Loading...
HomeMy WebLinkAbout1999-01-05; Municipal Water District; 432; El Camino Real & Poinsettia Lane Mains- - 43 9 0 i!E % CARLSBA \B# 43% dTG. 1105198 IEPT. ENG D MUNICIPAL WATER DISTRICT -AGENDA BILL A 4 / TITLE- APPROVAL OF AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR EL CAMINO REAL 81 POINSETTIA LANE, 30-INCH, 24-INCH, &12-INCH POTABLE WATER TRANSMISSION MAINS AND 18-INCH RECYCLED WATER TRANSMISSION MAIN, CMWD PROJECT NO. 98-104, CITY PROJECT NO. 3585 CITY All-Y. CITY MG&i!? RECOMMENDED ACTION: Adopt Resolution No. 10 3 7 for approval of agreement for engineering design services for preparation of plans and specification for El Camino Real and Poinsettia Lane, 30-inch, 24-inch, and 12-inch potable water transmission mains and l&inch recycled water transmission main, CMWD Project No. 98-104, City Project No. 3585. ITEM EXPLANATION: This project involves replacement of a deteriorated 20-inch diameter potable water transmission main in El Camino Real and installation of a 30-inch diameter pipeline in Cassia Road and Poinsettia Lane. This pipeline will complete a portion of the 550 HGL Zone potable supply loop connecting to the “D” Reservoir. Staff recommends concurrent installation of the 18-inch recycled water transmission main to avoid re-opening the street at a later date. The District requested proposals and received three responses from Daniel Boyle Engineering, Inc., Malcolm Pirnie, Inc., and John Powell and Associates. The Engineer’s estimate for design of the project was $350,000. The Staff recommends Daniel Boyle Engineering, inc. as the most responsive, responsible bidder for a negotiated total fee of $292,950. FISCAL IMPACT: Funds for the engineering design services and construction in the amount of $1,079,108 have been appropriated and are available in the Poinsettia Lane Waterline 1998/99 CIP Budget. From the summary of engineering design service costs listed in the following table, there are sufficient funds available for this project. i EN$WEEF$Jj ,m$~@&~~f$i~Af~R MA&,& ‘: ; ” E ~~ESlQN,:$ERVICES :FOR’ POT&E. & “: :: :I _ ‘Amount Appropriated’ In Fiscal Year 1998/99 $1,079; 108 Amount Appropriated In Fiscal Year 1998/99 -O- Additional Funds Encumbered I Amount Reauested For This Pro t Continaenci& ject I Remainina Balance - -- .--. .i a-.‘-‘-- t:;~owl j _ v--, --- ; &&a _. ,_ _ ,-.,. - - - - - - ,, ( , ,.‘ r-,-.-l 1 AD~ITliO~At;:APPR~p~~AT~~N. ,158 I ~~~~ $786., : ,i.‘; ‘;:, :, _: ‘; ;jj; :. 1 : _: :; ! -0.. rc- Page 2 of Agenda Bill No. 4 3 L 4 ENVIRONMENTAL REVIEW: The Planning Director has determined that the portion of this work involving replacement of existing facilities with El Camino Real is exempt from CEQA per Section 15301. The intent of this professional services agreement with Daniel Boyle Engineering, Inc. is to prepare a preliminary design report, then final design. The preliminary design report is exempt from CEQA in accordance with Section 15306 Class 6 Information Collection. After completion of the preliminary design, an environmental assessment of the design will take place. An appropriate decision making body will take action on the environmental assessment prior to authorization to proceed on Final Design. EXHIBITS: 1. Location Map. 2. Professional Services Agreement between Daniel Boyle Engineering, Inc. and Carlsbad Municipal Water District. 3. Resolution No. l0 3 7 for approval of agreement for engineering design services for preparation of plans and specification for El Camino Real and Poinsettia Lane, 30-inch, 24-inch, and 12-inch potable water transmission mains and 18-inch recycled water transmission main, CMWD Project No. 98-104, City Project No. 3585. LCICATICIN MAP 1. \ 2izt ..& --g I” II.: Y 2 id -..e. L ‘D’ RESERVOIRS PROPOSED WATER MAINS Project Name: 30-INCH, 24-INCH, AND 12-INCH POTABLE WATER 4ND INCH RECYCLED WATER TRANSMISSION MAINS -OR EL CAMINO REAL AND POINSETTIA LANE Project No, 98-104 Exhibit No, 1 AGREEMENT THIS AGREEMENT is made and entered into as of the 5 th day of January , 19,z by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as “District” and DANIEL BOYLE ENGINEERING. INC., a California corooration, hereinafter referred to as ‘Contractor.” RECITALS District requires the services of an enaineerinq Contractor to provide the necessary enaineerina desian services for preparation of plans and specifications for El Camino Real & Poinsettia Lane 30-inch. 24-inch. and 12-inch potable water transmission mains and 18-inch recvcled water transmission mains. CMWD Proiect No. 98-104; and Contractor possesses the necessary skills and qualifications to provide the services required by District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS A. The Contractor shall not begin final design until a CEQA document has been supplied by the City’s Contractor Administrator. The preliminary design is exempt from CEQA in accordance with Section 15306 Class 6 Information Collection. Rev. 08/l 7198 B. See attached Exhibit “A” Scope of Work. 2. DISTRICT OBLIGATIONS The District shall provide the following: 1) Review of design submittals in a timely fashion, 2) Written Notice to Proceed identifying each task clearly by item and phase, 3) Provide Poinsettia Lane design plans as soon as possible. 