Loading...
HomeMy WebLinkAbout1992-02-04; Municipal Water District; 150; Reclaimed Water Line - Palomar Airport RoadCARLSBAD NY- IICIPAL WATER DISTRICT - -%IWA BILL v?b%f 0 3 ) I AB# /m TITLE:APPROVAL 0~ CONSULTANT'S AGREEMENT 1 MTG, a- “I-g& FOR ENGINEERING SERVICES FOR ENG DEPT. l RECLAIMED WATER LINE FROM TWIN 'D' TANKS TO PALOMAR AIRPORT ROAD, CMWD 91-109 RECOMMENDED ACTION: Adopt Resolution No.')'96 approving a consultant's agreement for engineering services for reclaimed water line from Twin 'D' Tanks to Palomar Airport Road Freeway Crossing. ITEM EXPLANATION: This project is part of the five million dollar loan approved by the state to serve reclaimed water to Tabata, Frazee, Ukegawa, and Cal Trans. The plan is to convert and utilize an existing 12" water line from the Twin 'D' Tanks northerly to Palomar Airport Road, to install a 30" line along Palomar Airport Road between College Boulevard to Interstate 5, and to tie into the proposed line in the bridge widening project. Also, we will extend a line in Hidden Valley Road northerly to the growers. Requests for Proposal were obtained from ASL Consulting Engineers, Leedshill-Herkenhoff, and Daniel Boyle Engineering, Inc. After analysis of the three proposals, the staff has chosen Dan Boyle Engineering, Inc., because their proposal addressed more specific items in their scope of work than the others. Costs were comparable, but Boyle included additional items of work in their scope. FISCAL IMPACT: The contract amount for this work is $47,400. The District has been approved for a state loan of $5,000,000 for reclaimed water projects. Proceeds from the loan will be used for this project. The low-interest loan will be repaid through the sale of reclaimed water to those users. EXHIBITS: 1. Location Map. 2. Agreement for consultant's engineering services between Daniel Boyle Engineering, Inc. and CarlsbadMunicipal Water District. 3. Resolution No. approving of consultant's agreement 33&i for engineering services for reclaimed water line from Twin 'D' Tanks to Palomar Airport Road Freeway Crossing. LoCA‘lON MAP . . - . - % 7 a C ?‘. :ic L . . . _, ., - : RESOLUTION NO. 776 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING AN AGREEMENT FOR ENGINEERING SERVICES FOR RECLAIMED WATER LINE FROM TWIN 'D' TANKS TO PALOMAR AIRPORT ROAD FREEWAY CROSSING CMWD PROJECT NO. 91-109 WHEREAS, Daniel Boyle Engineering, Inc. has submitted an agreement between Daniel Boyle Engineering, Inc. and the Carlsbad Municipal Water District for engineering services for a reclaimed water line from Twin 'D' Tanks to Palomar Airport Road Freeway Crossing, CMWD Project No. 91-109 as directed in Exhibit "B" of the Engineering Services Agreement attached thereto and made a part thereof; and WHEREAS, the contract amount for this work is forty-seven thousand four hundred dollars ($47,400), and the Carlsbad Municipal Water District has been previously approved for a low-interest state loan of five million dollars ($5,000,000) for reclaimed water projects; and loan proceeds are not available until the plans and specifications are completed and approved by the state; however, there is approximately two million dollars ($2,000,000) available in the Unappropriated Reserve Fund for fiscal year 1991-1992, and the Finance Director may be authorized and directed to transfer approximately fifty thousand dollars ($50,000) to the Operating Budget for this work:' and upon receipt of proceeds from the state for the low-interest loan, the Unappropriated Reserve Fund will be reimbursed: NOW, THEREFORE, BE IT RESOLVED by the Board of the Carlsbad of the Carlsbad Municipal Water District as follows: 1. That the above recitations are true and correct. c . 1 2 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. That the Engineering Services Agreement between Daniel Boyle Engineering, Inc. and Carlsbad Municipal Water District for engineering services for reclaimed water line from Twin ID1 Tanks to Palomar Airport Road as directed in Exhibit 'I BII of the Engineering Services Agreement attached thereto and made a part thereof, which is on file with the Carlsbad Municipal Water District and is incorporated herein by refenence, is accepted. 3. That the President and the Secretary are authorized to execute the Engineering Services Agreement. 