.~__ ~~ 1 2 1 2 -~ ~. 16 ~~ ~~~ ~-~~-.~ 10 _"_~_~~~_ ~~~. ~ 40 - -~ ~". 4 ~- 4 ~- -~ ~ --~~ " - ~~.. -~ ~"~-~ ~~~~ " - - -~ ~ -~~- ~ ~~ ~ ~- ~- -- -~~ -~ .. -~- 2 -____ ~~ ~~~~. . - ~. ~ ~~ ~""-4 36 ~- ~~ ~__"-__"______"_~~ ~~~~-~~~ ~~ .~~~~ 8 4 Presenfation drawin s -- I .~ __~ 1 ~- 3.10 Quality Assurance ReviewflRC Submittal and Deliverables ~ 3.1 1 -Pipeline Layout Plan- ~~ 6 ~~~~ ~ ~ -~~~~~ . ___" -~ 1 12 12 2 20 8 2 " ~~". ~ - ~- 48 - .~ 12 ~- ~ ~~ ."~" ~ ~- ~ ~.".~. __~~__ ~~ - - . -~ - ~.. ~~~ ~ ~ -.. ~~~.. ~ ~~~ ~ . - -~ Task 3 Subtotel. Hours: ,~~ ~.~ ~ ~ ____~ "" ~__~.~. ___ ~~-~ " 8 20 84 - ,. ~- lG- ---.. ..~"~_~ 118 " "~ -~ ~ . " - ~.~ .~ -- "~~~ -~~-~ ~~ __~-- ___~~~"~ "~ -. .~ ~~"~ "". ___.."" ."______________ ___" " ~ ~~ ~~ ~ . ~--~ Fee3est.xls II--"---------- I I I I " i -"_- , 3-1 Fee3est.xls StructuraI notes 1 Grade Level plans 1 2 Lift station, support building foundation plan 1 1 Roof and wall sections ~ 2 Pump removal system 1 " 2 Structural details 1 Cribwall-elevation, sections ~ - ..~~___- .~~ 1. - 10 HVAC Design 6 Pumps and Cammunitor installations 3 2 40 - FgrLgus chloride facility . Mechanical details" ~ . ." - ~~- ~~- ." -~. ~~~" ~ " - .."" ~~ ~~- ~~~~ ~~~. -~" " ~~~ ~~~ - ~~ ~~ .~ .~ ~- 12 .~ 48 32 "_ ___.~~ ~~- ~ 1 121 8 8 ~~" " -~~ 2 12 Lift stalower floor plan----" 1 Floor plans-support bldg 1 Roofplans. support building 1 Building elevations 2 Architectural details 2 7 Electrical Design Landscape design Specifications 6- 32 16 Construction cost estimate .___~ Quality Assurance Reviews Submittal and deliverables 1 8 ~-~- 12 - ~". " ~. ~.. .. ~ ~" " - ___~- - ~ ~~.~~ " ~~ " _~_ ." ~- - ~~ ~.. - ."" .~. ~ .- . -. " ~- . _~_ ~ " ~~. "_ 13 4 ~.. . .-~~~ ".~-~ ~"". ~ -- " -~~ ~- -p 6 - _~.__ .-~~" -~ .~ _" 8 24 4 - - ~- - -~ 16 "." ~" ~ ~-~__-~. ~ ~_~_ i.6"~~ ___~ 2. ~""~~ Total drawings: Task 5 Subtotal. Hours: . ~~ 63 " 35 - ~~- 100 ssp ~ ...~ .___ 122. .~ .~-- 260 _____"~.~ - ."" ~~-~--~ "" ~ .- ~""~~ ".~___" - ~ ". . - Fee3est.xls ~________ ~._ - ~ "" ~- " 7. Construction SupporVOptional Services Prepare separate HOD Bid Package 12 6 4 2 -~-~.~"~~ "~"" - " _______". .. ______ "~__ ~"".~. __~~ .-" ~- .~~ "Additional Geotechnical Investigations-3 Addittonal Borings (Optional Work) -~ - . "~ ~~ -~ 4 " 2- - ~-~ -~ - ~ " ~ ~~~~ ~-~ - ~ " - _~- " - 16 8 Bidding support - .~~ 4 ~ .- Submittal Reviews ____~ Requests for information, change orders Field inspections 32 32 16 16 40. 40 - " -~ " ."~ ~~ ~ ~~.~~~~ 24 40 ~~. . ~ .~ "" _"~ ~_~~"~~_____~ ~__. Subtofal, Hours: 64 -~~ ~-~~ ~~~ 128 .~- .~. " ~ 72 4 " 0 ~- - " " .~ " t Tasks 16 - " ~ ~- 0 12 0 38 82 1. Eojact Administration and management 2. Surveying - I50 42 4. 500/0 Design 118 3. 10% Design Report 1" 4 114 66 264 ~ 5.90% Design -- 6. Final Design TeSks I-E sub-totals: 181 .~- . ~~ ". o-~. ~ " -260 56 .." 100 122 35 - 4. - ~~~~ ~-~. 2 0 8." 84 ~- 100 20 ~ -~~~ ~ __.~~ - - 10 756 163 407 128 9 73 60 ~- - - - - ".~ ~ -~ 454 ~~ ~~ ___.______~_ "~ - ~. ~~ - ~. -~~ ~~~" ." "~. ~~ .~~ - - 7. Construction Phase Services ~" 64 128 ". " "_~ 72 -." .- ti 4 ~ 4 0 0 2 ." 4 0- 0 0 Additional Geotechnical !n?estiga$is- I Separate HDD Bid Packa 2 fZ ~ 3 Additional Borings (Optional Work) Fee3est.xls