4) Necessary CEQA documentation prior to final design. The District will pursue the CEQA documents during the preliminary design phase of the project and shall provide the Contractor with the appropriate approvals prior to issuing a final design notice to proceed. 3. PROGRESS AND COMPLETION . The work under this contract will begin within ten (10) days atIe’; receipt of notification to proceed by the District and be completed within three hundred sixtv five (365) [weA&gJcalendar] 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 Enaineer 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 $262.950. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves Rev. 08/l 7198 the right to withhold a ten percent (loo/,) retention until the project has been accepted by the District. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” 5. DURATION OF CONTRACT This agreement shall extend for a period of three hundred sixtv five davs (365) from date thereof. The contract may be extended by the Executive Manager for two (2) 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 thg Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within thirtv (30) days of completion and approval of the Final Plans and Specifications the Contractor shall deliver to the District the following items: (1) set of final mylars, (IO) sets of full size bluelines, (8) sets of specifications, (2) sets of % size plans, and (2) copies of the final engineer’s estimate of construction costs. 3 Rev. 08/l 7198 8. CHANGES IN WORK If in the course of the contract, changes seen 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 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 of 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. Rev. 08/l 7198 . IO. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the 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. 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 compleied. 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 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. 5 Rev. 08117198 12. 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 Codes sections 12650 et seq., 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. Th; 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 Board of Directors to disqualify the Contractor from the selection process. it& initial The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. @3 initial Rev. 08/l 7198 13. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the 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 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, withholding on behalf of the Contractor or its employees or subcontractors.-The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment with the District and the City of Carlsbad 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 District and the City of Carlsbad 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 7 Rev. 08/l 7198 limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 14. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor 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. 15. 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 docum&ts, 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 its records. 16. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the District and the City of Carlsbad and its officers, officials, employees and volunteers from any 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 Rev. 08/l 7198 misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 18. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible 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 or indirectly 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 Contractors work unless specifically noted to the contrary in the subcontract in question approved in writing by the District. 