Loading...
HomeMy WebLinkAbout1999-04-13; Municipal Water District; 441; Encina Basin Water Reclamation Program Phase IICARLSBAD MUNICIPAL WATER-DISTRICT -AGENDA BILL&l/~ AB# d4/ MTG. 4-13-99 DEPT. CMWD TITLE- APPROVAL OF CONTRACTS WITH BLACK &VEATCH AND JOHN POWELL is ASSOCIATES AND APPROPRIATION OF FUNDS TO PREPARE PRELIMINARY DESIGN REPORTS ON THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT, CMWD 98-301 CITY MGR.+?? RECOMMENDED ACTION: Adopt Resolution No. /Odf for approval of contracts with Black & Veatch and John Powell & Associates and appropriation of funds to prepare Preliminary Design Reports on the Encina Basin Water Reclamation Program, Phase II Project, CMWD 98-301. ITEM EXPLANATION: The Encina Basin Water Reclamation Program, Phase II Project, was originally developed in the Water Reclamation Plan adopted in 1991. In 1997 the Phase II project was reviewed in the Recycled Water Master Plan Update from an analysis of ten alternatives The Phase II project is part of a five phase program to supply up to 20 mgd of recycled water within Carlsbad. The Phase I treatment facilities were completed in 1994 with an average day capacity of 2.75 mgd. The Phase II project will increase the capacity to 8 mgd by developing the following: l Constructing a new 4.25 mgd recycled water facility on the parcel of land south of the Encina Water Pollution Control Facility. (This will be referred to as the Carlsbad Advanced Water Reclamation Facility.) l Expanding the Meadowlark Water Reclamation Plant by an additional 1 .O mgd. l Improving the existing 54 MG Mahr Reservoir to make it suitable for storing recycled water. (A detailed study will also be performed to investigate converting the 170 MG Lake Calavera to seasonal recycled water storage.) l Constructing approximately 74,000-feet of pipelines to deliver the recycled water from the treatment facilities to the irrigation and industrial use customers. l Constructing new Booster Pumping Stations The initial work in developing the Phase II project is to prepare preliminary design reports on the proposed facilities. A “Request for Proposals” were issued in December, 1998, to prepare the preliminary design reports. The proposals were divided into two separate areas of responsibility. The first area included the new Carlsbad Advanced Water Reclamation Facility and the expansion of the Meadowlark Water Reclamation Facility. The other area included the pipelines, booster pumping stations and reservoirs. During the selection process a committee reviewed the written proposals received, and the oral presentations made by each firm. The following firms were reviewed: Treatment Facilities: Pipelines, Reservoirs. Pumpina Stations: Montgomery Watson Engineers CGvL Engineers Carollo Engineers John Powell & Associates Black & Veatch ASL Consulting Engineers Dudek & Associates Enartec Robert Bein, William Frost & Associates Page 2 of Agenda Bill No. 441 Based on findings from the committee, the firm of Black & Veatch was recommended for the treatment facilities and the firm of John Powell & Associates was recommended for the pipelines, reservoirs and pumping stations. FISCAL IMPACT: The proposed budget for the preliminary design reports are as follows: Black & Veatch: Contingencies $277,316 John Powell & Associates: Contingencies TOTAL BUDGET $520,000 It is recommended that $520,000 be appropriated from the Fiscal Year 1998199 Water Capital Replacement Fund to prepare these preliminary design reports. The overall project is estimated at approximately $ 30 million. Staff will provide a recommendation on an overall project funding program to the Board in subsequent months. The funding programs being pursued include loans and grants. Loan programs include the State Revolving Low Interest Loan Program through the State Water Resources Control Board and the Water Reuse Organization, and public financing through certificates of participation and general obligation bond funds. Grants or rebates include the Bureau of Reclamation’s Title 16 program which has been authorized, and Metropolitan Water District’s Local Resources Program for recycled water which has received preliminary approval for Phase II. Payment of any loans obtained will be made through the sales of recycled water to the recycled water customers. ENVIRONMENTAL REVIEW: The Preliminary Design Reports are exempt from environmental review in conformance with CEQA Guidelines Section No.1 5262 Feasibility and Planning Studies. EXHIBITS: 1. Professional Services Agreement between Black & Veatch and the Carlsbad Municipal Water District. 2. Professional Services Agreement between John Powell & Associates and the Carlsbad Municipal Water District. 3. Resolution No. /O‘?q for approval of the contracts with Black & Veatch and John Powell & Associates and appropriation of funds to prepare Preliminary Design Reports on the Encina Basin Water Reclamation Program, Phase II. R.\CMVvD\Engineering\BILL\98-301 AB Encina Ban Design.doc AGREEMENT THIS AGREEMENT is made and entered into as of the 11 th day Of May I 19,,2 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 BLACK & VEATCH CORPORATION, a Delaware corporation, hereinafter referred to as “Contractor.” RECITALS District requires the services of an enaineerinq Contractor to provide the necessary enaineerinq desian services for preparation of preliminarv desian reports for the new Carlsbad Water Reclamation Facilitv and expansion of the Meadowlark Water Reclamation Facilitv. CMWD Proiect No. 98-301; 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 Refer to Exhibit “A”, attached hereto and made a part hereof. Rev. 08/17198 2. DISTRICT OBLIGATIONS A. The District shall provide all available master plan reports. B. Make operations and engineering staff available. C. Provide any plans and specifications of the Encina WRP and Meadowlark WRP. 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 three hundred sixtv-five L3651 [we&n&calendar] 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 $277.316. 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. 08/17/98 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) Year from date thereof. The contract may be extended by the Executive Manager for one (1) 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 within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS W&in seven (7) days of completion and approval of the District Enaineer the Contractor shall deliver to the District the following items: , Five copies of the final Preliminary Design Report for new Carlsbad Water Reclamation Facility and the Meadowlark Water Reclamation Facility. 0. 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 Rev. 08/17/98 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. 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 Rev. 08/l 7l98 documents owned by the District and all work in progress to the District Engineer. The District Engineer 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 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. 