Loading...
HomeMy WebLinkAbout1998-02-10; Municipal Water District; 403; Cannon Road Water Transmission Mains Phase IIfi > B CI % . . p Y 2 s m 9B# 543 IIITG. 02/l 0198 IEPT. CMWD CARLSBAD MUNICIPAL WATER DISTRICT -AGENDA BILL TITLE: TO APPROVE AN AGREEMENT WITH O’DAY CONSULTANTS TO PROVIDE ENGINEERING SERVICES ON CANNON ROAD RECYCLED WATER AND POTABLE WATER TRANSMISSION MAINS PHASE II, CMWD PROJECT NO. 88-602.35341 DEPT. HD. CITY ATTY. CITY MGR. . RECOMMENDED ACTION: Adopt Resolution No. 4 88 ?7 to approve an agreement with O’Day Consultants to provide engineering services for the Cannon Road Recycled Water and Potable Water Transmission Mains Phase II, CMWD Project No. 88-602, 35341. ITEM EXPLANATION: The project involves engineering design services to prepare plans and specifications for a recycled water and a potable water transmission main and an interceptor sewer pipeline. The proposed recycled water transmission main consists of approximately 7,070 lineal feet of 24-inch diameter CML&C steel pipeline along the future Cannon Road from Lego Drive, east to El Camino Real, plus 960-feet of parallel 16-inch diameter pipeline in the Macario Canyon Bridge. The pipeline connects to an existing 20-inch diameter pipeline at Lego Drive and to an existing 20-inch diameter pipeline in El Camino Real. This pipeline extends recycled water along Cannon Road from Lego Drive to El Camino Real for irrigation. The proposed potable water pipeline includes 7,550 lineal feet of 16-inch diameter pipeline. It connects to an existing 12-inch diameter pipeline at Lego Drive and to an existing 36-inch diameter pipeline at El Camino Real. This pipeline will provide potable water for proposed developments along Cannon Road. The proposed interceptor sewer consists of approximately 3,800 lineal feet of 24-inch diameter and 1,400 lineal feet of 15inch diameter pipeline along the future Cannon Road from Lego Drive, east to El Camino Real. The 24-inch pipeline includes Reach SAHI and SAH2 of the South Agua Hedionda Interceptor Sewer. The 15-inch sewer includes Reach SAHT3B. The recycled water and potable water design portion of the project is being presented to the Board of Directors for review and approval. The interceptor sewer portion is being presented to the City Council for review and approval. The agreement for professional services is a three party agreement between the Contractor, the Carlsbad Municipal Water District and the City of Carlsbad Proposals to prepare plans and specifications were received from Daniel Boyle Engineering, Inc. and O’Day Consultants. District staff reviewed the proposals received and selected the firm of O’Day Consultants as the most responsive in meeting the objectives of the design phase. c ’ Page 2 of Agenda Bill ho. G.3 FISCAL IMPACT: The recycled water and potable water transmission mains are separated into two phases. Phase I is to be designed by Daniel Boyle Engineering, Inc. and Phase II is to be designed by O’Day Consultants. The O’Day consultants agreement is under a separate agenda bill. The Phase I potable water pipeline was completed by the Carlsbad Ranch Development. The combined cost for Phase I and Phase II is shown below: Funds in the amount of $1,278,000 have been appropriated in the 1997-98 Water Distribution System Budget for the Cannon Road Transmission Main. Therefore, there are sufficient funds available for this project. ENVIRONMENTAL REVIEW: The potential impacts of the proposed actions were already evaluated in previous environmental documents, Kelly Ranch EIR 83-04 and Cannon Road (Reach 2) Mitigated Negative Declaration EIA 96-02 and Cannon Road (Reach 1) EIR 87-2 . The proposal is, therefore, within the scope of the prior environmental document, and no new environmental documentation nor Public Resources Code 21081 findings are required. All feasible mitigation measures identified in the previous EIR 83-04, EIA 96-02 and EIR 87-2, which are appropriate to this proposal have been incorporated into the project. A Notice of Prior Environmental Compliance will be issued upon project approval. EXHIBITS: 1. Location Map Cannon Road Recycled Water and Potable Water Transmission Mains Phase II, CMWD Project No. 88-602. 2. Professional Services Agreement between O’Day Consultants and Carlsbad Municipal Water District. 