Loading...
HomeMy WebLinkAbout1996-06-18; Municipal Water District; 329; Award of Engineering Services ContractEl B 2 % . . p 2 2 8 - $9’4~ k CARLSBAD MUNICIPAL WATER DlSTiiCT - AGENDA BILL 4B# e%?y TITLE: APPROVE AND AUTHORIZE VITG. 6/)&s/96 AWARD OF ENGINEERING SERVICES CONTRACT WITH CAROLLO ENGINEERS FOR DEPT. CMWD MASTER PLANS - CMWD PROJECT NO. 96-101 RECOMMENDED ACTION: Adopt Resolution No. ?& to approve and authorize engineering services contract with Carollo Engineers to prepare water, sewer, reclaimed water master plan updates, and water resources development plan. ITEM EXPLANATION: The District requested proposals to prepare updates on water, sewer, and reclaimed water master plans, and to prepare a water resources development plan. The water and sewer updates will include the land use housing and population information adopted in the 1994 General Plan for the City. The reclaimed water master plan will consider the facilities required for Phase II only and will consider obtaining additional supplies from the Encina Water Pollution Control Facility. The water resources development plan will evaluate alternative water supplies available to Carlsbad including seawater and groundwater desalination, storm water recovery, aquifer storage and recovery, repurification, water transfers, and conservation programs. Five written proposals were received by the District. A selection committee evaluated the written proposals and conducted oral interviews with each firm. Based on the evaluations the firm of Carollo Engineers from San Diego was determined to have the most responsive proposal to perform the work. Their proposal was negotiated in the amount of $305,000. The consultant’s scope of work includes three computer model hydraulic and water quality network analyses of the water, sewer, and reclaimed water systems. These computer programs have license fees for their use. The cost of these license fees were not included in the consultant’s proposal and have a budget total of approximately $15,000. FISCAL IMPACT: The total cost for the master plan project is $320,000 including District expenses for computer model budgeted programs. The master plans and water resources development plan were budgeted in the water, sewer, and reclaimed water capital improvement programs. In addition, the District received approval for additional funding from the San Diego County Water Authority’s Financial Assistance Program. Total funding available is shown below: Water Resources Master Plan $200,000 Sewer Master Plan 50,000 Reclaimed Water Master Plan 50,000 SDCWA Financial Assistance Program 35,000 $335,000 Page 2 of Agenda Bill No. 227 ENVIRONMENTAL IMPACT: There is no environmental impact for the proposed study and report, EXHIBITS: 1. Engineering Services Contract. 2. Resolution No. 7Y.4 . a THIS AGREEMENT, made and entered into as of the day of , 19=, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation, hereinafter referred to as “District”, and John Carollo Enoineers , hereinafter referred to as “Contractor.” RECITALS District requires the services of a Consulting Enaineer Contractor to provide the necessary ennineerina Water, Sewer, Reclaimed Water Master Plans ‘services for preparation of and Water Resources Development Plan ; and Contractor possesses the necessary skills and qualifications to provide the services required by the District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS See attached Exhibit “A”. EXHIBIT 1. rev. 3/25/96 3 2. DISTRICT OBLIGATIONS The District shall Refer to attached Exhibit “A”. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the District and be completed within 300 days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the District Enaineer . The District Enoineer will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by District inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $305.000 . No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the District. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” rev. 3/25/96 5. DURATION OF CONTRACT This agreement shall extend for a period of 300 Calendar days from date thereof. The contract may be extended by the Executive Manager for N/A additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the District’s needs. The parties shall prepare extensions in 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 prior to the 5th day of the month the invoice was submitted. 7. FINAL SUBMISSIONS Within 30 days of completion and approval of the draft report the Contractor shall deliver to the District the following items: 30 final copies of the Master Plans, District purposefiuntion exhibit, all electronic files listed in Exhibit “A”, 10 copies of sewage pump station inventory, and Large Scale Hydraulic Profile. 6. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be forwarded to the District 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 3 rev. 3/25/96 prepared by the District and approved by the District according to the procedures described in Carlsbad 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 District 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. 