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 Rev. 08/17/98 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 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. The provisions of Carl&d Municipal Code sections 3.32.025, 3.32.026, 3.32027 and 3.32.028 pertaining to false claims are incorporated herein by reference. J= initial 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 Rev. 08117l98 . . . 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 which the District and the City of Cadsbad 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 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. Rev. 08117198 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 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 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 Cii of Cartsbad 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 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. Rev. 08/l 7198 . 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 Distrid. 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. 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 author&d 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. 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 Rev. 08/17/98 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, successors, 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 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 acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 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 10 Rev. 08/l 7/98 . do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less that ‘IA-Y and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coveraoes 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 (ii the use of an automobile is invoked for Contractor’s work for the District). $l,OOO,OOO combined single-limit per accident for bodily injury and property damage. 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. 11 Rev. 08117198 . - 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 and the City of Carisbad shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional 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 dedare 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 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. 12 Rev. 08/17/98 . . i 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: Tiie William E. Plummer, District Engineer Name Car&bad Municipal Water District Address 5950 El Camino Real Carlsbad, California 92008 Title James H. Clark, Vice President Name Black & Veatch Corporation Address 6 Venture, Suite 315 h-vine, California 92618 Architect/License Number: C 31200 Architect/License Number: 27. BUSINESS LICENSE Contractor shall obtain and maintain a City of Cartsbad Business License for the duration of the contract. 20. 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 13 Rev. 08/l 7198 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 day of CONTRACTOR: BLACK & VEATCH CORPORATION, a Delaware corporation (name of contractor) By: (s@-r here) JAMES H. CLARK, Vice President (print name/title) Bv: (sign here) (print name/title CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, or designee ATTEST: Secretary u 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 RONALD R. BALL /4esi&nt Genq;$;;nsel CMWD 98-301 14 Rev. 08/l 7198 4 -STATE OF CALIFORNIA On before me, m 19 12/ubh )tm f?G 3 1 zri q 9 NAMEANDlllLE OFFICER personally appeared ME(S) OF SIGNER(S) d 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/she/they executed the same in hslherltheir authorized capacity(ies). and that by his/her/their signature(s) 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. SIGNATURE OF NOTARY (This ares for official notary seal.) Tie or Type of Document fee- Date of Document ?i 8 T’ss Signer(s) other than named above No. of Pages 14 &A% 3 y 5 A *h&Pi-+ CMWD 98301 06/l 4195 Rev. EXHIBIT “A” SCOPE OF SERVICES This section includes a detailed scope of work for the preliminary design of the Carlsbad Water Reclamation Facility and the Meadowlark Water Reclamation Facility expansion. Supolemental Task Items Task A: Task B: Task C: Task D: Task E: Task F: Attend up to two additional support meetings to assist with CEQA issues. Accompany the District on three inspection trips, two locally and one in Scot&dale, AZ., to inspect operating water reclamation facilities. Accompany the District on one trip to the SWRCB in Sacramento to discuss revolving loan fund issues. Accompany the District on one trip to the Bureau of Reclamation to discuss Title 16 funding issues. Review the Encina WPCF proposed equalization basin operation to determine if effluent TDS could be minimized. Prepare a third site layout for locating facilities to the west of the Encina WPCF secondary clarifiers. Carlsbad Water Reclamation Facility 1. 2. 3. 4. 5. 6. 7. 8. Attend initial meeting with CMWD to review objectives, define lines of communication, and obtain relevant infomration. Conduct eight review meeting with CMWD staff during the study period. Conduct workshop with CMWD, EWA, and other appropriate stakeholders to identify issues and establish project direction. Review design criteria for the existing Encina, WPCF, previous studies and reports. Evaluate a minimum of six alternative filtration and membrane treatment methods and scenarios to achieve Title 22 unrestricted nonpotable reuse quality reclaimed water with a TDS of fess than 1,000 mg/L. Reliability issues will be addressed. Evaluate alternative methods of disinfection, including UV, gaseous chlorine, purchased sodium hypochlorite, and on-site generation of hypochlorite solution. Prepare preliminary design of a reclaimed water pump station. Identify facilities required at the Encina WPCF for various Carlsbad WRF treatment scenarios. These facilities may include a secondary effluent pumping station and in-basin microfiltration facilities (ZeeWeed”). 1 . - . 9. Develop capital and operating costs for each process train and facility, and provide a matrix of cost versus reliability and other non-cost issues for review. 10. Prepare site layouts for two alternatives selected by CMWD. The layouts must include equipment and facilities to accommodate a 16 mgd total capacity and an area for future seawater desalting. 11. Develop two preliminary architectural concepts that conform to City Planning Department requirements. 12. Develop two preliminary landscape concepts that conform to City Planning Department requirements. 13. Identify permit requirements. 14. Conduct workshop to review preliminary recommendations. 15. Prepare draft and final project reports. 16. Coordinate with CMWD environmental consultant. 17. Present study information and results to CMWD and City Planning Commission. 18. Optional task - if desired, accompany CMWD staff to inspect operating MF/RO facilities. Meadowlark Water Reclamation Facility 1. Attend initial meeting with CMWD to review objectives, define lines of communication, and obtain relevant information. 2. Conduct four review meetings with CMWD staff during study period. 3. Conduct a workshop with CMWD, WVD, and other stakeholders to identify issues and establish project direction. 