3. Resolution No. // u07 to approve an agreement with O’Day Consultants to provide engineering services for Cannon Road Recycled Water and Potable Water Transmissions Phase II, CMWD Project No. 88-602, 35341. . 3 , . 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 RESOLUTION NO. 1,007 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF CARLSBAD, CALIFORNIA, TO APPROVE AN AGREEMENT WITH O’DAY CONSULTANTS TO PROVIDE ENGINEERING SERVICES ON CANNON ROAD RECYCLED WATER AND POTABLE WATER TRANSMISSION MAINS PHASE II, CMWD PROJECT NO. 88-602. 35341 WHEREAS, Requests for Proposals were requested to provide the necessary civil design services for preparation of design plans and specifications for Cannon Road Recycled Water and Potable Water Transmission Mains Phase II, CMWD Project No. 88-602; and Reach SAHI, SAH2 and SAHT3B of the South Agua Hedionda Interceptor Sewer, CMWD Project No. 92-406; and responses were received from Daniel Boyle Engineering, Inc. and O’Day Consultants; and after review of the proposals, the staff recommended O’Day Consultants based on an evaluation of their approach to the design and as the most responsive in meeting the objectives of the design phase; and WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, has determined it necessary and in the public interest for approval and acceptance of a proposal from O’Day Consultants, Inc. to design plans and specifications for Cannon Road Recycled Water and Potable Water Transmission Mains Phase II, CMWD Project No. 88-602; and WHEREAS, funds appropriated in the amount of $1,278,000 have been appropriated in the 1997-98 budget for the Cannon Road Transmission Main, and the project cost estimated for the civil design services for the Cannon Road Recycled Water and Potable Water Transmission Mains Phase II, CMWD Project No. 88-602, is $70,000 for engineering services and $7,000 for contingencies, therefore, there are sufficient funds available for this project. 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 20 NOW, THEREFORE, BE IT RESOLVED, by the Board of Directors of the Carlsbad Municipal Water District, Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the attached three party agreement between O’Day Consultants, the City of Carlsbad, and the Carlsbad Municipal Water District be approved and accepted; and 3. That the President, as representative of the Carlsbad Municipal Water District, is authorized and directed to execute the proposed agreement between O’Day Consultants, the City of Carlsbad, and the Carlsbad Municipal Water District. PASSED, APPROVED AND ADOPTED at a special meeting of the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, held on 10th day of February , 1998, by the following vote to wit: AYES: Commissioners Lewis, Finnila, Nygaard, Kulchin and Hall NOES: None ABSENT: None Al-l-EST: 4 /(,* . ALETHA L. RAUTENKRANZ, Secrefary (SEAL) AGREEMENT - THIS AGREEMENT is ‘made and entered into as of the /fi ‘4 ’ day of Feb rnAfc/ , 19%, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corporation hereinafter referred to as “District”, and O’Dav Consultants , hereinafter referred to as “Contractor.” RECITALS City requires the services of an enaineerina design Contractor to provide the . necessary enaineerinq services for preparation of Reach SAHl. SAH2 AND SAH3B of the aua Hedionda Interceptor Sewer. CMWD Proiect No. 92-406; and District Sou th A requires the services of an enaineerina desian Contractor to provide the necessary enaineerinq services for preparation of Cannon Road Recvcled Water and Potable Water Transmission Mains Phase II. CMWD Proiect No. 88-602; and Contractor possesses the necessary skills and qualifications to provide the services required by the City and the District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City, District and Contractor agree as follows: 1. . CONTRACTOR’S OBLIGATIONS . . (See attached ExhibitwAn.) rev. 01/l 3198 2. CITY OBLIGATIONS The City shall provide all existing street improvements plans for Cannon Road and sewer improvements in Cannon Road. The District shall provide all water and recycled water improvement plans in Cannon Road and contacts for contacts use in acquiring information. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the City Engineer or designee and be completed within one hundred (100) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer or designee..! . The City Engineer or designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City or District inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOq The total fee payable for the services to be performed shall be $140.000. No other compensation for services will be, allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhofd a ten percent (10%) retention until the project has been accepted by the City and the District. rev. 01 /I 3198 5. DURATION OF CONTRACT This agreement shall extend for a period of thirtv (30)davs from date thereof. The contract may be extended by the City Manager/Executive Manager for one (I) additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s 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 within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS L . Within five (51 days of completion and approval of the pm for the desian services the Contractor shall deliver to the City the following items: 1. One set of original mylars containing the plans for the project. 2. One set of specifications for the project. 8. CHANGESK If, in the course of the contract, changes seem merited by the Contractor, the City or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor, the City or the District may request a change in contract. Such changes shall be processed by the City in the following manner. A letter outlining the required changes shall be forwarded -. . to the City/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 3 rev. 01 /13/98 to Agreement shall be prepared by the City and the District and approved by the City and 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 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 consideratiop contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City or 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. IO. CLAUSE, NONDISCRIMINATION The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager/Executive Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the 4 rev. 01/l 3198 termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and the District and all work in progress to the District Enaineer. The District Enaineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the Cii or the District, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City or the 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 City Manager/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 City Engineer or designee. A copy of such documented dispute shall be 5 rev. 01/13/98 _- ‘. forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or designee or principal receiving the 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 City Council or the Board of Directors for their resolution through the Office of the City Manager/Executive Manager. The City Council or the Board of Directors may then opt to consider the directed solution to the problem. In such cases, the action of the City . Council or 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 City or 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 City or 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 City of Carlsbad or the Carisbad Municipal Water District seeks to recover penalties 6 rev. 01 /I 3/98 pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carisbad or the Carlsbad Municipal Water the Contractor from the selection process. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated . 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 City or the District. Contractor shall be under control of the City and the District only as to the result to be accomplished, but shall consult with the City and 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 City or the District for any purposes whatsoever. The Contractor is an independent Contractor of the City and 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 City and the District shall not make any federal or state tax withholdings on behalf of the Contractor or his/her 7 rev. 01 II 3198 employees or subcontractors. The City and 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 City and the District within 30 days for any tax, retirement contribution, social securii, overtime payment, unemployment payment or workers’ compensation payment which the City and the District may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City and 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 City or the District will provide copies of the approved plans to any other agencies. 