4. That the Director of Finance is hereby authorized and directed to transfer fifty thousand dollars ($50,000) available in the Unappropriated Reserve Fund for fiscal year 1991-1992 to the Operating Budget for this work, and upon receipt of proceeds from the state for the low-interest loan, the Unappropriated Reserve Fund will be reimbursed. PASSED, APPROVED AND ADOPTED at a meeting of the Carlsbad Municipal Water District held on the 4 th day of February c 1992 by the following vote, to wit: AYES:Board Members Lewis, Kulchin, Larson, Stanton 61 Nygaard NOES: None ABSENT: None CLAUDE A. LEWIS, President ATTEST: ALETHA L. RAUTENKRANZ, Secredpry (SEAL) CMWD 91-109 November 3, 1992 Daniel Boyle Engineering, Inc. 3142 Vista Way, Suite 203 Oceanside, CA 92056 Re: Agreement for Reclaimed Water Line Design The Carlsbad Municipal Water District Board approved an agreement with Daniel Boyle Engineering, Inc. on February 4, 1992, for engineering services for reclaimed water line from Twin IDI Tanks to Palomar Airport Road Freeway Crossing. In accordance with Section 25 of the agreement, you are required to file a Conflict of Interest Statement with the City Clerk of the City of Carlsbad. Anyone in the company who is working on this' city project must ,file Form 730, Statement of Economic Interests, and must report investments and interests in real property, Disclosure Category 1, which includes Schedules A, B, C-l and C-2. Schedules D through H are not applicable to your disclosure category. Enclosed for your use in meeting the filing requirements is a Form 730 and Instructions, and a copy of the Appendix to the Local Conflict of Interekt Code. We will provide additional forms upon request. Your completed Assuminq Office Statement is due in the City Clerk's Office no later than 5:00 p.m., on December 4, 1992. If you have any questions, please call me at 434-2917. &a CMC Assistant Ci y Clerk KRK:ijp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 - (619) 434-2808 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 26 Clrc@O 0. - rra AGREEMENT THIS AGREEMENT, made and entered into as of the L +cI day of /=&4&7$ , 19& by and between the CARLSBAD MUNICIPAL-WATER DISTRIIT, hereinafter referred to as *lDistrictll I ';$-A DANIEL BOYLE ENGINEERING, INC. .--ha B&~VFXX%~EE~~SO<PWQX hereinafter referred to as "Consultantl@. RECITU District rec@&$C; the servicers of a Enc&eerina“l.t _,' ." 1 '2, ',"~, necessary consultant : to provide the preparation-~&f. "; -. ?1(- Consultant po esses the nyessary"skills and g&lifications to provide-ge &vices required by the District; FORE, in consideratiod'l of these ret and the mutual covenants contained here&ml bistrirct and Consultant agree as construction of appro made a part hereof. reClk.med water system i" plans in AU'ICCAD in connection with ' water lines, potable te'i: facilities to reclaimed "A" attached hereto and 1 4/3/91 REV. 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 28 2. JXSTRICT OBLIGATIONS The District shall 1. Furnish-all Water District Plans - one copy, 2. Plan Check at 90% and 100% submittal, 3. Furnish Boiler Plate of the Standard Specifications, 4. Complete EIR and Coastal requirements, and 5. Advertise for bi.@$filq, 6. Assemble and priti Bid Documents. .I _; 3. PROGV COMPLETION . + " :& 2 I%' :i *,, . ("Q"! I ., tinder this con-act will begin within'ten (10) days .: i *. 'F after receipt of notification to proceed by the District and be -3 -i $ one hundred : complet$#'wi&in and five (1051 : ,& days of that date. --.* &qs f i- r RStS$sions of . . time may'*: anted if req&telted by the donsultant and-:' ed to in -_ writing by the District Rngim or'the General Manager. The extensions rilk _ be $&& .@lowan~& documented and ^:i, .* substantiatedun s not caused by a lack of fores& SConsuZ&nt, or delays caused by District in *timely action, 4. . -' ,, The total fee payable aeac ii&.-to Paragraph 6, "Payment of Fees," shall be $ 47,400 . No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from the date thereof. The contract may be extended for one (1) additional one (1) year periods or parts thereof, based upon satisfactory performance and the District's needs. 2 4/3/91 REV. 1 P’ & +,;\ 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 6. PAYMENT OF FEES Invoices will be submitted by Consultant monthly for services rendered I3a$mem~--~>QlcpP#r:~~~sx~dkwd~:~ 1 and are due and payable upon presentation. Fees will be computed based up ‘to and made a part hereof. 7. FINAL SUBMISSIONS Within fifteen (15) days of completion and approval of the ) Reclaimed Water Line from Twin D Tanks to Palomar Airport Road I Fr@$svBw'Crossiag - OlWD F'ro-kt NO. 91-109 I ‘, ^_. the Consultant s 8 d&ver to the District the following items: .- ).’ “, ; GE8 I~WORK :' :. i 8. CEIAN 0 :. -. * i” * IS;. course of thi contracti changes seem iI. :%. ~ Consult&@~ the Distri*,'f and infor@ consultat L I . . other party indicate that a' &~in the conditions of the contract is war or the &&rict may request _1 a change in' co :; :- '"processed by the .e. ‘7’” g *iir& 1 District in th&‘fol .:-s changes shall b&. inform District of linf~ng the required Consultant to nge&.alond with a statement of .w , I .' ,. ‘ > estimated changes in charges s‘ ' tillap schedule. A supplemental agreement shall be prepared by the District and approved by the District. Such supplemental agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANT8 AGAINST CONTINGENT FEES The Consultant warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this agreement, and that Consultant has not paid or agreed to pay any company or 3 4/3/91 REV. e 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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 District shall have the right to annul this agreement without liability, or, in its discretion, to deduct ,&or the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentige, brokerage fees, gift, or contingent fee. 10. NONDIBCRfllINATXiiN CLAUSE The Co &t shall comply with the state and federal laws regarding nonc?&crimination.$ 4, .C$ .‘ 'L- _' : 11. T N PgYlt . ._ I .‘ 1 s In “'++8<'event of the' Consultant*s failure td‘ p;osecute, deliver, or perform the work a&"&i&d for in this contract, the District may 4&&&e ract for nOnperformance by notifying the C ant by o&&&ed mail of the termination of *L the Consultakf eupon, has f%ve (5) working days to deliver?&&d e DisWict and all work . ,, pbist-i& in progress to the'Jp&neer 1 'I‘.- j i-$.::" 'CL-'. . The Ristriat Enqineer shall make a determination ob. &ck based upon the documents delivered to District of the percentage of work which the Consultant has performed which is usable and of worth to the District in having the contract completed. Based upon that finding as reported to the General Manager, the General Manager shall determine the final payment of the contract. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to 4 4/3/91 REX. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 25 26 27 28 resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Consultant or the District Enaineer . A copy of such documented dispute shall be forwarded to both parties involved alongwith recommend&methods of resolution which would be of beneffa--to Both parties. The District Bngi-r or principal receiving the letter shall reply to t&q letter along _, with a reco *.. ed method of resoiq%tion within ten (16) days. If the resolution"thus obtain* is unjatisfactory to the aggrieved ,L '. party, &'lettir outlining the disput& shall be forwar&l to the "3. Board of 'bwtors for t4@ii.resolutio$through the &&f&e of the 4 General Manager. The Board of B&'~ctdrs'may then opt to consider the directed sol&&to the &W&F& In SW& c&&s, the action of . the Board of Dire&&& shall b& : .k ' ng upon #&'parties involved, ,,~shalL~ohibft the parties ,"a 7.. ^"b i ‘. I .~ ." This agreement may M.-b? &ted by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the District, the Consultant shall assemble the work product and put same in order for proper filing and closing and deliver said product to District. In the event of termination, the Consultant shall be paid for work performed to the termination date; however, the total shall not exceed the total fee payable under paragraph 4. The District shall make the final determination as to'the portions 5 4/3/91 REV. . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 of tasks completed and the compensation to be made. 14. @TATUS OF THE CONSULTANT The Consultant shall perform the services provided for herein in Consultant's own way as an independent contractor and in pursuit of Consultant's independent calling, and not as an employee of the District. Consultant shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provieW for in the request far: proposal. The ConrPultant is an independent contractor of the District. a The payment q to the Consultant pursuant to th8 contract shall ,L be the full and complete compensation to which the Consultant is entitle&' 5. '<i The District shall not make any federall ur'qtate tax 1 '" withholciilagsi,& behalf of the Consultan% The District &all not be required to pay any workers' c nsattion insurance on behalf of the Consultant. Consultamt agrvees to im&Enify the District I r ., for any tax, re&&+nt contrMon, socil& ,security, overtime I payment, or w&&&r*@+ ent w&&&&h the District may be required to mak&:zgp Say employee of the I' .‘", Consultant for work"' The Consultant shall be Ware 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. The Consultant shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Consultant shall provide all necessary supporting 6 4/3/91 REV. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - documents, to be filed with any agencies whose approval is necessary. The District will provide copies of the approved plans to any other agencies. 16. OwNERsliIPOF DOCUMPNTS All plans, studies, sket&s, drawings, reports, and specifications as hsrain required are t&e property of the District, ,. whether the work @$r w&ich they are made be -ecuted or not. In u the event this..:,contract is tele'minated, all ,doorPCtpts, plans, &, , ';$ specificati -“ b.? drawings, ? rep#rts>;*and studies sWP"be delivered forthwith to t District. 'jonsultaht shall have tne right to make ,-.A one (1) &py-'6f the plans for his/her: records. -4 e_ $ .& j, ‘! Z.,' 17. *; _* . .,. .A ‘ The Consultant agrees th $ -c&l ‘copyrights which arise from creation of the District and h copyrights in'?avo"@%& Dist 18. for any claims, liabilities,. '&all-be vested in inquish &ii claims to such ,' all not be liable or any damage to goods, properties, or effects of any person whatever, nor for personal injuries or death caused by, or resulting from, any intentional or negligent acts, errors or omission of Consultant or Consultant's agents, employees, or representatives. Consultant agrees to defend, indemnify, and save free and harmless the District and its officers and employees against any of the foregoing claims, liabilities, penalties or fines, including liabilities or claims by reason of.alleged defects in any plans and 7 4/3/91 REV. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - specifications, and any cost, expense or attorney's fees which are incurred by the District on account of any of the foregoing. 19. ASSIGNMENT OF CONTRACT The Consultant shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. 20. SUBCONTRACT&#@ --"i -2: If the Con a&shall subcontract anE* of the work to be 2 performed W&&X this contract.by the Consultant, ~~ltant shall i ,>,..: .&. i i-*?*C ; _ lli. : ,:.; _ . . .i ible to the District for the acts.-'@omissions of 1 ,! 'F," bcontractor qnd of t&e persons either directly or loyed by the &bcontrac$or, as Consul for the sions of persons dire&X$ employed #%$&ultant. * Nothing contained in -is co&r& ihall create any contractual relationsh.6' *. . any s%W&&&tor of V&&$&ultant and the ,<.,. IA'. - . . -) District. %e C ant shalf ntwtor and every subcontractol"of ‘%yl".'jliQbcontra s oh this contract I Sl. applicable to"*@&&lf sz ,A-, fWally noted to the contrary in the subco&ract in &es d (, in writing by the ,c. District. : -. 21. -BITED INTEREST No official of the District who is authorized in such capacity on behalf of the District to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory, or 8 4/3/91 REX. 1 2 3 I) 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGRBBMgNT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of thisw&ract, shall affeot or mdify any of the terms ,:- " or obligations he n contained nor entit Consultant to any . . ." .; I er u&er the terms of thj&.contract. . .- ; -*.;&j *..I .- : * the provis$ons of "Paragraph 18, **@Hold Harmless -,;1 ',- Agreeme$;" &al terms, conditions, and provisionir,i- f shall .- “:..- inure tt$' hall bind each of the &ties heretoti" each of .I their respective heirs, executh, administrators, successors, and - :, i assigns. i * :! .‘ , I .P+ ~.I. ' J irrhe day and year The Consultant shall fife, h C&f&t Of Interest Statement with the Secretary of the Board of Directors in accordance with the requirements of the Carlsbad Municipal Water District Conflict of Interest Code. The Consultant shall report investments or interests in real property. 26. INSURANCE The Consultant shall obtain and maintain policies of general liability insurance, automobile liability insurance, and a combined policy of worker's compensation and employers liability insurance 9 4/3/91 REV. 1 2 3 4 5 6 7 8 9 10 11 12 ,?A p-&r]; Lb’,4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 from an insurance company authorized to do business in the State of California in an insurable amount of not less than one million dollars ($l,OOO,OOO) each, unless a lower amount is approved by the General Counsel or the General Manager. This insurance shall be in force during the life of this agreement and shall not be canceled % .1," without thirty (30) days prior writ-n notice to the District sent 'a'. by certified mail. ,*;y- . i,' ,. , .' r The District &alT"be named as ai ad&&. L -*" 1 insured on these ,. ^ ">'Z 1 ."' policies. The Consultant shall furnish certificate8 of insurance to the Distrf+before commencemen$ of work. 8 +& Executed by Consultant this -'* c-! -day of 1 \ p~&N- I . *. INEERING, IN& CARti )0=x &$ * +- r Ii; Board &!