4. Evaluate MWRF operating data and develop summary of current operating conditions, induding flow rates, infiuent and effluent quality, recycled water delivery and discharge to Encina. 5. Identify recyded water delivery requirements over 12 month period for three mgd recycled water concept. 6. Evaluate the MWRF tributary area flows and develop schedule of projected flows tributary to MWRF from 2000 through 2010. Identify required flow diversion form Lift Station No. 1 to accommodate required recycled water production during the 2000 to 2010 period. 7. Identify Lit Station No. 1 improvements required to provide the diversion flows identified in Task 6. Include consideration of peak storage facilities planned by VWD and existing bioxide discharge. 8. Evaluate conveyance facilities extending from Lift Station No. 1 to MWRF and identify required upgrades. Consider planned VWD conveyance upgrades. 2 . . 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. Identify and evaluate three alternative process trains. The selected alternatives shall each be capable of meeting discharge requirements based on experience at similar facilities. The existing process train will be includes as one of the alternatives. Develop capital and operating cost for each process train and identify the apparent best alternative based on a lowest present worth cost analysis. Develop solids balance for the apparent best alternative and determine estimated increased discharge to Encina. Evaluate impacts to current VWD solids discharge agreement with Encina Wastewater Authority. Identify improvements needed to accommodate the planned expansion including other unit processes, site work, electrical, instrumentation and odor system upgrades. Prepare a site plan for the apparent best alternative. Identify permit requirements. Conduct workshop to review preliminary requirements. Prepare draft and final project reports. Coordinate with CWMD environmental consultant. Present study information and results to CMWD and VWD Board of Directors. 3 BLACK & VEATCH 6UO Ward Parkway PO Box8405 Kamas Cily, Mismm 64114 USA Bl8Ck 8 Vertch corpor8tlon Tel: I9131 4woaJ CERTIFICATE OF INCUMBENCY I, S. K. Sloan, Vice President and Assistant Secretary of Black & Veatch Corporation, a Delaware corporation (We Corporation”), certify that: D. G. Argo is a Senior Vice President, and J. H. Clark is a Vice President of the corporation; In their official capacities, D. G. Argo and J. H. Clark are granted authority to sign documents on behalf of the corporation; and The authority given to D. G. Argo and J. H. Clark to sign documents on behalf of the corporation continues to be active and has never been revoked nor rescinded. IN WITNESS WHEREOF, I have hereunto set my hand this g day of March, 1999. STATE OF KANSAS 1 S. K. Sloan, Vice President And Assistant Secretary 1 ss COUNTY OF JOHNSON ) . Subscribed and sworn to before me this 3J day of March, 1999. _- Notary l$$lic thr imagine-build company- CITY OF CARLSBAD - MINIMUM LICENSE mo cmseAo VILLAGE DA. - wm6AJlcA 92009 APPLICATION FOR BUSINESS LICEhk IS $30.00 (619) 434-2882 (fee schedule on reverse) BlPcr < ihbfb=~ PLEASE CHECK THIS BOX IF BUSINESS NAME HOME BASE0 BUSINESS 0 BUSINESS ADDRESS c VduM 315 (No. P.O. Boxes) -0 k4- &WC Ck. ---- 9zz5 --.- CicVt (Slate) m cock91 MAIUNGADDRESS - -. (if dttkmrll) W-d (Slreel) --- (Suite No.) (St&) mP -1 BUSINESS PHONE EMERGENCY PHONE1 ) NPE OF OAGANIZATKIN: ;ctmcmna~ DATE BUSINESS STARTED IN CARLSBAD: 3 / =L / Q 7 SOLE PROPRIETORSHIP PARTNERSHIP CORPORATION x APPUCANT NAME/ADDRESS (OWNER: IF PMITNEFISHIPCOFIP. GIVE NAMES OF PARTNERS OR CORP. OFFMXRS) TWEOFBUSINESS &5V&hCi Etiq/fl*Jtif (PLEASE BE SPEdFIC) J PROVIDE THE FOLLOWING WHERE STATE SALES TAX NUMBER FEDERAL TAX LO. NUMBER CA DRIVERS LICENSE SOCIAL SECURITY NUMBER STATE CONTRACTOR STATE EMPLOYER NUMBER LICENSE NUMBER IOENTtFlCATlON NUMBER GROSS ,ECE,PTS&i&%; a9 i ‘\’ FLAT FEE LI Gfmss RECEIPTS TAX RATE (per each $1000) SUB TOTAL BASEFEE ALTRUCKS83’SEA CENSE 23 ME CHECKS PAYABLE To: CITY OF CARLSBAO AND RETURN Wll-H APPLICATION \ 2d OAYOF~ ,19 2, I. EXN;UTEOTHIS a\9 G. (PIid M nam&J DECLARE UNDER &TY OF -t&AT THE:::EGOING Is TRUE AND CORRECT. I 22 SC&L,: / vtccc ~+;)rc c* E f SIGNATURE TllLE OFFICE USE ONLY lkmset Date Issued Expiration Date SIC Ir Ordinance Rsstrih-m4 Certificate of lnsurdnce ‘, Tills ckinrK-.4n 15 15v 1.1) AS A 5btrt1 K (whtc IHMATIC~; os~y AND c0wws w RutiP c n>s iOl;-THE CERnrKArE #IoLDER nils ctxnkw~~~ IS ~01 AN tN?WRAN<‘t IWLK-Y AND DOES NOT Ah! F XTEND. OR ALTER THE COVERAGE AFIQRDFD 8-1 ME X5 IlSiTD IKUIW. This Is to certify that .r BLACK i VEATCH CORPORATION 1 Attn: Jim Clark Name and P 0 BOX 8405 +-- address of KANSAS CITY MO 64114 Insured. L- k l t the &W dale d his cenifrcefa hsured by the Canpuy undp 8~ poiky(ii) bted below. OOfWbns and is not altared by any reqwemenl. term wcon6lmn 64 uly ccntnd of other dccummt with mspecl lo rut& Utis cem$kZ. b3 * hi’ ‘rmr’ czdusions The insuranca aflo:zed ty UIO k!ed . TYPE OF POLICY WORKERS COMPENSATION 1 l/1/99 GENERAL LIABILITY 1 l/1/99 q OCCURRENCE q cuuMsMADE UTOMOBILE LIABILITY I 1 l/1/99 q OWNED q NONQWNED El HIRED mER DmloNAccoMMpcrs B&V Proposal # 90248.233 POLICY NUMBER WA2-64D-O04177-288 wC2-641-004177-038 RG2-641-004177-048 COVERAGE INCLUDES: CONTRACTUAL LIABILITY, BROAD FORM PROPERM DAMAGE, PRODUCTS/ COMPLETED OPERATIONS, XCU AS2-841-004177-028 LIMIT OF LJABIUTY i COVERAGE AFFORDED UNDER WC LAW ff THE FOLLOWUQ STATES: ALAK.AZ.CA,CO,CT, DC,FL,G4M1A.JLIN. KS, KY, LA, Mk MD, MI, , -.--... ily Injury By Dkeaee ~~~%czE@“* lp!g&+J General Aggregate - Dther than ProducWdom& Operations s2,ooo.ooo 1 &ducts/Completed Operations Aggregate I $1 ,ooo,ooo I Sodily tnjury and Properly Damage L&biily D-. i $1 ,ooo.ooo iiG&Tmco Personal Injury $1 ,ooo,ooo olher PerPerson/ j OlQanization f I I $1 .ooo,ooo Each Accident - Single Limit B.I. and P.D. Combined Each Person ! Each Accident or Dccunence( Each Accident or Occurrence Upon award of contract, the District and the City of Carlsbad will be included as an additional insured onthe General Liability and Automobile Liability Policies. I tW, Certi!icate expiration date is ~~0~s or exIended term. you rvin be notified if coverage is temGna!ed 01 reduced &fun, Iha cerldcate eltpiration dale. ‘Eau NoncE~IIo: ANY PERSON w-to. WITH WENT To DEFRAU) OFI lwow WT HE IS saurmffi A ‘AJCATION WRLE.SACWHOOHT~~B?G AFUSEOR- !PomANrNonceTGFLoRlDA STATEbENT lSGULTYOfWS~fRUR~~~~~~~~~~~ -lDERsANDcERnfcAlEHowERs: ~neSaEfnmcATEfoRANYRWOHPLEASEcoNTmYolmLocAAsuESPROWCER gg&ymwD~Rof~~TE TXE IN THE EVENT YOV~s~flfOU~DSll LFWMATION -TELocALSALESOFFKEhWUNGADoREsf lUYlnER IspuRs "!!iberty Mutual Group MAYAiSO8EoBTAI1sED8YC.ALLWG &?g-&fgynQ= (Nor AUUCAWElWLES8ANLMBEROfM~lS REmxETllElNsuRAwx EhTEREO BELOW.1 HFORDED-TNABoyEwUaESWTlLATlL4ST r Carlsbad Municipal Water District 4iii-l 5950 El Camino Real A-11 5iziFiF Carlsbad, CA 92008 AUTNORQED REPRESENTA3VE Overland Park, KS 913-648-5900 3-3-W l- I OFFICE PHONE NUMBER DATE ISSUED T!w cw-tiiicatz ii c~~~~-~::*l l-1 I IBER” L I \RX.+L GROCT IS respects such insurance 3s is aifrd4 by.- Thorz ~-??rp~~ BCYL R: ACOR& CERTIFICCLTE OF LIABILITY INSURPICE ---.