10. 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 Executive 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 District and all work in progress to the District Enaineer . 4 rev. 3/25f96 k The District Enaineer shall make a determination of fact based upon the documents delivered to District of the percentage of work which the Contractor has performed which is usable and of worth to the District in having the contract completed. Based upon that finding as reported to the Executive 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 District, the Contractor 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 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 Executive Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to 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 Contractor or the District Enaineer A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The District Engineer or principal receiving the rev. 3/25/96 5 - letter shall reply to the letter along with a recommended method of resolution within ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the Board of Directors for their resolution through the Office of the Executive Manager. The Board of Directors may then opt to consider the directed solution to the problem. In such cases, the action of the Board of Directors shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the District 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 District, 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 Carlsbad Municipal Water District seeks 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 6 rev. 3/25/96 public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the contractor from the selection process. (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (Initial) 14. 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 District. Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District 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 District for any purposes whatsoever. The Contractor is an independent contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholdings on behalf of the Contractor or his/her employees or subcontractors. The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or his/her employees or subcontractors. The Contractor agrees to indemnify the District within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment 7 rev. 3/25/96 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 District 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. 15. 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 shall provide all necessary supporting 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. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, 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 District. Contractor shall have the right to make one (1) copy of the plans for his/her records. 8 rev. 3125196 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless 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, except where caused by the active negligence, sole negligence, or willful misconduct of the Carlsbad Municipal Water District. Contractor shall at his own expense, upon written request by the District, defend any such suit or action brought against the District, its officers, officials, employees and volunteers. Contractor’s indemnification of District shall not be limited by any prior or subsequent declaration by the contractor. 19. 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 District. rev. 3/25/96 9 20. 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 District 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 create any contractual relationship between any subcontractor of Contractor and the District. 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 District. 21. PROHIBITED INTEREST No official of the District who isauthorized 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 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 AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify IO rev. 3l25l96 any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “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 assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the Secretary in accordance with the requirements of the District’s conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines “consultant.” The disclosure category shall be categories N/A 26. 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 Bests Key Rating of not less than “A-V and shall meet the District’s policy for insurance as stated in Resolution No. 772. rev. 3/25/96 11 A. Coveraoes and Limits. Contractor shall maintain the types of wverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall 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 District). $1 ,OOO,OOO 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 ,OOO,OOO 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 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. 