-P&rectors / “3” ‘I”, . ‘a” \ y I ,/ :. (print name h&&p’ J *‘- i:bL,: .!! ,‘s (title signatory) -- (Proper notarial acknowledgment"of execution by CONSULTANT must be attached.) /// /// I// /// /// /// /// , 3 , 1 s c i . 6 i 7 from an insurance company authorized to do business in the State of California in an insurable amount of not less than one million dollars ($l,OOO,OOO) each, unless a lower amount is approved by the General Counsel or the General Manager. This insurance shall be in force during the life of this agreement and shall not be canceled without thirty (30) days prior written notice to the District sent by certified maiL. 8 The District 'j&d12 be named as an additioJzta1 insured on these 9 I policies. 'phe cpnsultant shall furnish certificaw of insurance " . -L 10 1 to the Dist@S&a&b&fore commencement of work. "' ,p, 11 I Executed by Co&sultant this -i-I? &q~+&l 12 3 L$\bL* -I L. __ "t*z "- day of " .' d LL ii& \Q-& .'? E L-PUR;OSE ACKNOWLEDGMENT I Al/r NO 20s 1 State of 1 County of 0awl.c On 12#27 -q\ before me, ‘DiAna L *#I vvrt%q %!%?t? , DATE NAME. TITLE OF OFFICER - E.G.. ‘JAN%&, NOTARY PUBLIC I ’ personally appeared njllri( d %O~\e, NAME(S) O?dGNER(S) I 1 0 personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) subscribed’ to the within instrumeni $i%ac- knowledged to me th he he/they executed the same in his a? their authorized capacity(ies), and at by IS er/their signature(s) on the instrumen Q person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and &fficial seal. n r ZAPACITY CLAIMED BY SIGNER 0 CORPORATE OFFICER(S) TITLE(S) q PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 SUBSCRIBING WITNESS 0 GUARDIAN/CONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITYtIES) AlTENTlON NOTARY: Although the information requested below IS OPTIONAL, it could prevent fraudulent attachment of this certificate to un@uthorired document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above B 1991 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave. * P 0. Sax 7184 * Canoga Park. CA 91304-71 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 ia 19 20 21 22 23 24 25 26 27 28 (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: CmD 91-109 11 4/3/91 REV. - EXHIBIT "A" PAGE ONE OF NINE PAGES CARLSBAD MUNICIPAL WATER DISTRICT RECLAIMED WATER LINE FROM TWIN D TANKS TO PALOMAR AIRPORT ROAD FREEWAY CROSSING CMWD PROJECT NO. 91-109 SCOPE OF WORK PART 1 1.1 General The Scope of Work consist of preliminary field surveys, reclaimed water system design, preparation of construction and traffic control plans in AUTOCAD format; technical specifications, and special provisions in connection with construction of approximately 11,000 feet of reclaimed water lines, potable water lines, and conversions of existing potable water facilities to reclaimed water. The project is also known as Phase II of the Carlsbad Municipal Water District’s (CMWD) Reclaimed Water System as shown on CMWD map dated October 23, 1991. The size of the proposed pipes has been determined by the District to be 3-inches through 274nches in diameter. Pipeline materials are to be Polyvinyl Chloride (PVC), Concrete Mortar Lined and Coated Steel Pipe (CML&C SP), and Ductile Iron Pipe (DIP). The use of “purple pipe” or reclaimed water warning tape will be specified were applicable. DIP will be cement mortar lined and polyethylene encased. A 30-inch diameter DIP will be included as an alternate to the 27-inch steel pipe. Alternate pipe materials that may be more cost effective to the CMWD, such as Dielectrically Coated Cement Mortar Lined Steel Pipe, will be investigated. Daniel Boyle Engineering, Inc. (DBE,I) understands that CMWD intends to submit the design described herein to the State Water Resources Control Board (SWRCB) as part of the process to attain funding under the State Grant Program. Therefore, DBE,I assumes that an Detailed Facilities Plan and CEQA compliant EIR for the Reclaimed Water System is currently being processed by CMWD for approval by the SWRCB. 699-197-01 PAGE TWO OF NINE PAGES- CMWD - RCWL Phase II Proposal for Engineering Services - 11/15/91 - 2 PART 2 2.1 Project Descriptions 2.1 .l Item D-l Construct approximately 110 feet of 12-inch PVC (AWWA C900 Class 150 purple pipe) or DIP (Class 50 with warning tape) reclaimed water line. The new pipeline will join the existing 12-inch (384 HGL) reclaimed pipeline with a tee and RW gate valves, just north of the Twin D Tanks site and then proceed westerly to join the existing 12-inch (old 550 HGL) pipeline. A short piece of pipe will be removed in the old 550 HGL pipeline to facilitate the conversion of this pipe to reclaimed water. 