20. PROHIBITED 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 9 Rev. 08/l 7198 executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the 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. 22. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, suc&ssors, and assigns. 23. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 24. CONFLICT OF INTEREST The District has determined, using the guidelines of the Political Reform Act and the District’s conflict 6f interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 10 Rev. 08/l 7198 25. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less that “A-:V” and shall meet 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 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. 11 Rev. 08117198 3. Worker’s Compensation and Employer’s Liability. Worker’s 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. 8. 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 and the City of. Carlsbad shall be named as an additional insured on all policies excluding Workers‘ Compensation and i%ofessional Liability. 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 12 Rev. 08/I 7198 existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the District to obtain and 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. 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or the receive written notice on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: For Contractor: Title William E. Plummer, P.E., District Engineer Name Carlsbad Municioal Water District Address 5950 El Camino Real \ Carlsbad, California 92008 Title Daniel B. Boyle, P.E., President Name Daniel Boyle Engineering, Inc. Address 3142 Vista Way, Suite 303 Oceanside, California 92056 Architect/License Number: c \k?,S~S Architect/License Number: 13 Rev. 08/17/98 27. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. Ill Ill Ill III Ill III Ill Ill III Ill Ill III III III Ill III Ill Ill Ill Ill 14 Rev. 08/I 7198 . 28. 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. Executed by Contractor this /I day of &-da ,19g CONTRACTOR: CARLSBAD MUNICIPAL WATER DANIEL BOYLE. ENGINEERING, INC., DISTRICT, a Public Agency organized DANIEL B. BOYLE. P.E.. President (print nam.eltitle) By: ATTEST: (sign here) (print name/title tiz@+$F KAREN R. KUNDTZ, Assistant 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 15 Rev. 08/l 7/98 STATE OF CALIFORNIA 1 i ss. COUNTY OF f ,- J-..T - 0 1 / On ‘z(;/;p‘ beforeme, .J,,i3.c 6, iND;ik;b; -;,,& i-> It c personally appeared 3 i cLnf1 2 -;3c.c., le NAitdE(S) OF SIGNER(S) B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sb&#ey executed the same in his/be&heir authorized capacity(ies), and that by his/he&heir signature(sj on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. . (This area for official notary seal.) Title or Type of Document Date of Docum>nt Signer(s) other than named above No. of Pages CMWD 98-104 06/14/95 Rev. EXHIBIT A SCOPE OF WORK CARLSBAD MUNICIPAL WATER DISTRICT EL CAMINO REAL & POINSETTIA LANE 30”/24”/12” POTABLE WATER TRANSMISSION MAINS AND 18” RECYCLED WATER TRANSMISSION MAIN (CMWD PROJECT No. 98-104) ITEM A: PROJECT MANAGEMENT TASK DESCRIPTION PSTlMATED FEE A.1 Meeting attendance in&ding project kickoff meeting and monthly progress meetings $8,200 up through submittal of the final signed and scaled construction bidding documents. Prepare and submit meeting minutes within five working days of each meeting. A.2 Prepam project schedule using Microsoft Project or other approved &ware. Submit the initial schedule at the kickoff meeting and updates prior to each monthly progress meeting and with each submittal of preliminary plans and specifications. 3,250 A.3 Quality assurance reviews consisting of utilization of computer based Microsoft Project Scheduling Program and Daniel Boyle Engineering, Inc.% in-house computer based Project Management Information System throughout the course of completion of the project. Also utilize in-house staB members not working directly on the project as Value Engineering reviewers of our work product at selected stages of completion. - 2,500 : SUBTOTAL ITEM A $13950 . ITEM B. PRELIMMARY DESIGN LSK K ESTIMATEDFEE B.l Data collection to include existing record drawings, utility research, property owners $ 2,550 and any other relevant information. Also included in this task will be review of developer fumi&ed plans for the extension of Poinsettia Lane and provide comments concerning issues relating to the District’s proposed pipelines. B.2 Prepare topographic mapping (1”=40’ scale) showing all existing features and using 24,445 either