--- 71 Lockton Companies P.O. Box 419351 Kansas City Ho 64141.6351 (913) 676.9000 ERTIFICATe IS ISSUED AS A MAlTER OF lNFORMATlON ONLY -NY bvr II*‘- ““YFERS NO RIGHTS UPON THE CERTlFlCATE HOLDER. THIS C :ERTIFICAlE DDES~ NOT AMEND, WEND OR ‘ERAGE AFFORDED BY THE POUCIES SELOW. INSURERS AFFORDING COVERAGE I I - 15217 BLACK 6 VEATCHCDRPDRATION INSURERA: ZURICH INSMUWCE COMPANY tYC* ,dCD 1. lNle "BERN PLAZA, NY.NY 10006) P oBoxB405 KANSAS CITY II0 64114 I At tn: Jim Clark THE f’OLlClE9 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAMDING ANY REOUREMENT. TERM OR CONDlTlON OF ANY CONTRACT OR OTHER DOCUMENT WlTH RESPECT TO WHICH THIS CERTIFICATE MAY BE lSSUED OR MAY pERTAW’4. THE lNSURANCE AFFORDED BY THE POLICIES DESCRlBED HEREIN IS SUKIECT TO AU. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH f’aJCIE9. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REOUCED BY PAID CLAIMS. Poucr NUMSER POLICY EFFECTfVZ NOT APPLICABLE A-ATE WIT APPLIES PER: POUCY uPlRAnom LwlrE EACH OCCURRENCE 18 xxxxxxxxxx FIRE DAMAGE IAw m trd 8 xxxxxxxxxx MEOEXP~WPUSWd 8 xxxxxxxXXX PERSONAL (L AOV INJURV * xxxxxxxxxx GENERAL AGGFtEGATE * xxxxxxxxxx I FROOUCTS - CoMP/oP AGG 0 xxxxmxx NLDwNEDAuTGs ScHBlLlLEo AUYDS HIRED AUTOS NOKOWNEO NJTGS CIAIHS MAOE COVERAGES 23C I B OF OPERAT~ONSAOCA~~ONSNE NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE B&V Proposal # 90248.233 NOT APPLICABLE EOC-8078200-04 11/01/98 :LES/EXCWSlONS AOOEO 111 ENOORSEMENTISF’EClAl PROVISION I i * xxxxxxxxxxx AUTO ONLY - EA ACCIOENT i 8 OTHER l-MAN EAACCi8 AUTO ONLY: .C& I 1 EACH OCCURRENCE 18 xxixxxxxxxx AGGREGATE I * xxxxxxxxxxx !C WC STATU OlU EL EACH ACCIOENT I* xxxxxxxxxxx LL DISEASE - EA EMROVE i # -XXX E.L osWE - POLICY UMIT ! 0 xxxxxxxxXXX $1.000.000. Em UAIH AND 11/01/99 IN THE ANNUAL AGGREGATE FORALL PROJECTS CERciFlCAlE HOLDER AOOITIONN WSURED: INSURER m 349464 Carlsbad Municipal Water District 5950 El Camino Rest Carlsbad, CA .92008 I ACORO 25-S (7/97l CANCELLATION SHOW.0 AHY OF THE ASOVE OESCRISEO POLJCIES SE CANCEUB SEFGRE THE EXFKATlON OAYE THEREGF. THE ISSUING INSURW WlU ENOF4VOR TO MM - 30 OAYSNPJITEN ~TICETO~CWIlFlWrrH~IUMU)TOTHE~.RnFM~TOWSO~ UPGSE NO GSIJGATION OR UASIUTV GP ANV KIN0 UPON THE CLfllRBL ITS UiQm OR REPRESENTATIVES. AUlHORlZEOREPRESBTT*fM CORPORATION I 988 AGREEMENT THIS AGREEMENT is made and entered into as of the 11 th day of May , lg.,% 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 JOHN POWELL & ASSOCIATES, a California corporation, hereinafter referred to as “Contractor.” RECITALS District requires the services of an enaineerinq Contractor to provide the necessary enaineerino desian services for preparation of a preliminarv desion reoorts for oioelines. reservoirs, and oumpina stations for the new Carlsbad Water Reclamation Facilitv and exoansion of the Meadowlark Water Reclamation Facilitv. CMWD Proiect No. 98-301; 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 Refer to Exhibit “A” attached hereto and made a part hereof. Rev. 08/I 7198 2. DISTRICT OBLIGATIONS A. The District shall provide all available master plan reports. B. Make operations and engineering staff available. C. Provide any plans and specifications of the Encina WRP and Meadowlark WRP. 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 three hundred sixtv-five /365) [we&in&alendar] 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 $195.000. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District resewes 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. 08/I 7198 - 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) vear from date thereof. The contract may be extended by the Executive Manager for one (1) 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 within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within seven (7) days of completion and approval of the District Enaineer the Contractor shall deliver to the District the following items: Five copies of the final preliminary Design Report for the new pipelines, reservoirs, and pump stations for the new Carfsbad Water Reclamation Facility and the Meadowlark Water Reclamation Facility. 6. 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 3 Rev. 08/17/98 i’ prepared by the District and approved by the District according to the procedures described in Carlsbad Municipal Code Section 328.172. 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. 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 4 Rev. 08/l 7/98 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 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 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. 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 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 5 Rev. 08/l 7198 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 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. v 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. fY .- initial 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 6 Rev. 08/I 7198 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 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. 7 Rev. 08/l 7198 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 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 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 Carisbad 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 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. 8 Rev. 08/l 7/98 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 Contractor’s 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 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 9 Rev. 08/l 7198 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, successors, 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 Districts 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 acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 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 10 Rev. 08/l 7198 3 c do business in the State of California. The insurance carder 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. 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. 11 Rev. 08/17/98 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 and the City of Carlsbad shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional 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 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. 12 Rev. 08/17/98 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 Name Address Title Name Address Architect/License Number: Architect/License Number: 27. BUSINESS LICENSE William E. Plummer, District Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 John Powell, P. E., President John Powell & Associates 175 Calle Magdalena, Suite 101 Encinitas, California 92024 Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 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 13 Rev. 08/17/98 i 3 - 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 day of ,19-. CONTRACTOR: JOHN POWELL & ASSOCIATES, INC., a California corporation (name fif contractor) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsjdiary District of thflity of JMN M. POWELL, P. E., President (print name/title) ATTEST: Bv: (sign here) (print name/title / h&rHA I.