2.1.2 Item D-2 Construct 3-inch PVC (AWWA C800 Section A.5 IPS gasketed 200 psi) or 4-inch PVC (AWWA C900 Class 150) potable water line from the existing 12-inch (550 HGL) potable water line at the Twin D Tanks site north approximately 1,200 feet. Construction two l-inch potable water services and convert two existing 6-inch irrigation services to the reclaimed water system after cross connections are eliminated. 2.1.3 Item E-l Construct approximately 1,600 feet of lo-inch PVC (AWWA C900 Class 150) or DIP (Class 50) potable water line, from the existing 12-inch potable water line (384 / HGL) at College Boulevard and Palomar Airport Road southerly to the 8-inch Sudan Interior Missions Retirement Center (SIM) service line. This pipeline will I include a wet weather stream crossing. A concrete blanket will be constructed over the pipeline to protect the pipeline from future erosion. i 2.1.4 Item E-2 Remove pressure reducing station (Frazee property) from the old 550 HGL potable water line and reconnect existing 6-inch service line to the new 384 HGL lo-inch 1 I I 699-197-01 PAGE THREE OF NINE PAQL .’ I , . CMWD - RCWL Phase II Proposal for Engineering Services - 11/15/91 - 3 potable system constructed in Item E-l. Blind flange connection to old 500 HGL potable water system. 2.1.5 Item E-3 Remove pressure reducing station (SIM property) from the old 500 HGL potable water line and reconnect existing 8-inch service line to the new 384 HGL lo-inch potable system constructed in Item E-l. Blind flange connection to old 500 HGL potable water system. 2.1.6 Item F Convert approximately 5,400 feet of existing potable 12-inch steel water line (550 HGL) to a reclaimed water (384 HGL) system. Including blind flanging of two old potable water service connections (Item E-2 and E-3), converting two 6-inch service connections (Item D-2), and installation of reclaimed water warning markers and signs. The northerly terminus of Item F will join the proposed 27-inch reclaimed water line in Palomar Airport Road at College Boulevard. 2.1.7 Item G Construct approximately 2,400 feet of 12-inch (AWWA C900 Class 150 purple pipe) or DIP (Class 50 with warning tape) reclaimed water fine in Hidden Valley Road from the proposed 27-inch reclaimed water line in Palomar Airport Road northerly. The pipeline will be installed prior to final road improvements. A graded temporary road section will be constructed so that the pipeline can be installed at the proper final vertical alignment. A pipe bridge or culvert will be provided at a natural drainage channel to maintain drainage. 2.1.8 Item H Construct approximately 200 feet of 8-inch PVC (AWWA C-900 Class 150 purple pipe) or DIP (Class 50 with warning tape) reclaimed water line beginning at the northerly terminus of the Hidden Valley road reclaimed water line (Item G) westerly. Disconnect and reconnect three existing meters (Ukegawa, Tobota, and Frazee) B99-197-01 - PAGE FtXJF? OF NINE PAGES CMWD - RCWL Phase II Proposal for Engineering Services - 11/15/91 - 4 from the potable 16-inch steel water line to the new 8-inch reclaimed water system. Provide for future City of Carlsbad park connection. 2.1.9 Item J Construction approximately 5,400 feet of 27-inch CML&C SP (Class 150 with warning tape) or 30-inch DIP (Class 50 with warning tape) reclaimed water line in Palomar Airport road from College Boulevard to Paseo Del Notte, at which point the reclaimed water line will join a proposed reclaimed water line being constructed in the Caltrans I-S/PAR interchange project. The new reclaimed water line may be located in the southerly 10 foot wide earth shoulder or 7 feet north of the southerly curb. See Section 3.2.4. for traffic control plans. PART 3 3.1 Preliminary Field Surveys 3.1 .I Utilities and Drainage Structures Research of available utility records will be performed. Pre-design mark out Will be requested of affected utility companies. As-built plans for drainage and other improvements in the area will be obtained. Inverts to grade control structures shall be field verified. 