I-fti of 2-foot contour intetvals for the segments of the project to be located in El Camino Real and Cassia Road. The mapping will be sufficiently wide (200’ minimum) to include and show toe of slope extensions, driveways, property lines, property m, assessor parcel numbers and right-of-way limits. Topographic data will also be provided for the Kaiser Property as necessaq for the 30-inch diameter transmission main alignment plus preparation of easement sketch and description. Topographic base maps for that segment of the project located in future extensions of Poinsettia Lane and Black Rail Road are to be furnished to us in AutoCAD Release 14 format by CMWD. This will include final future street improvement plans showing ultimate plan and profile. .I CMWD - Exhibit A Scope of Work El Camino Real/Poinsettia Lane Pipelines - 1 l/l 7/98 - Page 2 ITEM B: PRELIMINARY DESIGN TASK B.3 B.4 B.5 B.6 B.7 B.8 D J%TIh4ATED FEE ESCRIPTION Identify and show accurately the vertical and horizontal location of all utilities and 6,225 underground objects which will affect construction. Request utility agencies to pothole their facilities at critical locations. Cost of potholing to be paid for by facility owner or District. Prepare and submit preliminary plan and profile drawings on a screened topographic background for District review and comment at 30-percent completion stage. Schedule and attend meetings as needed to review scope of work at early stage with District Staff and utility companies. 8,125 1,200 Provide to District our recommendations in connection with design alternatives which become evident during the Preliminary Design Phase. Prepare preliminary engineer’s opinion of construction cost in a format consisting of separate preliminary bid items. 2,150 1,075 Prepare and submit a Preliminary Design Report for review and comments. 4.45Q Subtotal $50,220 Reproduction and Miscellaneous : 1.78Q SUBTOTAL ITEM B - $52,000 ITEM C. FINAL . DESIGFJ TASK DESCRIPTION -TED PEE Cl Preparation of construction plans using the topographic mapping described in Item s 95,500 B.2 above. Plans will be ink-jet plotted on mylar with plan view at 1”=40’ and profile at 1”=4’. The construction plans for the El Camino RealKassia Road segment of the project will include the following: 1. Approximately 6,700-feet each of the following pipelines: a. 24-inch and 30-inch diameter steel potable water transmission mains. b. 18-&h diameter PVC recycled water main. 2. Connection to existing pressure reducing station at southeast comer of El Camino Real and Palornar Airport Road. 3. Stub the 30-inch diameter potable water main to the southerly edge of the intersection of El Camino Real and Cassia Road. 4. Stub the l&inch diameter recycled water main to the southerly edge at the intersection of El Camino Rea! and Cassia Road. 5. Connectjon to the existing 30-inch diameter potable water main at the easterly boundary of the Poinsettia Hill Development. 6. Connection to existing 18-inch diameter recycled water main at the easterly boundary of the Poinsettia Hill Development. CMWD - Exhibit A Scope of Work El Camino Real/Poinsettia Lane Pipelines - 1 l/17/98 - Page 3 ITEM C: FINAL DESIGN TASK c.2 c.3 c.4 c.5 C.6 c.7 C.8 c.9 -ION The construction plans for the Poinsettia Lane/Black Rail Road segment of the project will include the following: 1. Approximately 1,800-feet each of the following pipelines: a. 30-inch diameter steel potable water main. b. 12-inch diameter PVC potable water main. c. 18-inch diameter PVC recycled water main. 2. Connection to the existing 30-inch diameter stub at the westerly boundary of Aviara Phase III Unit 2 within Poinsettia Road. 3. Connection to the existing “D” Tank Reservoirs which will involve an easement, through the Raiser Property (AP No. 2 15-080-22). 4. Connection of the new 12-inch diameter PVC potable water main to an existing stub at the westerly boundary of Aviara Phase III Unit 2. 