&~AMENKJ&#Jz, Secretary u 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 RONALD R. BALL CMWD 98-301 14 Rev. 08/17/98 STATE OF CALIFORNIA 1 COUNTY OF s., n; c 5L ; “’ hnt.~, I? 1944 before me, %AA (h _ MA~QJ -Y\O+~~,M DATE ’ NAME ANIb TITLE OF OFFICER 0 personally appeared l-n. Qawrl~ NAME(S) OF SIGNER(S) ersonally 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/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) 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. Fe-‘” I II T I ,JLL m tkr b. mLA-2 SIGNATURE OF NOTARY (This area for official notary seal.) Title or Type of Document Date of Document Signer(s) other than named above No. of Pages CMWD 98-301 06/l 4/95 Rev. EXHIBIT A SCOPE OF WORK ENCINA BASIN PHASE II RECYCLED WATER DISTRIBUTION SYSTEM STUDY I. SCOPE OF WORK The following scope of work describes the basic services to be performed as part of the preliminary design report for the Encina Basin Phase II Recycled Water Distribution System Expansion for the Carlsbad Municipal Water District (District). A. DESIGN CRITERIA EVALUATION The design criteria evaluation will consist of a review of recycled water system operational and design criteria and an assessment of Phase I system operations. Recommendations will be provided for any new criteria. 1. Gather and review background information including previous Master Plans, recycled water system studies, pipeline record drawings and design reports prepared since the last Master Plan. 2. Review existing general system design criteria for pressure, pipelines and pump stations used for the existing Phase I system. Meet with District’s operational staff to discuss and evaluate normal system operations and emergency scenarios. Recommend design criteria modifications and/or additional criteria for Phase II system. 3. Evaluate recycled water operational storage criteria and determine adequacy of available storage based on identified demand usage in the 1997 Carlsbad Recycled Water Master Plan (CRWMP), reassessment of market demand (Task B below), and discussions with the District’s operational staff. John Powell & Associates, Inc. in association with Page 1 of 14 March 17, 1999 Cathcart Garcia von Langen Engineers B. MARKET ASSESSMENT This task will review the existing and potential recycled water demands in the service area. In general, the largest recycled water consumers will determine the delivery system pipeline alignment and requirements. Therefore the strategy will be to concentrate on the largest recycled water consumers. In addition, smaller recycled water customers may not be cost effective to serve if significant pipeline extensions are required to serve them. Criteria will be established to assist the District in determining the most cost effective customers to serve. 1. Review and update the recycled water demand for existing Phase I customers by reviewing water meter records to determine average annual and peak water usage and the location of existing customers. 2. Review and update the potential recycled water demand for the ten largest Phase II customers. Reaffirm commitment and readiness to accept recycled water by initial calls to the consumers, followed by written correspondence. Identify any of the ten largest consumers which still require significant on-site retrofits (new meters, backflow preventers, recycled/potable water system separation, etc.) and estimate probable cost. 3. Obtain updated digital map of existing irrigation meters from the District and modify to indicate meter location and account number. Identify any potential new customers based on new development and proposed land planning since the 1997 CRWMP. 4. Relational Database a. Create a Microsoft Access 97 relational database for recycled water customer data. The database will include an estimated three input forms and two output reports. The three input forms will include fields for customer service/accounting, scheduling, and engineering data. The output reports will include summary use data and network modeling data, the latter for interface with computerized network modeling software. Customer data fields will include the following for each irrigation service: . unique database identification number . irrigation account number . irrigation meter number John Powell & Associates, Inc. in association with Page 2 of 14 March 17, 1999 Cathcart Garcia von Langen Engineers . . . . . . . . . . . . irrigation meter and use site location pipe segment number District type of use SWRCB type of use customer and related entity names and addresses planning and construction schedule milestones on-site facility status system expansion phase estimated on-site retrofit costs average annual demand peak demand service pressure b. Input existing and selected future (Phase II) recycled water customer data into the created Access database. Phase II data selection will be based on the larger- demand customers determined in other subtasks. It is assumed that the bulk of available data for existing and future services will be in a digital form, such as an Excel spreadsheet, for direct input into Access. Data for future services, derived during the course of other task work, will be manually entered into the created Access input forms. C. HYDRAULIC ANALYSIS Extended period hydraulic simulations will be performed with a calibrated HzONET model of the existing recycled water system to identify any system deficiencies. The hydraulic model will be expanded and iterative simulations run to develop the Phase II and Ultimate recycled water systems. 1. Existing System Analysis a. Gather data for model development including record drawings of existing pipelines and pump stations, operational controls, valve settings, and reservoir piping and operating levels. b. Develop the existing recycled water model using H20NET. The model will include the El Camino Pump Station, “D” Tanks, and alI supplied pipelines &inches diameter and larger. Six-inch diameter pipelines will be included where important system looping occurs. Pipe John Powell & Associates, Inc. in association with Cathcart Garcia von Langen Engineers Page 3 of 14 March 17, 1999 lengths will be determined from record drawings or estimated from digital maps. The model will incorporate existing recycled water demands and a diurnal water demand curve will be developed under the assumption that recycled water will generally be delivered between 10 pm and 6 am. Node elevations wilI be determined from the City’s potable water HzONET model. C. Verify model by selecting a short time period to obtain calibration data. Data wilI include treatment plant flows, reservoir levels, pump station operations, supplemental potable water flow rates (if applicable) and recorded flows/pressures. Determine demand peaking factors during the calibration period and perform a 24-hour extended period simulation. Compare collected data with simulation results and modify model, if required. d. Review potable water and reclamation facility delivery records to estimate maximum day Phase I demands. Develop a maximum day peaking curve. e. Perform a 24-hour extended period simulation with maximum day demands. Produce a color map to illustrate results and document any system deficiencies based on the revised design criteria. 