8 rev. 01/13/98 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City and 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 City or the District. Contractor shall have the right to make one (1) copy of the plans for his/her records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and District and hereby agrees to . relinquish all claims to such copyrights in favor of City and District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and the Carlsbad Municipal Water District and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willfiil misconduct of the City of Carlsbad and/or the Carlsbad Municipal Water District. Contractor shall at its own expense, upon written request by the City and/or the 9 rev. 01 /I 3198 Carlsbad Municipal Water District, defend any such suit or action brought against the City, and/or the Carlsbad Municipal Water District, its officers, officials, employees and volunteers. Contractors indemnification of City and the Carlsbad Municipal Water 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 City and the District. 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 City and 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 City or 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 City or the District. 21. PROHIBkTED INTEREST No official of the City or the District who is authorized in such capacity on behalf of the City or the District to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or 10 rev. 01 /I 3198 indirectly interested personally in this contract or in any part thereof. No officer or employee of the City or the District who is authorized in such capacity and on behalf of the City or 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 City or the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained , nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. ! . 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. CONFCtCT OF INTEREST . The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby . 11 rev. 01 /13/98 acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 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 Best’s Key Rating of not less than “A-W” and shall meet the City’s policy for insurance as stated in Resolution No. 91-403 and the District’s policy for insurance as stated in Resolution No. 772. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney/General Counsel or City Manager/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. 12 rev. 01/l 3/98 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City/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. 6 . 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 City and the Cansbad Municipal Water District shall be named as additional insureds on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to 13 rev. 01/l 3/98 the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 14 rev. 01/l 3198 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City/District and on behalf of the Contractor in connection For Contractor: with the foregoing are as follows: For City/District: Title William E. Plummer. District Enaineer Name Carlsbad Municioal Water District Address 5950 El Camino Real Carlsbad. California 92008 Tile Name Address Patrick N. O’Dav. President . O’Dav Consultants 2320 Camino Vida Roble. Suite B Architect/License Number: Architect/License Number: 28. BUSINESS LICENSE Car&bad. California 92009 Rce 272 I e 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 15 rev. 01 Ii 3198 writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this 26th CONTRACTOR: O’DAY CONSULTANT Patrick N. O'Day, President (print name/title) ~ Patrick- N.O'Day, Secretary (print name/title) ATTEST: ALETHA L. RAtiTENKRANZ \ Al-TEST: Secretary (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL ey/General Coun . ey/k General Counsel d- //-gz* 16 rev. 01/l 3/98 . EXHIBIT "A- DESIGN APPRGACH FOR WATER RECYCLED WATER AND SEWER IN CANNON ROAD