5. Evaluation of pressure zones and proper required pipe pressure class. Also included on the constmction plans will be blow off valves, manual and automatic air release/vacuum valves and other pipeline appurtenances. Prepare a detailed list of contract construction items which will be incorporated into the Contract Documents Bid Form. Prepare engineer’s estimate of probable construction cost at the 30/70/90-percent and final completion stages. Include backup information as required by the District to support the estimate. Said estimates will be in Bid Item format. Prepare traffic control and detour plans for the El Camino ReaKassia Road pottion of the project. . Prepare a geotechnical report and incorporate the recommendations into the consbuction plans and specitications for the El Camino RealKassia Road portion of the project. Preparation of Contract Documents and Construction Specifications in Microsoft Word version 7. Utilize CSI format. During the course of providing services to the District, furnish copies of pertinent design memorandum, telephone conversations and meeting minutes. Submit for review and comments 10 sets each of the construction plans and construction speciftcations at the 30,70 and 90-percent completion stages. After receipt of all comments on the 90-percent submittal, proceed with the preparation of final plans and specifications and submit 10 copies for review. After receipt of comments, tevise the final plans and specifications as required and submit signed and sealed documents for bidding. Also submit computer files for the plans in digital AutoCAD Release 14 format on 3%” diskettes, recordable-CD or other media approved by the District. FKIIMATED FEE . 885 2,150 14,080 18,967 4,300 2,025 2,395 960 CMWD - Exhibit A Scope of Work El Camino Real/Poinsettia Lane Pipelines - 1 l/17/98 - Page 4 JTEM C: FINAL DESIGN TASK DESCRIPTION ESTIMATED FEE C. 10 Miscellaneous meetings with CMWD Staff during the Final Design phase of the 4,550 project as described above. Subtotal $145,812 Reproduction and Miscellaneous 4.888 SUBTOTAL ITEM C %150,700 ITEM D: SERVICES DURING BIDDING AND CONSTIWCTIO~ TASK DESCRIPTION FSTIMATED FEE D.l Provide assistance to District StatT during the bidding phase of the project including answering design related questions, attend p&id meeting, prepare addendum, review three lowest responsible bids, conduct a background check on the apparent low bidder and provide to the District a summaty letter including our findings. D.2 Provide assistance during construction including shop drawing review, preparation of change order(s) and response(s) to request(s) for information. D.3 Periodic site visits as requested by the District during construction to provide interptetation of the plans and specifications and assist in resolving design questions. D.4 At the conclusion of construction, prepare Record Drawings by hand drafting onto the signed and sealed final mylars construction changes as shown on one set of redlined blueprints marked up by the District inspector. Subtotal Reproduction and Miscellaneous SUBTOTAL ITEM D S 8,525 12,950 5,700. 5,150 $32,325 575 S32Qoo , ITEM E. CAT’HODIC PROTECTION FOR STEEL PWMNES . PHASE 1: CORROSIVITY EVALUATION E.l Review preliminary alignment drawings and perform project management and S 670 planning functions. E.2 Review DeC’s GIS corrosivity database for existing soil corrosivity data in the area. 120 E.3 conctud a Wenner q-pin soil res&ivity survey along both ahgnments. SufIicient sites 1,090 would be tested to characterize soil resistivity with a minimum spacing of 500-feet, or as access allows. Test depths, or pin spacings, of 2.5,5, 10, 15 and 20-feet would he used as space allows at each test site. CMWD - Exhibit A Scope of Work El Camino Real/Poinsettia Lane Pipelines - I l/17/98 - Page 5 PHASE 1: CORROSIWW EVALUATION TASK E.4 E.5 E.6 E.7 ; BSTIMATED FEE Obtain up to 10 soil samples at pipe invert depth from the geotechnical subconsultant. 670 All soil samples would be tested in DeC’s lab for soil box resistivity in the “as-received” condition and after saturating with distilled water. A chemical analysis would be done by an independent chemical lab on all samples. Assess the potential for stray current interference from existing DC sources in the vicinity of the alignment. 100 Prepare a corrosivity report with will include all findings and conclusions. The report will also contain an analysis of the risk of premature corrosion failures based on the data and commonly used steel pipe coatings. The report will also include specific recommendations for corrosion control. At this time, it is not known if cathodic protection will be accepted by 0. 1,240 Provide consultation as needed. I Subtotal Reproduction and Miscellaneous SUBTOTAL ITEM E - PHASE 1 490 $4,380 120 s4joo : PHASE 2: CORROSION CONTROL DESIGN E.8 E.9 E. 10 E.11 E. 12 E.13 Review the pipeline plan and profile drawings in detail and prepare cathodic protection design. s 500 Prepare redline markups of the civil drawings showing all corrosion control facilities such as test stations, cathodic protection anodes, insulators and continuity bonds, Prepare corrosion control detail drawings. All drawings will be prepared in AutoCAD format and on the District’s title block. 