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 District shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 12 rev. 3/25196 2. The contractor shall furnish certificates of insurance to the District 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 District sent by certified mail. 5. If the contractor fails to maintain any of the insurance coverages required herein, then the District 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 wverages may be maintained. The contractor is responsible for any payments made by the District to obtain or maintain such insurance and the District may collect the same from the contractor or deduct the amount paid from any 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 notice on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: Title District Engineer, CMWD Name William E. Plummer Address 5950 El Camino Real Carlsbad, California 92008 13 rev. 3/25/96 For Contractor Title John Carollo Enoineers Name Dennis Wood Address 5575 Ruffin Road. Suite 200 San Dieao. California 92123 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the 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. /II ill ill Ill ill /II Ill /I/ /Ii //I rev. 3/25/96 14 Executed by Contractor this I ‘%!%N,r c i!kAtk Q I h@-jt* AT-T-EST: (print name/title) t (sign here) (print name/title) ALETHA L. RAUTENKRANZ . > Secretary (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corpora- tions. 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 15 rev. 3l25l96 EXHIBIT “A” WATER, SEWER, RECLAIMED WATER MASTER PLANS AND WATER RESOURCES DEVELOPMENT PLAN SCOPE OF WORK I. ENVIRONMENTAL CHARACTERISTICS The purpose of this task is to provide general information regarding the City of Carlsbad and the District, and to summarize study objectives, methods of analysis, and reference documents used in preparation of the plans. A. Create an exhibit that describes the Districts purpose and what activities or functions are performed. The exhibit shall consist of a 24x36 color graphic mounted on a foam board. A Correl Draw file, 11x17 color copy, and 35 mm slide shall also be provided. B. Identify Jurisdictional Boundaries of Water Agencies within the City of Carlsbad. This can be accomplished though use of colored or other reproducible maps and a discussion of boundaries. The District has a map showing the boundaries for Consultant’s use. This map may be part of the report. All maps in the report shall be prepared for District use in AutoCAD and a copy of the disk furnished to the District. All spread sheets shall be prepared in Microsoft Excel. C. Present the history of CMWD, including previous mutual and City water agencies and information on their historical water supplies and subsequent incorporation. The previous agencies include Carlsbad Mutual, Oceanside Water Company, and City of Carlsbad. E. From existing reference documents and information readily available summarize service conditions and water demands of Vallecitos Water District, and Olivenhain Municipal Water District as it applies to the City of Carlsbad. F. Discuss Geography of Carlsbad including area and land forms. G. Discuss Geology of Carlsbad including types of soil, groundwater, and geologic structures. Note that the District has surface water and groundwater rights in the San Luis Rey River basin located in Oceanside. H. Present general discussion on Economics of the City including Commerce, Industry, Agriculture, and Recreation. 1 I. Present information on Water Rights and general comments on their adequacy or limitations. This shall include Imported and Groundwater (Capacity Rights) and Reclaimed Water Agreements. J. Present information on the existing water supply system of SDCWA and MWD impacting the District including a discussion on the emergency storage project, the Imperial Irrigation District proposal and planned water resources development. Describe MWD’s IRP process and status and its impact to Carlsbad and the East Side Reservoir and other facilities impacting the imported water supply to the District. K. Discuss authority of resource agencies and their impact on approval of future projects. These agencies include Coastal Commission, Army Corp of Engineers, Fish and Game, Fish and Wildlife, SANDAG, North County Transit District’s “commuter rail division” and City Planning Department. L. Describe the City’s four Quadrants referred to as Northeast, Northwest, Southwest, Southeast. The quadrants are used by the City of Carlsbad for planning purposes. Information on the master plans shall be separated into the four quadrants in this report. It is recognized that facilities will transcend the quadrants at their boundary interface. Overlays of the quadrants will suffice in some areas to identify the location of the facility. M. Reference the 1996 CMWD Water and Sewer Rate Study and summarize