FROM LEGODRIVETOELCAMINOREAL Consultant has prepared roadway plans for the entire length of this project, including the water, recycled water, and sewer for the portion from Lego Drive to Pointe Avenuq and has prepared a prehduy design of the water, recycled water, sewer and sewer force main and lift station for the remainder of the project. Geotechnical investigation has been done for the project area, but did not include resistivity and corrosion reports, so additional investigations are included in this approach. New traflic control plans are neceswy onlyattheElCarninoRealinters&on,as traffic control for the intersection at Lego Drive is included in the existiq roadway plans, and the remainder of the roadway is new road with no need for construction trafIlc control. Utility coordination has been accomplished with the roadway plans, but additional coordination will be needed due to known conflicts with the water main in El Camino Real. It is envisioned that the CMWD plans will be stand-alone plans and the plans and specifications will be added to the City’s roadway bid as an addendum. . ! scope I: GeotecbnicaI conditions in this area in&de cut areas of Qnatermuy-aged Terrace Deposits, Santiago Formation and compacted Bl. The section from Lego Drive to Mac8rio Canyon has recfstly been graded with Leighton and Associates providing geotechnical services. The section f&n Macario Canyon to El Camino Real has previouily beeh rough-graded underthe -observation and testing of others-and Leightonand~hasreviewcdtheAs-Graded~~reportforthis area Cons&ant will review the ehting. ge&&nkal reports and provide a summaryofthesu~conditions,aadwitlmakeboringsof5.to1Ofeetin depth at roughly 500 &tot spacings to evah@e engker@&mcte&ics of the soits along the digment and the chemiad ch8f8cteristics ofthe soils. Laboratory testing will in&de an evaluation of the soils chemical characteristics and pertinent engineermgproputies. SomeofthesoilswithintheCarl&adareahavebeen found to have 8 high potential for causing corrosion of buried metal conduits. In additioa,ateasofsoilthathavebanutilized~ragri~~sesorthe ~areaswhichdrain~omagriculturatareassometimeshavesoilswithhigh sdfkte of chloride concentrations. This can result in deterioration of concrete if ,nat pro- planned t5r. The proposed geotechnical investigation will include a suite of tests to evaluate the chemical characteristics of the soils within the proposed alignments. These tests will include determination of the soil pH, minimum rcdivi@ soluble sulfate content, and chloride comxmrations. The geotechnkal report will present the results of these findings and provide appropriate r ecxmmdations to be utihzed in the design process. If highly corrosive soils sre identified, one of the recommendations may be to enlist the senkes of a corrosion engineer. Design Approach Lego Drive Page2of3 scope lx: ScopeIII: scope Iv: scope v: scope VI: Pothoiiq Coxmltant will pothole to expose the existing tieI lines, belonging to Santa Fe and Pacific~inElCaminoRealand~~tolocatethatlinehorizoatallyand vertically, limited to one day of backhoe with operator and one day of surveying crew. EngineeringDrawiqs. Consuhant will prepare plans for approximatelyz 7,550 lineal feet of K-inch diameter we, 7,070 lineal feet of 24-inch diameter and 960 16-inch diameter recycled water, and, 3,800 lineal feet of 24-inch diameter and 1,4@I lineal &et of l6-inchdisrmetasewer~om~DrivetoEtC~Reas,inchiding~bridge crossings ofthe Mati0 Canyon and the AguaH+ionda Creek Channel. -! Bridge plan wisions. A Revision to the Ma&o Canyon Bridge plans to accommodate two Winch diameter recycled water pipelines and one 16inch diameter water pipetine. B. Revision to the Agua Hedionda Channel Bridge plans to: provide cantilever widening of the bridge deck for Winch water and 24-inch recycki water ~,andtowidenthespacingof~pilingstosix~toacconmrodatea 42~inch sted casing for the 30-inch sewer main The redesign is made complex astbebridgeisonacuwesothatthepilingsczumotbcun%xmiywidened. -,a<: .A&-: S -g :-- Y -Fe * L. : ..A+ :l$i “&;.y:: .-=; ~~..l;.: 5 .; ,. ‘“* __ ce .*w- provisions to the cii bid specs- using chidra:w tiomplter dish ofboilerplate specifwons. c- .&‘. .. *- .