420 1,710 Prepare corrosion control specifications in the contract document format. 430 Prepare an engineering cost estimate for all corrosion control facilities. 170 Revise and resubmit per client comments. Provide consultation as needed .985 SUbtOtal $4,215 Reproduction and Miscellaneous 385. SUBTOTAL ITEM E - PHASE 2 woo . CMWD - Exhibit A Scope of Work El Camino Real/Poinsettia Lane Pipelines - 1 l/17/98 - Page 6 PHASE 3: CORROSION CONTROL BIB/CONSTRUCTION SERVICES TASK E.14 E. 15 E. 16 E.17 E.18 E. 19 E.20 E.21 E.22 DEWl.U’TION Answer questions during bidding. Review shop drawings. Attend preconstruction meeting. Identify and describe critical corrosion control issues. Provide limited inspection of critical installations. Inspect, activate and test the completed system. Prepare field deficiency reports and punch lists as needed. Reinspect and test as needed. Prepare an initial corrosion protection system performance report with recommendations for maintenance and monitoring. Provide consultation as needed. ESTIMATED= $ 180 410 180 715 725 450 450 580 360 Subtotal - $4,050 : Reproduction and Miscellaneous 250 SUBTOTAL ITEM E - PHASE 3 ti4Jm GRAND TOTAL AGGREGATE NOT TO EXCEED FEE $262.93 ITEMS A THROUGH E Professional engineering services will be provided on an hourly basis plus outside costs billed using the attached Hourly Rate Schedule dated January 1, 1999. Invoices will be submitted monthly with payment due and payable upon presentation. HOURLY RATE SCHEDULE FOR SERVICES BY DANIEL BOYLE ENGINEERJNG, INC. January 1, 1999 CJ,ASSIFICATION Managing Engineer Principal Engineer Senior Engineer II Senior Engineer I Senior Engineer Associate Engineer II Associate Engineer I Senior Assistant Engineer Assistant Engineer II Assistant Engineer I Construction Representative CAD Specialist Senior Designer Designer CAD / Drafter II CAD / Drafter I Intern / Aide Other Supplies and Outside Services $125.00 an hour 119.00 an hour 101.00 an hour 95.00 an hour 88.00 an hour 81.00 an hour 74.00 an hour , 72.00 an hour 65.00 an hour 59.00. an hour 68.00 an hour 68.00 an hour 63.00 an hour 55.00 an hour 48.00 an hour 41.00 an hour 34.00 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, 2000. r- DANIEL BOY7 ENGINEERLNG, IX== Civil Engineering Services CERTIFIED RESOLUTION OF BOARD OF DIRECTORS OF DANIEL BOYLE ENGINEERING, INC. I, Cathy A. Boyle, Secretary of Daniel Boyle Engineering, Inc., a corporation organized March 23, 1982 and existing under the laws of the State of California, do hereby certify that at a duly convened meeting of the Board of Directors of Daniel Boyle Engineering, Inc., held on the 15th day of May, 1995, at the offices of said corporation at 23231 South Pointe Drive, Suite 103, Laguna Hills, CA 92653, the following resolution was duly adopted: . RESOLVED: That the following company officers are designated and authorized to execute and sign documents, or to sign the corporate name without limitation, except where otherwise provided by law, and such execution or signature shall be binding on the corporation: Daniel B. Boyle; President or . Thomas 8. Hooker, Jr.; Vice-President IN WITNESS WHEREOF, I have hereunto set my hand as of the 15th day of May, 1995. Cathd A. Boyle, Sec#ary 23231 South Pointe Drive, Suite 103 Laguna Hills, CA 92653 (714) 768-2600 h DANIEL 3. CORP. OFFICE? r PL , I., BEACH, CA 32677 714-(Gl-3192 1: 3 t DANIEL BOYLE ENGINEER I NG, I NC, 23231 SOUTH POINTE D?? $103 LAGUNA HILLS, CA 32653 t’ La LI CENSE REE;TX I CT iOf! : NONE FEE-SC%EDULE PE CITY OF CARLSBAD 1200 CARLSEAO VILLAGE DR., CARLSBAD, CA 92008 BUSINESS LICENSE ISSUED TO (HJSINESS OWNER): . DANIEL BOYLE ENGINEERING, II’& 3142 VISTA VY #303 LICENSE MUST fiE POSTED ON OCEANSIDE, CA 92956 760-433-8710 BUSINESS PREMISES. TO CCjNDUCriii”E’(tiUSI@E_SS CLASSIFICATION): ENGINEERING SERVICES NOTIFY BUSINESS LICEN.5E OFFICE BUfilN~SS AS (DBA,I$&INESS .NAME): IF YOU CHANGE LOCATION OR CEASE . . ..-.