pertinent findings. II. LAND USE A. Reference City of Carlsbad April 20, 1994, General Plan. Also, include a discussion on the following subjects and indicate how they impact the water and sewer system: 1. Growth Management Plan 2. Habitat Management Plan B. Incorporate General Plan Land Use Map Color Coded. A separate map shall be made for each quadrant. The City’s Planning Department GIS coordinator has prepared this map for consultant’s use. C. Summarize current, “5 Year and “20 Year Land Use from General Plan and other documents. Review service area population, growth projections, current and future land uses and any other pertinent information. For example, existing “conserved habitat” areas and land bank mitigation areas and specific plans within the City. 2 D. Develop tables for “land use” that can be updated by the District when land use changes are made in the future. Ill. WATER DEMANDS A. Reference the June 29, 1990, CMWD Water Master Plan. B. Discuss current Pressure Zone Elevations, Boundaries, Area, and Backbone Facilities. C. Develop Number of EDU per Pressure Zone (Include current and ultimate.) D. Develop a Color Map Showing All Pressure Zones Overlaid on the Land Use Map. E. Evaluate and determine appropriate design criteria (water duty factors). 1. Residential, commercial, industrial, and agricultural. 2. Develop Current Water Use - Average annual, seasonal, daily, hourly, and list peaking factors. 3. Identify and incorporate existing and proposed non-domestic water demand areas by quadrant. 4. Project the decrease in average water demand due to expected implementation of water conservation measures. 5. From existing records, evaluate the effect of climate zone on water demand. Recommend alternative demand factors if significant differences are determined. 6. Incorporate the potential offset of potable water demands by the use of reclaimed or non-potable water from Task IX. F. Provide Table and Graph on Historical and Projected Water Demands. The projected demands shall show the actual offset by the Phase I Reclamation Program and potential offsets by Phase II and non-potable sources. IV. POTABLE WATER QUALITY A. Present background information on current EPA and State Water Quality Standards. B. Compare District Water Supply Quality to Current Standards and Express in a Table for both Imported and Groundwater. C. Include Water Source Identification and Points of Delivery for Water Quality Modeling. D. Describe Proposed Water Quality Regulations that could impact the CMWD improvements or operation. E. Describe existing and potential Water Treatment Processes by MWD at Skinner Filtration Plant and also any water treatment performed by CMWD for the local distribution system. District presently adds chlorine to the distribution system at several points. Incorporate map showing present water quality sampling locations and a table describing the sampling location. V. EXISTING AND PROPOSED WATER FACILITIES ’ A. Provide an inventory of the current Imported Water Supply System Showing Treated and Untreated Source Pipelines, Turnout Connections and Allowable Design Capacities. Show pipeline interconnections between CMWD and adjacent agencies such as City of Oceanside, Vallecitos Water District, Vista Irrigation District, Olivenhain Municipal Water District and Encinitas. B. Provide an inventory of the current water distribution system and major transmission mains (14-i& and larger) by pipe size and length, type of pipe material, general condition of facilities, unaccounted for water, and pipeline break locations. The geometry of the existing system will be based on the system included in the Master Plan Report, June 1990 and the District’s Water Atlas. C. List and describe in tables pumping stations, wells, storage reservoirs, and pressure reducing stations. Information shall be field verified, The District currently has 3-pump stations, 6-inactive wells, 11 -enclosed reservoirs, l- 200 MG open reservoir, 54-pressure reducing stations, and l-water power generator. D. List those facilities that have cathodic protection systems. E. Summarize water network modeling criteria in tabular form to include definitions and discussion on how criteria was derived or obtained. Include flow velocity criteria, service pressure criteria, headloss criteria, pipe roughness coefficients based on pipeline age and materials, how nodal demands were estimated, reservoir storage requirements, pump station sizing requirements, pressure reducing station sizing, supply reliability, well construction/location/capacity criteria, identify any AWWA Guidelines utilized in the evaluation. F. Hold a modeling workshop to facilitate model selection by the District. The workshop shall provide information and analysis such as cost, features, 4 G. H. I. J. L. M. N. graphic capabilities, CAD capabilities, water quality modeling, and vendor support. Analyze each pressure zone (water network analysis). There are presently 16 pressure zones. An analysis shall be done for existing conditions, ultimate conditions, ultimate conditions with reclamation and non-potable sources, and ultimate conditions with reclamation and non-potable sources as well as probable future sources from Task IX. District plans on developing a water quality model and incorporating all pipelines. Indicate methods to accomplish this. Provide tables showing Nodal Point Water Demands, Pipeline Flowrate, and Pressure under the following conditions: 1. Maximum Day, 2. Peak Hour. 3. Maximum Day with Fire Flow, 4. Include analysis assuming loss of various supply sources and power failures, 5. 