3.1.2 Street Monumentation, Easement and Right-of-Way Survey crews will identify and locate obvious street monumentation in the course of their work for control of construction plans. Available record information will be researched, and field surveyed to accurately locate easement and right-of-way, so that the proposed facilities can be properly sited within existing easement and right-of-way. Ems1 97-01 PAGE FIVE OF NINE PAGE: CMWD - RCWL Phase II Proposal for Engineering Services - 1 l/15/91 - 5 3.1.3 Topographic Features within Easement and Right-of-Way It is proposed that topography will be located and identified (100 foot wide corridor) by use of combining existing mapped topography and field surveys. Existing topography will be field verified. To be included in the topography will be street limits and types of surface improvements, driveways, power poles and towers, guy wires, meter boxes, trees, drainage channels, and other applicable physical features apparent. 3.2 Design and Preparation of Plans 3.5.1 Draft and Design Draft and design water lines and facilities on 24-inch x 36-inch or 22-inch x 34-inch 4 mil plan and profile mylar, in a format approved by the CMWD and in compliance with the project requirements from the SWRCB. AUTOCAD will be used to prepare construction plans, which will be at a scale of l-inch equals 40 feet. Information from the preliminary field survey will be plotted on the plan view to form the base map. Vertical profiles will be drafted from a combination of existing improvement plans, aerial information and field survey data. Existing improvement plans and aerial information shall be field verified. The profile over the pipe, storm drain and sewer inverts which may conflict with the proposed pipeline in Palomar Airport Road will be filed surveyed after final alignment has been adopted. DBE,I will work closely with CMWD to produce a set of plans that follow CMWD approved guidelines. It is expected that the contractor will be responsible for potholing utilities ahead of his work to mitigate conflicts. 3.2.2 Appurtenances with Construction Notes Show appurtenances with construction notes. Appurtenances such as blow-offs, air releases/air vacuum valves, mainline valves, access ways and test stations will be designed according to applicable CMWD standards. The plans will include details for connection of existing water lines, and service connections. The appurtenances will be shown on the plans, described by construction notes and detailed as necessary. Cross or tees will be provided at existing street B99-197-01 PAGE SIX OF NINE PAGES - - /_ . CMWD - RCWL Phase II Proposal for Engineering Services - 11 /15/91 - 6 intersections to allow for future service. All valves will be buried and will not require vaults. tine valves will be provided at approximately 2000 foot intervals. * 3.2.3 Obtainment of Construction and Encroachment Permits Obtain necessary construction and encroachment permits. Because the CMWD has defined the route and being wholly within existing right-of-way, no easements are expected nor are they included in this Scope of Work. It is anticipated that the work will require permits from the City of Carlsbad and Caltrans District 11. DBE,I proposes to obtain these permits on behalf of CMWD, but we request the CMWD pay all necessary fees. 3.2.4 Traffic Control Plans It is anticipated that the City of Carlsbad and Caltrans may require traffic control plans indicating constructing phasing and detour details for the work in Palomar Airport Road. It is assumed that Traffic Control Plans, if required, would include a two phase Paseo Del None/PAR intersection plans, and a typical drawing for work in Palomar Airport Road up to College Boulevard. These plans will be prepared under the direction of an Registered Traffic Engineer for review by the City of Carlsbad and Caltrans. The cost for the above described work has been included in our basic fee. 3.2.5 Submission of Plans to CMWD and SWRCB During Design Submit plans to the CMWD for plan checks during the course of design. DBEJ proposes to submit plans to the CMWD for review two times during the design at 90 percent and 100 percent design stage. A preliminary design report and calculations will be submitted to the CMWD as the basis for design at the 90 percent submittal. Preliminary and final plans will be submitted to all affected utility companies. Final plans, specifications and estimates will be resubmitted after incorporation of all CMWD and SWRCB comments. Complete biddable signed plans and a detailed itemized Engineer’s cost estimate in a format compliant with the SWRCB will be submitted to CMWD. This will allow B99-197-01 PAGE SEVEN OF NINE PAGE?- CMWD - RCWL Phase II Proposal for Engineering Services - 11/15/91 - 7 CMWD to revise as necessary its economic and financial analyses and assemble CMWD’s design submission to the SWRCB. 