2. Phase II/Ultimate System Analysis a. Expand the existing system H20NET model to create the Phase II recycled water model. It is anticipated that two pressure zones will be required. The model will incorporate Phase II recycled water demands and proposed recycled water facilities identified in Figure 1 of the RFP. Initial pipeline alignments and diameters will be input based on the results of Task D. b. Perform 24-hour extended period simulations with maximum day and maximum month demands. Assume Phase II capacity flows from the Meadowlark WRF and future Carlsbad WRF and maximize flows from storage tanks. Based on demand data provided in the RFP, demands will exceed the supply for these simulations. Therefore analyze both demand scenarios with 1) John PoweII & Associates, Inc. in association with Cathcart Garcia von Langen Engineers Page 4 of 14 March 17,1999 additional supply from the potable water system introduced at the “D” Tanks, and 2) additional supply from Mahr Reservoir, assuming it is available to provide seasonal storage. Determine booster pump station operating conditions. C. A series of peak-hour steady-state simulations will be made to refine the distribution piping. The product of this task will be a recycled water system which minimizes new piping and meets design criteria while providing an acceptable level of system redundancy. Operation of a modified El Camino Pump Station will be investigated as a potential facility to reduce new piping (discussed further in Task E.l). d. Input ultimate demands and expand the Phase II model to create an ultimate system model. A new booster pump station wilI be required to supply a third pressure zone and a pump station at Lake Calavera will be required to supply seasonal storage. Perform maximum demand extended period simulations and determine operating conditions for the Carlsbad WRF effluent pump station, the booster pump stations, and ultimate required flows from the seasonal storage reservoirs. To facilitate project phasing parallel pipes will be recommended to increase the capacity of major delivery pipelines from the Carlsbad WRF. Determine which distribution pipelines should be upsized in the Phase II system based on ultimate demands. e. Investigate phasing for the seasonal storage reservoirs. Determine the maximum system demand that can be supplied from only the Mahr Reservoir. Modify the ultimate model assuming Lake Calavera never becomes part of the system and additional seasonal storage is provided from the potable water system. The model will also be run without the Santa Fe Tank (additional operational storage to come from Mahr Reservoir and/or Lake Calavera) to evaluate its performance and affect on pipe sizes. John Powell & Associates, Inc. in association with Page 5 of 14 March 17,1999 Cathcart Garcia von Langen Engineers f. Prepare a color map illustrating the recommended Phase II and Ultimate system recycled water pressure zones, major facilities and distribution system. 3. Water Quality Analysis. Water quality in a distribution system is directly related to the age of water in pipelines and storage tanks. The water quality investigation will provide a screen evaluation of the Ultimate distribution system. Results of this analysis will determine areas susceptible to water quality problems due to poor circulation in pipelines or excessive detention time in storage tanks. a. Modify the Ultimate model to analyze the age of water in a distribution system. Develop and input a 24-hour demand curve corresponding to minimum month demands. Modify pump station controls and eliminate inflow/discharge from seasonal storage facilities. b. Perform age of water analysis and carry out simulation until equilibrium has been reached, usually within two to three weeks. Recommend additional pipeline looping or changes in operational procedures to reduce water residence time in the distribution system. Document results on a water system map. C. Modify the water quality model to trace the mineral content (measured as TDS) of recycled water from the Meadowlark and Carlsbad WRFs throughout the distribution system. D. PIPELINE ALIGNMENT EVALUATION In conjunction with the modeling effort described in Task C-2, this task wilI identify potential pipeline alignments for the Phase II recycled water facilities. 1. Perform field reconnaissance of planned customers, existing meter locations and pipeline alignment alternatives. 2. Identify pipelines in the CRWMP serving the ten largest potential Phase II customers and investigate alternative pipeline alignments to serve these users. Existing recycled water pipelines will be incorporated into the ultimate system John Powell & Associates, Inc. in association with Cathcart Garcia von Langen Engineers Page 6 of 14 March 17,1999 and new pipelines will be placed in existing roads to the maximum extent possible. Pipeline alignments will be evaluated on rough capital costs, traffic impacts, environmental impacts, business impacts and community impacts. E. PUMP STATION EVALUATIONS This task incorporates the issues dealing with the pump stations for the Phase II and Ultimate recycled water system. 1. El Camino Pump Station a. In the Phase II and Ultimate systems the El Camino Pump Station may be utilized to supply the intermediate zone. Determine the operating criteria of the pump station in the Phase II and Ultimate systems from the hydraulic analysis (Task (3-2~). Discuss pump station operations with District operations personnel to identify any problems. b. Investigate if replacement pumps can be accommodated in the existing booster pump station. Included in this analysis will be an evaluation of the existing electrical system. C. Perform a preliminary cost analysis to determine whether it is most cost effective to replace pumps (if possible), construct a new pump station at the same site, or abandon the station. If a new pump station appears cost effective, preliminary pump station design requirements will be determined (operating point, number of pumps, suction/discharge piping, controls). 2. Future Booster Pump Station at “D” Tank Site a. Investigate the property ownership around the “D” Tanks. Confer with the District regarding the property best suited for the pump station site. b. Work in conjunction with the environmental consultant to determine if there are any “fatal flaws” with regards to environmental issues (visual, land use, biological resources, noise, or traffic). John Powell & Associates, Inc. in association with Cathcart Garcia von Langen Engineers Page 7 of 14 March 17, 1999 C. Develop preliminary landscape theme and architectural concept for the future booster pump station in conformance with the City of Carlsbad Planning Department requirements. The architecture will be similar to the surrounding neighborhood and landscape theme will be based on drought resistant plants. d. Based on the hydraulic analysis recommend the number of pumps for the Phase II and ultimate pump station. Prepare preliminary site layout including surrounding topography, access road, and pump station footprint. Prepare two pump station elevations with preliminary architectural and landscape treatments. Existing digital topography will be used for preliminary layouts. 