6. Include extended period simulation, and Develop color coded maps of system showing results by pipe size, flow velocity, headloss and pipe pressure. Include field work in Model Verification and Calibration. Show backbone Water System with nodes and pipe number at scale, include overall index map and individual area map applicable for map filing. Existing District maps are at 1” = 200’. (Need sample of what map will look like before final setup for approval.) Also, color in facilities by pressure zones and distinguish existing versus proposed pipelines. Pastel colors are not acceptable. Include enlargement of intersections to convey schematic information where required. Provide large scale reproducible schematic Hydraulic Profile of Backbone System suitable for display to Operations and General Public. Discuss Phasing Consideration for improvements. Provide Color Coded Map of Phased Improvements summarize and tabulate facilities in each Phase. VI. WATER FACILITIES COST A. Provide Basis of the Cost Estimate including: 5 22-- 1. Construction Cost Index 2. Distribution Pipeline Cost 3. Pump Station Cost 4. Storage Reservoir Cost 5. Land Cost 6. Engineering, Administrative, Legal Cost 7. Contingencies 8. Operation & Maintenance Cost B. Develop Capital Cost of each recommended facility. C. Tabulate Capital Improvement Program by phase. VII. SEWER SYSTEM MASTER PLAN A. Describe service area of CMWD. B. Describe boundary and service area and number of connections of Vallecitos Water District and Leucadia County Water District within City of Carlsbad. C. Describe and summarize purpose and constraints or functions of all agreements between City of Carlsbad, City of Vista, the Encina Wastewater Authority, Leucadia County Water District, and City of Encinitas regarding trunk sewer and treatment capacities and rights. Treatment plant ownership and capacity allocations shall be summarized. Present information on any proposed improvements or capacity increases at each of the three sewage treatment facilities within Carlsbad. D. Determine Wastewater Flow Estimates. 1. Include discussion on basis of wastewater flow estimates, develop tables that can be updated for existing and future average dry weather flow. 2. Determine and present discussion regarding inflow and infiltration problem areas and develop information on existing and future peak wetweather flow conditions. Studies have bean preformed on this subject by the Encina Wastewater Authority. This shall include discussions concerning the potentially submerged manholes along the Agua Hedionda and Batiquitos lagoons. E. Collection System Capacity Evaluation. 6 23 1. Present design criteria. 2. Perform hydraulic analysis of the VistaICarlsbad, and the Agua Hedionda north and south trunks. The analysis shall include a manhole by manhole analysis that shows the capacity and flow in each segment. The District will provide the model input for the Ponto, BuenaNallecitos, North Batiquitos, and North La Costa trunks. Run model and present results based on District input. The model shall be selected in connection with the water model selection workshop. 3. The VistaKarlsbad and Agua Hedionda analysis will be accomplished within 90 days to facilitate on-going designs. The VistaKarlsbad analysis shall include size confirmation and review of the alignment with respect to traffic and constructability. The &ua Hedionda analysis shall evaluate the optimization of using available capacity in the North Trunk versus construction of new capacity in the South Trunk. 4. Describe the 14 existing and two proposed sewage lift stations, their service area and rated capacities, capacities including force main capacities. Each of the pump stations shall be visited by a mechanical and electrical engineer to establish the general condition and compliance with current electrical and fire codes. An inventory of each pump station shall be prepared on a form. Pertinent photos of the stations and equipment shall be included in the report. 5. Describe sewage treatment capacities and service area for three treatment plants in Carlsbad (i.e. Gafner, Meadowlark, Encina WPCF). F. Collection System: 1. Summarize existing video logs and District observation and include discussion on manholes and sewer pipelines in need of repair or replacement. 