3.3 Technical Specifications and Special Provisions 3.3.1 Preparation of Specifications for Materials and Methods Prepare specifications for materials and methods to be used for constructing potable and reclaimed water line and appurtenances. Specifications for the Project will be based on the 1991 edition of the Standard Specifications for Public Works Construction and the District’s Standards. DBEJ will prepare job specific Special Provisions and detailed Technical Specifications. 3.3.2 Preparation of Detailed Standard Exhibits Prepare detailed standard exhibits of materials and methods for potable and reclaimed water line, etc. Standard drawings and exhibits noted on the plans or prepared for the job will be included in the specification package for reference to the work. 3.3.3 Preparation of Detailed ltemized Bidding Schedule I i I : I ! Prepare a detailed and itemized bidding schedule for each item of work. Items of work will be described in detail and included in the bidding schedule. Some items such as rock bedding or unsuitable material excavation will be included in the additive bid items so that the District will have a unit price from the Contractor in case a problem of that nature should arise. Construction contract documents will comply with State Administrative requirements and contain any provisions specified in the loan documents from the SWRCB. 3.3.4 Preparation of a Detailed Written Description of Bid Items Prepare a detailed written description of each itemized bid item. Each item in the bidding schedule will have a detailed written description in the specification package in order to alleviate interpretation problems between the District and the Contractor. B99-19741 . PAGE EIGHT OF NINE PAGES- _ ,. - CMWD - RCWL Phase II Proposal for Engineering Services - 11/15/91 - 8 3.3.5 Submission of Specification Package to CMWD and SWRCB During Preparation Submit specification packages to the District for plan checks during the course of preparation. DBE,I proposed to submit the specification package at the same time as the 100 percent and final plan submittals. Other submittals of portions of the package may be made to the State Water Resources Control Board as necessary. 3.4 Prepare Record Drawings (Optional) 3.4.1 Revision of Record Data Permanently transfer record survey data to the original plan and profile mylars. Information from the inspectors marked-up plans will be drafted onto the original mylar sheets in a method acceptable CMWD. Sheets will be noted as being “record drawings” and will be dated at the time of revisions, The cost of record drawings has not been included in our basic fee. Drafting services can be provided at the standard hourly rates on a T&M basis per Exhibit A, or a fixed fee can be negotiated. 3.4.2 Submission of Mylars for Record Drawings to CMWD for Corrections Submit mylars for record drawing plan check review by CMWD and make additions and or corrections as directed. One plan check submittal for the record drawings will be made and CMWD comments will be incorporated into the final record drawings. 699-l 9741 ,’ # : PAGE NINE OF NINE PAGES- , - r* - CMWD - RCWL Phase II Proposal for Engineering Services - 1 l/15/91 - 9 PART 4 4.1 Services Not Included (Nor Anticipated) Geotechnicai Engineering Cathodic Protection Design Potholing of Existing Facilities Easement Documents Tieing Out Monumentation Replacing Destroyed Monumentation The above services are not included in our proposed Scope of Work, but can be provided by DBE,I or subconsultants on a negotiated basis. i B99-197-01 ,. . w , - ,<a .- EXHIBIT B STANDARD HOURLY RATES FOR SERVICES BY DANIEL BOYLE ENGINEERING, INC. January 1, 1992 CLASSIFICATION Managing Engineer Principal Engineer Senior Engineer II Senior Engineer I Senior Associate Engineer Associate Engineer II Associate Engineer I Senior Assistant Engineer Assistant Engineer II Assistant Engineer I Resident Project Representative Construction Representative Senior Designer Designer Drafter II ’ Drafter I Drafting Assistant Other Supplies and Outside Services RATE $95.00 an hour 86.00 an hour 83.00 an hour 81.00 an hour 78.00 an hour 73.00 an hour 70.00 an hour 65.50 an hour 56.00 an hour 52.00 an hour 51.00 an hour 48.00 an hour 54.00 an hour 51.00 an hour 41.00 an hour 36.00 an hour 29.00 an hour Actual Cost Plus 15% It is understood and agreed that the aforementioned rates and charges include all normal clerical and stenographic services, auto travel, equipment and materials used in connection with the production of the required engineering services. Monthly billings will be furnished for all services rendered. Payments shall be due and payable upon presentation of invoices. Subject to general revision January 1, 1993. c i < ’ *-. ,, , ,. . - lCWH(0IT “5.” n . 1 CAULSbbm ELVQ