-. DANIEL BOYLE ENGINEERING, INC. OPERATION. LOCATED AT (BUSINESS LOCATION): 3142 VISTA tlY #303 OCEANSIDE, CA 92056 FROM: 01/01/78 TO: 12/31/99 [ mm,. CERTIFBCA”F OF INSURANCE - IEEUE DATE &lMmDN-q PiomMm 12/16/98 l-HIS CERTIFICATE IS ISSUED AS A YAlTER OF INFORMATION ONLY AND CONFERS NO RMHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERADE AFFORDED BY THE POLICIES BELOW. ARIS INS SERVICES 2101 BUSINESS CTR DR #230 COMPANIES AFFORDING COVERAGE IRVINE CA 92612 -&p A ZURICH INSURANCE CO. DANIEL BOYLE ENGINEERING INC 23231 S POINTE DR #103 LAGUNA HILLS CA 92653 fsr 6 Z.URICH INSURANCE CO. WC -ggry D AMERICAN GUARANTEE -dry E COVERAQES THIS Is To cEM THAT THE POLlClES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDK~ATED, NoTW~T~~STAND~NQ ANY REQUIREMENT, TERM OR COND~ON OF ANY CONTRACT OR OTHER DOCUMENT wn-14 RESPECT TO WHICH THIS CERTIFICATE MAY BE &SUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUClES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSK)(JS AND CONDlTlONB OF SUCH POLlClES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID ClAlMS. CD Lln WPEOP- PDUCY MIMER ?kz&zEq ?fi?zw LUKE A-uuuw 03411254101 12/01/98 12/01/99 ,G==mRm= r2,000,000 x COMMERCIAL GENERAL UMIUW PRoWCTsCoMPloPAOO. 'r2,000,000 CLAMsMAMx OOCUA. OWNEUS & coN-mi&RE PROT. PE&ALLAw.lNJHIuRI ~1,poo,ooO CXtl ‘&ClJRREf4CE ~~1,ooq,ooo ~RRED~~Wym'-i '1,~000,, 000 'uo.D(pMBE(Anyompnon)'siopooo B-UMUW 03411254101 12/01/98 12/01/99 COMBH~- ANYAUTO LMT li,ooo,ooo u.L-AlrmI MOILY INJURY BcHmul.BAlKoa F=pmn) s x HIREDAlJmE x NouDwNmAuToB ~zs!Y 8 GARAGEUMUTY PAoPERlYDAMAGE $ ExcEEEuAuJvY BAOH OCCURRENCE s -FoRl AGGREGATE 8. OTHERTHAN -R)Ru --~ 2043344 g/01/98 g/01/99 X.. ~MlJToRY~~ EA&uxlol!?fr Mm si, 000,0’00 OlsEAsE-WY LIMIT BYEns-UmJw ~1,000,000 DlEEME-EK+I~YEE ~1,000,000 Qncll DLIcMxmoC--~~ RE: WATER-RECYCLED WATER L SEWER PIPELINES-FARADAY AVENUE FROM CANNON ROAD TO EXISTING FARADAY AVENUE/DBEI JOB #C15-105-OO/SEE ATTACHED ENDORSEMENT 'F.j -1 , .':1 ,g ,, -. -. I cBmmcAEE cANcaAAnDu )_.. Y FAYMEM-I-, A t cj ~j+y ;?wJ+& ij;&‘~ .c-’ : rx;T.l;;‘ sH0ULD ANY OF THE ABOVE DESCRIBED PouclES BE CANCELLED BEFORE THE EXPlRAllON MTE THEREOF, THE IBBUlNQ COMPANY WILL w MAtI. 30 DAYS WRlllEN NOTICE TO THE OERTlFKXTE HOLDER NAMED TO THE CARLSBAD MUNICIPAL WATER DIST LEFT, ATTN: RUTH FLETCHER 1200 CARLSBAD VILLAGE RD CARLSBAD CA 92008 SHERRY YOUNG FOR ARIS ACORD 2s-s (7/a@) c)&CORD CORPORATION 1WC Producer: ARIS This endorsement, effective 12/16/98 forms a part of Policy Number 03411254101 issued to DANIEL BOYLE ENGINEERING INC by Zurich Insurance Company. ADDITIONAL INSURED ENDORSEMENT SECTION II - LIABILITY INSURANCE NAME'OF ADDITIONAL DESCRIPTION OF INSURED PREMISES THE CITY OF CARLSBAD AND ALL ENGINEERING CARLSBAD MUNICIPAL WATER DISTRICT SERVICES PERFORMED FOR: 1200 CARLSBAD VILLAGE ROAD ADDITIONAL INSURED CARLSBAD, CALIFORNIA 92008 **SEE ATTACHED FORM CG20091185** Additional premium charged: NONE llAl/LL LbwJJl SHERRY YOUNG'FOR AR2S (Authorized Representative) ARIS:Y Issued: 12/16/98 POLICY NUMBER: C-IMERCIAL GENERAL LIABILITY THtS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES or CONTRACTORS (Form A) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization (Additional Insured): Location of Covered Operations Bodily InJury and Property Damage Liability Premium Basis cost Rates (Per $1000 of cost) Advance Premium $ Total Advance Premium $ (If no entry appears above. information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 1. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization (called “additional insured”) shown in the Sched- ule but only with respect to liability arising out of: A. “Your work” for the additional insured(s) at the locationdesignated above, or B. Acts or omissions of the additional insured(s) (a) W All work on the project (other than service, maintenance, or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been com- pleted; or That portion of “your work” out of which the injury or damage arises has been put to its intended use by any person or organization other than an- other contractor or subcontractor engaged in performing operations for a principal as a part of the same project. in connection with their general supervision of “your work” at the location shown in the Schedule. 2. With respect to the insurance afforded these addi- tional insureds, the following additional provisions apply: A. B. None of the exclusions under Coverage A, except exclusions (a), (d), (e), (f), (h2), (i), and (m), apply to this insurance. Additional Exclusions. This insurance does (3) not (1) apply to: (2) “Bodily injury” or “property damage” for which the additional insured(s) are obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the additional insured(s) would have in the absence of the contract or agreement. “Bodily injury” or “property damage” occurring after: (4) “Bodily injury” or “property damage” arising out of any act or omission of the additional insured(s) or any of their em- ployees, other than the general supervi- sion of work performed for the additional insured(s) by you. “Property