2. Include discussion on sulfide corrosion problem areas, odor problems, root intrusion, grease and solids accumulation, industrial and commercial waste control, access and right of way problems, ventilation, power, instrumentation flow metering, SCADA capability or status, etc. 3. Describe recommended improvements to existing sewage lift stations based on field visits and proposed District activities and any criteria 7 required by Regulatory Agencies such as Regional Water Quality Control Board. G. Develop capital improvement program. 1. Present information on basis of cost estimates. 2. Develop construction costs for interceptor and collection sewers, sewage lift stations, and force mains. 3. Develop costs for gravity pipeline and manhole rehabilitation, pipeline capacity improvements, and recommended sewage lift station improvements. 4. Develop and present operation and maintenance costs from existing records and budgets. VIII. RECLAIMED WATER SYSTEM A. B. C. D. E. F. G. Summarized Project Goals for reclaimed water development in City of Carlsbad. Include policies and objectives. Describe Program Objective of Phase I. Describe Program Objective of Phase II. Describe the efforts and status of Leucadia County Water District, Vista Irrigation District, Olivenhain Municipal Water District, and San Elijo Joint Powers Agency in development of reclaimed water supplies and their proposed distribution systems. Describe potential sources of reclaimed water for Phase II Program based on District information and the Leucadia County Water District, “Encina Basin Demonstration Project Reclamation Master Plan.” Develop reclaimed water demand (customers) for Phase II Program. The potential customers shall be based on the District’s records, market updates prepared in the Draft Leucadia County Water District Reclamation Study, Specific Development Plans, and a comparison to the Water Reclamation master Plan Report, August 1990. List customers in table form together with their reclaimed water demand and type of use for the water. Update the District’s map showing the location of current and potential customers. Describe the water quality requirements of the customers and the treated water quality by source. The District presently has three possible sources 6 including Meadowlark Water Reclamation Plant, Gafner Water Reclamation Plant, and Encina Water Pollution Control Facility. Obtain and discuss historic water quality data from the treatment plants and their impacts on use for the reclaimed water. Describe the treatment processes, and their capacity for each plant. Show overall site plan of each treatment facility and provide call outs for each process train and their rated capacity including outfalls. Information is to be obtained from existing documents, studies, or reports. H. Develop potential reclaimed water demand for Phase II. Develop criteria for supplying the reclaimed water from the three available treatment plants. The Encina Water Pollution Control Facility presently treats up to secondary treatment levels only. To obtain treated water for this project will require development of a new tertiary treatment facility. In January 1996, 35 acres of land was obtained adjacent to the south side of the existing treatment facility for this purpose. The District has prepared preliminary layouts for a proposed tertiary facility. Consultant shall provide information on available technologies for tertiary treatment and develop an updated site plan based on ultimate water demands which the current master plan estimates at 10.0 mgd. Phase II irrigation demands shall provide a basis for initial sizing of the tertiary treatment facility. A detailed site plan and final selection of treatment processes will be made under a future separate work effort. However, the consultant shall make recommendations that will be considered in a future Preliminary Design Report. J. Prepare a Phase II reclaimed water distribution hydraulic analysis. The analysis shall include all Phase I pipelines, facilities and customers plus consider future demand for subsequent phases of the reclaimed water system to build out within the City. Other facilties shall be considered such as CalTrans reclaimed water pipeline now in design and schedule for construction in July, 1996. K. Summarize reclaimed water distribution system design criteria in a Table. L. Develop tables showing estimated peak demand by significant potential users. Include average annual demand (AF/yr). Average day demand (mgd), peak month demand (mgd), peak day demand (mgd), and peak hour demand (gpm). Potential users shall have an identifier for use in comparing the table to locations on a map. M. Perform a hydraulic analysis and submit results showing pipe size, pipe length, pump station locations, capacity and horsepower, reservoir size, capacity and location, and other proposed improvements. Develop a map 9 at scale suitable for display to general public showing proposed facilities for Phase II. Develop a hydraulic profile schematic of Phase I and II combined. N. Perform a Phase II optimization analysis. The Phase II optimization shall consists of an analysis taking into account the following: 1) potential expansion at Meadowlark including cost and TDS quality of effluent; 2) construction of the plant at Encina including the capital and operation/maintenance costs to reduce TDS to below 1,000 mg/l; 3) the utilization of the failsafe line for flows from Meadowlark; 4) the additional pipelines from. Meadowlark as well as from the Encina site; 5). pumping costs from the treatment sites; and 6) lining and covering of the Mahr Reservoir. The product will be an incremental analysis giving the capital and overall cost per acre-foot for the following scenarios: 1. 