- I iii --o s a 5 ecu t5 . . _- STATE OF CALIFORNIA COUNTY OF San Diego I lss. I On l-26-98 DATE before me, Cathlynn E. Aguirre,i;:lWtary Public NAME AND TITLE OF OFFICER personally appeared Patrick I. O'Day NAME(S) OF SIGNER(S) personally known to me - to be the person@ whose name(t) is/are subscribed to the within instrument and acknowledged to me that he./- execut& the same in hi- authorized capaci&(ii), and that by his- signature(# on the instrument the person(a), or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal. SIGNATUR&! OF N Title or Type of Document Date of Document undated I Signer(s) other than named above Hone I CMWD 88-802.92-406 06/l 4195 Rev. tii/2W98 wfl 12:21 FAX TeasI- Inm.wance AgQncy, Inc Liaenacc #OS25511 5950 Baltbore Pr. Suite ZOO ta MQsa CA 91942 ‘l’EihcibE LIYSCIKhPtCE hG%Ck !iNtnw?aYF ~NLONFERS NONIGHTS UPONtclEC ___.I.____ CeRTlRcATe me3 NOT AMEax EX-IFNO on rtm tia cDvEMOEAmmDlb BY T)(E POUCIS BJTLCNU- CONPJiNNN NFORWSi--Aar -F--P.-- Q'Day dasrmltante, Inc. 7220 Apeal& Wcinas - Stm 204 Carlabad CIi 92009 THIS IS TO CSRTIFY MAT THE PUJCES OF ~N~u~IANCE U$TEO BELMly I+ U@=--, NOTWITWTANOI’N ANY REQURGMENT. l-U#N DR CONOITID cERT*IcATE ‘M-l 6E SSUNI OR NAY IQRTAIN, -nil! lNamANcE ARORC EXCLtJSK)NS AN0 coN0tl-l~ Of aa-4 POUCtN6. LMTS $MWN ‘JAY I 7--T’-‘-- W ml rfrcoc- FOLCV- -laBull C +a~WIwelu-~~ 'Ial'U6lfHk4SQl cwNs~~occtln -ACOKTlWX~PWl -_--- -uulLm a XNwNJm 27773168 MLDwwaTAurw -Aurw I IQw4lo6 x NoNawmDAwos - -._--. -uuurv 1 ANVAUTU wa¶Bs- UMEMWA FQlY wlwRnuN-9MM wD6usQ-TJmryD ,Eu-uA6luIr J!?zzL P .-’ 5::;7.<“.lrti :EeNIssuEa* cANYcoMrRA~ 8YlHEPouaa El’mNREWee -.- 11/2s/97 01/w/97 09/01/97 01/08/98 --. -..-. -- r---..-__I 11/25/¶8 m/as/99 CsIi I 1,ooo.ooo DltwfiT 25,000 CsRLSUUDMDMlCZRALWA!PJmDZSY. -DUAW*M--WuF1 TREDISTRXCT&PBIICIT?OI 5950 Et caaum llpeAt CARLSB&D CA 92008 m-26-1996 E31:im UIUI LL rru LlVll ,J’IJ Ul,l VI ~III,&AJIrJ I ~IUll1bL 1*u, 1lb. I VLYJ~VAV’~ . 48 u1 .- . INFORMNlON SHEET FOR BJSINESS LICXNSE RENEWAL (REPLACEhEM FOR LOST FORM) I-WfI OF BUSINESS e. 0 fJ SYL72$5 FLATFEE ,673.. 0 0 PEbIALw FEE (PAST DUE 80 DA’Ys= 25%. 90 DAYS = 60%) I-2b-q’fi DATE 01-26-1998 11:15al P.O1 I, MMCH FCUVG EW, Secretary of State of the State OfCaH~b~~ That the mznemd transcxipt has been comp8Ad with therecodoinflleinthbd6ce,dwhkhitpurparrts&bc ? acupy,andlhats~isfu&trueandaxx43cL . IN w?TNEss WIirauio~, I - SW” . SEP 2.9 ta OFFICE OF THE SK=REW OF STATE “fyJ.4 ,/L’.py lU(:ll I bO'Y41 -tlbUU .I--* l mY..m*“Yhb.“M I- .L -“-I.- -w- --em mu UJ . , . . . \ EFis?iED 1.mo97 b 8y&* “s4-d wi SW2 3 198t alma Ttmnameof thi8sorpor~tbn i8O'Dry cmnulbt8, lao. TWO: The purpose of this corporation ia to engage in any 1-1 act ot activity for ubich a corporation my bo organfzd under thr O+nor81 Corporation &au af Califorah other thM the bank&q bkb8s-Ee the trust capamy hsi”Hu, or tbo praotloe of a ptofesmion permitted to be hcorporated by the Callford Cocporatlonm code. b . TBSBEr The name and addroar In tklr state of the oozporrtion’s r-e- initial ageat for -0fprccesIl8t -ggr$g’09 m street ckmamidc, California 92054 ?OURt TM8 coqorition i8 ruthorired to islwe arsjl Qn8 glua 43f sharcrrofstockuhichshallk&dgnfAedc~6t0ck, 'Ibrrtutal numbor of shares It la autlaorird to imm A8 10,000 alures. / DA!PED: yY!ati?/ -5 P- RDmm O’Dm, D- Iherdydeclar8tbatI ~~tbeper8aprr,wbsemsut~tbefnregoing Article8 of IlacorporatfG8, ublcb executien ir w act and deed, / m-14-1997 04:3Ptl 6lmis P.03 February 19,1998 Patrick N. O’Day, President O’Day Consultants 2320 Camino Vida Roble, Suite B Carlsbad, CA 92009 RE: CMWD PROJECT NOS. 92-406 AND 88-602 Enclosed for your records are copies of the Carlsbad Municipal Water District Agenda Bill No. 403 and Resolution No. 1,007 approving Project No. 88-602. Also enclosed are copies of Carlsbad City Council Agenda Bill No. 14,554 and Resolution No. 98-37 which approved Project No. 92406. Additionally, you will find a copy of the signed contract for both project number 88-602 and 92-406. If you have specific questions regarding either of these projects you will need to speak to Mr. William Plummer, Carlsbad Municipal Water District Engineer. Mr. Plummer can be reached at (760) 438-2722. ‘,.? I .j ; wijcf? / KATHLEEN D. SHOUP Y Sr. Office Specialist 1200 Carlsbad Village Drive - Carlsbad, California 92008-l 989 - (760) 434-2808 @