damage” to: (a) (W w Property owned, used or occupied by or rented to the additional insured(s): Property in the care, custody, or con- trol of the additional insured(s) or over which the additional insured(s) are for any purpose exercising phys- ical control: or “Your work” for the additional in- sured(s). CG20091185 Copyright, Insurance Services Office, Inc.. 1984 0 t - RESOLUTION NO. 1037 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, FOR APPROVAL OF PROPOSAL FROM DANIEL BOYLE ENGINEERING, INC. TO PROVIDE ENGINEERING DESIGN SERVICES FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR EL CAMINO REAL AND POINSETTIA LANE, 30-INCH, 24-INCH, AND 12-INCH POTABLE WATER TRANSMISSION MAINS AND l&INCH RECYCLED WATER TRANSMISSION MAIN, CMWD PROJECT NO. 98-104, CITY PROJECT NO. 3585. WHEREAS, Requests for Proposals were requested to provide the necessary 9 engineering design services for preparation of plans and specifications for El Camino Real and 10 Poinsettia Lane; 30-inch, 24-inch, and 20-inch potable water transmission mains and 18-inch 11 recycled water transmission main, CMWD Project No. 98-104, City Project No. 3585; and 12 responses were received from Daniel Boyle Engineering, Inc., Malcolm Pirnie, Inc., and 13 John Powell & Associates; and after review of the proposals, the staff recommends entering into 14 a professional services agreement with Daniel Boyle Engineering, Inc. based on a good 15 understanding of the work to be performed and as the most responsive in meeting the objectives 16 of the engineering design services; and 17 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, 1s California has determined it necessary and in the public interest for approval and acceptance of a I9 proposal from Daniel Boyle Engineering, Inc. for engineering design services for preparation of 2o plans and specifications for El Camino Real and Poinsettia Lane, 30-inch, 24-inch, and 12-inch 21 potable water transmission mains and 18-inch recycled water transmission main, CMWD Project 22 No. 98-104, City Project No. 3585; and 23 WHEREAS, funds appropriated in the amount of $523,000 have been appropriated in the 24 25 26 1998-99 CIP Budget for Poinsettia Lane Waterline, and the project cost estimated for the engineering design services for preparation of plans and specifications for El Camino Real and Poinsettia Lane, 30-inch, 24-inch, and 12-inch potable water transmission mains and l&inch 27 recycled water transmission main, CMWD Project No. 98-104, City Project No. 3585, is ** $292,950 for engineering design services and $30,000 for contingencies, therefore, there are sufficient funds available for this project. - 1 NOW, THEREFORE, BE IT RESOLVED, by the Board of Directors of the Carlsbad 2 Municipal Water District of Carlsbad, California, as follows: 3 1. That the above recitations are true and correct. 4 2. That the agreement between Daniel Boyle Engineering, Inc. and the Carlsbad 5 Municipal Water District be approved and accepted. 6 3. That the President is authorized and directed to execute the proposed agreement 7 between Daniel Boyle Engineering, Inc. and the Carlsbad Municipal Water District. 8 PASSED, ASPPROVED AND ADOPTED at a special meeting of the Board of Directors of 9 the Carlsbad Municipal Water District of Carlsbad, California, held on day of 5 th 10 January , 1999 by the following vote to wit: 11 AYES:Board Members Lewis, Nygaard, Finnila, Hall & Kulchin 12 13 14 15 16 NOES: None ABSENT: None ATTEST: / * ALWA L. R&&l%t&ANZ, S$?tj&ary KAREN R. KUNDTZ, Assista (SEW 22 23 CMWD 98-104 24 25 26 27 28 - City of Carlsbad January 20,1999 Daniel Boyle Engineering, Inc. Attn. Mr. Daniel B. Boyle, President 3142 Vista Way, Suite 303 Oceanside, CA 92056 RE: PLANS & SPECIFICATIONS - EL CAMINO REAL & POINSETTIA LANE, CMWD PROJECT #98-104 81 CITY PROJECT #3585 Enclosed for your records are copies of Agenda Bill No. 432 and Resolution No. 1037. These documents went before the CMWD Board of Directors on January 5, 1999, where the resolution was adopted. Also enclosed is a copy of the fully executed agreement, whereby Daniel Boyle, Engineering agrees to provide engineering design services for 12”, 24” and 30” potable water transmission mains, & for an 18” recycled water transmission main. If you have any questions regarding the agreement, please call Ms. Kelly Efimoff, in the Carlsbad Municipal Water District’s Engineering Department, at (760) 438-2722, extension 7126. Kathleen 0. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive = Carlsbad, CA 92008-l 989 - (760) 434-2808 @