2. Phase II limited to existing flows from Gafner and expansion of Meadowlark to its optimum size; Phase II consisting of existing.flows from Gafner and Meadowlark with construction of a new plant at Encina. The results of the analysis shall be the identification of the optimum size of Phase II with respect to available District funding and the resulting cost of reclaimed water. 0. Prepare Phase II project cost estimate. Develop cost per acre foot for Phase II facilities. Include discussion on available funding programs including programs already applied for by the District. Compare this cost to MWD’s projected treated and untreated water cost and include San Diego County Water Authority charges. P. Describe project activities associated with project implementation. Summarize project funding and Phase II Project Schedule. IX. WATER RESOURCES DEVELOPMENT PLAN A. Include a discussion on developing alternative water supplies. Discuss need for additional Water Supplies and Opportunities. The discussion shall consider sea water desalination, brackish groundwater, aquifer storage and recovery, storm and surface water recovery, seasonal storage and direct reuse, and conjunctive use in the San Luis Rey River. A summary of the existing groundwater aquifer resources within the District boundaries, with respect to potential groundwater resource yield and quality, shall be prepared. This shall include a discussion as to potential storage and recovery. The summary shall be based on a review of the existing literature. 10 B. C. D. F. G. Describe Current Water Conservation Measures and their effectiveness (COST BENEFIT ANALYSIS), Discuss IMPORTED WATER Supply Reliability and SDCWA’s Emergency Storage Project and their “Imperial Irrigation Project,,. The District is investigating various irrigation water sources including San Marcus Creek, Buena Vista Lagoon, and Lake Calavera. Detailed discussion shall be made on these proposals including location, water quality, water quantity, construction impacts, facilities required, and planning level cost estimates. The District is pursuing seawater desalination. A discussion on current District activities shall be included. Also, summarize activities by MWD and the VARI-RO Power Company and Sephton Water Technology concepts regarding seawater desalination. Present findings on various water resources and present a cost benefit analysis. Rank the various water resources in terms of implementability and cost/benefit. Describe further activities needed by the District to bring the projects to completion. Provide planning level project cost for each resource and develop a cost per acre-foot of water delivered through each source. X. PROJECT MANAGEMENT A. Prepare a project manual with contacts, responsibilities, scope of work, schedule, budgets, communication protocol, and job procedures. This shall include a quality management approach. B. Conduct a project goal setting meeting at the beginning of the project. The District will identify the City participants. C. D. Prepare meeting agendas and distribute to District at least 3 working days in advance. Include discussion materials for review. Prepare and distribute meeting notes to attendees within 3 working days of meeting. LIST OF DELIVERABLES 1. 2. 3. District purpose/function exhibit from Task LA. One 24x36 inch color graphic mounted on foam board. One 11x17 copy. One Correl draw electronic file. Electronic file for land use tables from Task 1II.D. Electronic file for Historical and Projected Water Demands from Task 1II.F. 11 2g C 4. 5. 6. 7. 8. 9. 10. 11. 12. Electronic file of water quality sampling map from Task 1V.E. Electronic files of final water modeling runs including quality runs. Large scale reproducible schematic and electronic file of Hydraulic Profile and Backbone System from Task V.L. and from Task 1II.M. Electronic files of final reclamation modeling runs. Electronic files of final sewer modeling runs. Electronic file of Capital Improvement Program Budgets. Seven draft and 30 final copies of the Master Plans. The plans shall be organized by Executive Summary, Environmental Setting, Reclamation, Water, Water Resources, and Sewer. Ten copies of separate sewage pump station inventory. All electronic spreadsheets shall be Microsoft Excel. All maps shall be AutoCAD 12. ITEMS PROVIDED BY THE DISTRICT 1. Electronic file of District boundary map. 2. Electronic file of City General Plan and Land Use map. 3. Electronic files of historical water and reclaimed water metered use. 4. Electronic files of water atlas. 