3. Carlsbad WRF Effluent Pump Station. Provide recommended flow and pressure design criteria for the effluent pumping station to be constructed as part of the Carlsbad WRF. Provide operating criteria based on system start-up, Phase II, and Ultimate demands. 4. Determine the preferred location for future booster pumping stations in the ultimate system. F. RESERVOIR EVALUATION 1. Analyze and quantity seasonal storage requirements in light of seasonal supply and demand projections for the Phase II and Ultimate Systems. Obtain record drawings on Mahr Reservoir and Lake CaIavera. Investigate the existing condition of the reservoirs and identify any limitations in usable recycled water storage based on hydraulics. 2. Quantity diurnal storage requirements for the Phase II system using a supply/demand/storage spreadsheet model. 3. Review alternatives for using Mahr Reservoir, including reallocating funds for other facilities, recirculation, aeration, lining and covering the reservoir, and nutrient removal at Meadowlark Water Reclamation Facility (WRF). Advantages of fixed and floating covers will be evaluated. John Powell & Associates, Inc. in association with Page 8 of 14 March 17,1999 Cathcart Garcia von Langen Engineers 4. Recommend other improvements to Mahr Reservoir to maintain recycled water quality and improve site access. Prepare a site plan illustrating the improvements, which will include as a minimum a paved road around the reservoir and landscaping at the site entry. 5. Prepare a draft preliminary design report on the rehabilitation of the Mahr Reservoir. The report will include recommendations on monitoring water quality, an evaluation of the interior for lining and cover material, and design criteria for recommended improvements. Include an opinion of probable construction cost and time schedule required for the rehabilitation effort. 6. Incorporate preliminary findings and drawings prepared by the District for an artificial wetlands at Lake Calavera. Develop outlet tower design criteria to convey recycled water into and out of Lake Calavera. Use existing topographic information and parcel data information to recommend the location of the pump station and determine proposed pipeline alignment. Further discuss Lake Calavera wetlands options with other consultants and agencies and investigate if there are any environmental concerns regarding the proposed improvements. G. COORDINATION This task encompasses coordinating the agencies and other consultants that may work on preparing CEQA documentation or preliminary design of the recycled water treatment facilities. 1. Identifjr the environmental concerns and permits necessary for the implementation of the pipeline, pump stations and reservoir rehabilitation construction. These permits may include, but are not limited to, construction related permits, variances, fish and game permit, Army Corps permit, Coastal Commission approval, and State regulatory agencies, including Health Department and Safety of Dams. 2. Identify institutional requirements with Vallecitos Water District, Olivenhain Municipal Water District, Vista Irrigation District and Leucadia County Water District. John Powell & Associates, Inc. in association with Page 9 of 14 March 17,1999 Cathcart Garcia von Langen Engineers 3. Coordinate with other consultants retained to prepare the Carlsbad and Meadowlark WRF preliminary expansion designs, and CEQA documentation. Provide information needed for CEQA, and if required for finding, NEPA-like compliance. 4. Coordinate with and provide assistance to other agencies and consultants, when necessary. H. OPINION OF PROBABLE COST An opinion of probable construction cost will be prepared under this task for recommended Phase II and ultimate facilities. Operation and maintenance costs for the reservoir improvements and pump stations wilI be provided. 1. Prepare an opinion of probable construction costs for: a. Identified Phase II and ultimate pipelines and appurtenances b. Identified Phase II and ultimate booster pump stations Cost estimates for the pipelines will be based on unit cost. Cost estimates for pump stations will be based on conceptual design. Recommend a reduced Phase II System should cost estimates exceed the District’s budget. 2. Prepare an opinion of the annual operation and maintenance cost for the recycled water pump stations and reservoir improvements. I. REPORT PREPARATION The report to the District will consist of a series of reports comprising this Scope of Work. 1. Encina Basin Phase II Recycled Water Distribution System a. Prepare the Encina Basin Phase II Recycled Water Distribution System Study. This study would encompass investigations completed in Items A to E, G, and H of this Scope of Work. John Powell & Associates, Inc. in association with Page 10 of 14 March 17,1999 Cathcart Garcia von Langen Engineers b. Prepare five draft copies of report for review by the District staff. Written responses to staff comments will be prepared and comments incorporated into a final report. Five copies of the final report will be delivered to the District. 2. Preliminary Design Report for the Rehabilitation of Mahr Reservoir. Five copies of an initial draft prepared in Item F.5 will be sent for review by the District and VaIlecitos Water District staff. Written responses to staff comments will be prepared and comments incorporated into a final report. Five copies of the final report wiU be delivered to the District and the Vallecitos Water District. J. PROJECT MANAGEMENT Project management is an essential component to the completion of the Scope of Work items in a timely manner and within budget. Project management includes meeting attendance, budget tracking, and correspondence with the District and other agencies/consultants. 1. Meetings. a. Prepare for and attend up to six project meetings. These meetings are envisioned to be a kick-off meeting, evaluation of criteria, market assessment, model development and results, pipeline alignments, and review and discussion of deliverables. b. Prepare meeting minutes for distribution and comment. C. Prepare for and conduct one presentation to the District Board and City Planning Commission. d. Prepare for, attend, and report on two meetings with Vallecitos Water District. 