5. One copy of existing agreements with adjacent Districts and Cities. 6. Electronic file of Phase I reclaimed water user map. 7. One copy of the following documents: Water Master Plan Documents 1. CMWD Water Master Plan Maps 2. Hydraulic Analysis Results 3. Master Plan Report, June 1990 4. Well Location Map, on wall Reclaimed Water Documents 1. Reclaimed Water Analysis Map and Pipe List 2. Water Reclaimed Master Plan Report, August 1990 3. Annual Progress Report, Encina Basin Project, June 1995 4. Reclaimed Water System Legal Documents, volume I & II 5. Final Project Summary Report, Encina basin Project, March 1995 6. Carlsbad Water Reclamation Plant Preliminary Site Evaluation, March 1994 7. Reclamation Water Schematic Map, on wall 8. CMWD Reclamation Plant Site Plan Sewer Master Plan Documents 1. Master Plan of Sewerage, January 1992 12 2. Master Plan of Sewerage, Appendices, January 1992 3. List of Sewage Lift Stations with location-maps Miscellaneous Documents 1. Water & Wastewater Rate Study, January 1996 2. Habitat Management Plan, Public Review Draft, July 1994 3. City of Carlsbad, Zone 23 Growth Management Program, December 1995 4. Carlsbad General Plan, September 1994 5. Zone 13 Local Facilities Management Plan, July 1994 6. Habitat Conservation Plan/Ongoing Multi-Species Plan, March 1994 13 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 RESOLUTION NO. 944 A RESOLUTION OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF CARLSBAD, CALIFORNIA, TO APPROVE AND AUTHORIZE AWARD OF ENGINEERING SERVICES CONTRACT WITH JOHN CAROLLO ENGINEERS TO PREPARE WATER, SEWER, RECLAIMED WATER MASTER PLAN UPDATES, AND WATER RESOURCES DEVELOPMENT PLAN, CMWD PROJECT NO. 96-l 01 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has determined it to be in the public interest to periodically update the water, sewer, and reclaimed water master plans and water resources development plan; and WHEREAS, the staff has requested and received five written proposals from qualified, responsive, responsible bidders; and WHEREAS, a selection committee was formed and evaluated the written proposals and conducted oral interviews with each firm; and WHEREAS, based on the evaluations, the firm of John Carollo Engineers from San Diigo was determined to have the most responsive proposal to perform the work, and their proposal was negotiated in the amount of $305,000; and WHEREAS, the consultants scope of work included three computer model network analyses of the water, sewer, and reclaimed water systems with a license fee for their use of $15,000 not included in the proposal, which will result in a total cost in the amount of $320,000 for the master plan project; and WHEREAS, the master plans and water resources development plan were budgeted in the water, sewer, and reclaimed water capital improvement programs, and in addition, the District received approval for additional funding from the San Diego County Water Authority’s Financial Assistance Program. The total funding available is shown as follows:: Water Resources Master Plan $200,000 Sewer Master Plan $50,000 Reclaimed Water Master Plan $50,000 SDCWA Financial Assistance Program $35.000 $335,000 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District as follows: c 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 1. That the above recitations are true and correct. 2. That the proposal in the amount of $305,000 submitted by John Carollo Engineers and the $15,000 for license fees for computer network model licenses for a total cost of $320,000 is hereby accepted, and the President is hereby authorized to execute a contract thereafter. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 18th day of JUNE , 1996, by the following vote to wit: AYES: Board Members Lewis, Nygaard, Kulchin, Finnila, Hall NOES: None ABSENT: None ALETHA L. RAUTENKRANZ, Secretary (SEW CMWD 96-l 01 May 23, 1996 TO: LEE RAUTENKRANZ, CITY CLERK FROM: William E. Plummer, District Engineer (3) ORIGINAL AGREEMENTS FOR SIGNATURE UPON BOARD APPROVAL OF AGENDA BILL & RESOLUTION TO APPROVE AND AUTHORIZE AWARD OF ENGINEERING SERVICES CONTRACT WITH CAROLLO ENGINEERS FOR MASTER PLANS, CMWD PROJECT NO. 96-101 Attached are three original agreements for the subject project being presented to the Board of Directors for approval at the June 6, 1996, Board of Directors Meeting. Upon approval and execution by the Board, please obtain signatures and return to me for further processing with the Purchasing Department and Consultant. If you have any comments or require any additional information, please give me a call at ext. 126. Thank you, Ha WILLIAM E. PLUMMER, P.E. District Engineer WEP:sjs attachment CMWD 96-101