2. Project Management. Prepare correspondence, track budget, and quality control and quality assurance. John Powell & Associates, Inc. in association with Page 11 of 14 March 17,1999 Cathcart Garcia von Langen Engineers K. FINANCIAL ASSISTANCE (OPTIONAL SERVICE) This task includes assistance to the District in securing State Water Resources Control Board (SWRCB) loan funding for Phase II facilities capital expenses. This task requires separate authorization by the District prior to initiating any work. A suggested scope of work is as follows: 1. Application Preparation a. Assist District staff in preparing a loan application to the SWRCB State Revolving Fund (SRF) program. This will involve assistance with the several attachments required by the SWRCB application form, which include the following: . integrated summary loan project description l SWRCB-format monthly and hourly supply/demand/storage analyses l SWRCB-format economic analysis l SWRCB-format draft revenue program l loan project schedule from loan application through construction This will also involve evaluation and documentation of loan-required items prepared by the District or others, which include the following: l District Council actions 0 project permits . real property acquisitions . source of supply and other institutional agreements necessary for project implementation . recycled water user assurances l water rights It is assumed that required loan graphics will be derived from the District digital bases or cut-and-paste from available District documents. b. Participate in two loan-specific meetings with District staff (1) data review, procedure definition, task coordination and responsibilities; and (2) SWRCB staff coordination, to be scheduled early in the application preparation process. It is assumed that both meetings will be held at District offices in Carlsbad. John Powell & Associates, Inc. in association with Page 12 of 14 March 17,1999 Cathcart Garcia von Langen Engineers 2. Application Processing. Assist District staff in processing the SRF loan application through the SWRCB. a. b. Coordinate critical project issues with SWRCB staff. Submit one copy of a draft application package for District review. C. Submit three copies of the final application package for SWRCB staff review, and one copy to District for records. d. Assist District staff respond to informal SWRCB staff questions, assist District staff prepare written response to formal SWRCB comments letter, and assist District staff review resulting loan contract. II. DISTRICT FURNISHED SERVICES The following services or information will be provided by the District. A. B. C. D. E. Copies of previous Master Plans, relevant reports and studies, drawings, correspondence, and other relevant information or data. AutoCAD drawing of irrigation meter locations updated through May 1996. It is assumed that meter account numbers and locations are on a separate layer in the drawing so that the data can be easily accessed and imported into H20NET. District will locate alI new irrigation meters since May 1996 and update the AutoCAD drawing. Existing potable water system HzONET computer model, including AutoCAD base map and database files. SCADA data for existing reclaimed water system indicating reservoir water levels, pump station operating data, and flow rates through the potable water connection at the “D” Tanks. It is assumed that this data will be provided as a continuous readout over selected 24-hour periods. F. Digital’site topography at proposed pump station sites. John Powell & Associates, Inc. in association with Page 13 of 14 March 17,1999 Cathcart Garcia von Langen Engineers G. H. Data to support financial application preparation and processing. The District through the City of Carlsbad will conduct environmental reviews and prepare documentation. III. ADDITIONAL SERVICES If requested by the District, Powell will provide the following Additional Services beyond the services included in Section I, Scope of Services. A. B. C. D. E. F. G. H. Attendance at additional meetings other than those specifically identified in Section I. Additional market assessment database input or retrofit cost estimates beyond the select Phase II customers. Onsite retrofit system design and Health Department processing for specific users. Additional evaluation of Mahr Reservoir as requested by Vallecitos Water District. HzONET computer model training on the recycled water system. Additional recycled alternative analyses beyond the level of effort defined in the Scope of Services Section I - Task C. Renderings of pump station buildings, Mahr Reservoir and other improvements requiring the services of a landscape architect and/or architect. Water quality or computational fluid dynamic (CFD) modeling of the Mahr Reservoir. MBE:kk John Powell & Associates, Inc. in association with Page 14 of 14 March 17,1999 Cathcart Garcia von Langen Engineers .- RESOLUTION ADOPTED BY UNANIMOUS WRITTEN CONSENT OF DIRECTORS OF JOHN POWELL & ASSOCIATES, INC. A California Corporation The undersigned, being the only members of the Board of Directors of John Powell & Associates, Inc., A California Corporation, do by this writing, consent to take the following actions and adopt the following Resolutions without a formal meeting of the Board: Be it resolved that: John M. Powell, in his capacity as President, has the authority to contractually commit the corporation without prior knowledge, consent or action of the Board of Directors. We direct that this consent by filed with the Minutes of the proceedings of the Board of Directors of the corporation. This unanimous written consent is executed pursuant to section 307(c) of the Corporations Code of the State of California, U.S.A., and the Bylaws of the corporation, which authorize the taking of action by the Board of Directors by written unanimous consent without a meeting. s Dated: 4/7/w- Dated: 6/7 19 7 Dated: -JQw- : ‘2, . . ,:,.;L~~~~-.EMERGENCY CW$C.TS!;‘,,.; ; . y i, i+-&‘r ,<; .y+v, __‘, ( -6:: f’ ‘. .: ..,” ,. -: - :G:<.-.. : ;...-: ‘, .’ ; ,*. ; POUELL, JOHN M. 175 UILSTONE AU ENCINIT4.S, CA : : * POUELL, ROkY ‘G. 1824 !!ILSTONE AV ENCINITAS, CA CORP. OFFICER 92024 760-442-l 803 .: ‘,L ,.a; ..;.,.‘i.. ..,, *’ COkP. OFFICE 92024 760-942-l 803 .’ .....; ;. ‘. : JOHN i’OUELL 0 ASSOCIATES, INC. 175 CALLE MAGDALENA #lO 1 ENCINIT’AS, CA 32024 FEE-SCHEDULE PB SUWECT TO REVOCATION BY THE GIN COUNCIL ‘ROOlKER Michael Ehrenfeld Company 2655 Camino Del Rio North, Suite 200 San Diego, CA 92108 (619) 683-9990 Fax (619) 683-9999 License #OS37922 THIS CERTIFICATE IS ISSUE0 AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW I COMPANY COMPANIES AFFORDING COVERAGE A American Motorists Insurance Company USURW John Powell & Associates, Inc. 175 Calle Magdalena, Suite 101 Encinitas, CA 92024 , 36 COMPANY 0 American Motorists Insurance Company COMPANY C American Motorists Insurance Company . - COMPANY D Continental Casualty Company THIS IS TO CERllFY THAT THE POLlClES OF INSURANCE USTED BELOW HAVE BEEN &SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER00 LNCXATED. NOTWlTHSTANDlNG ANY REQUIREMENT. TERM OR CONOlTtON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE lSSUE0 OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LiMlTS SHOWN MAY HAVE BEEN REDLJCEO BY PAID CIAIMS. % ( ~,,~~~Fl?$SUftANCE WLICY NUMBER x -GmERuuAaurY A FP CuIpIMof XoauR cl x OHMRSL -0Rs PRol x Con-lLlatility 7JW30520301 7JW3052030 1 7JW30520301 02/03/l 999 7CW30532500 09/01/l 998 AENl13780458 02/03/l 999 EXCESS uABluTY x mmimlAFoRA4 omERlwNcuBRELlA WORKERS COMPENSATt0N EMPLoYERslJABluTr c mE-~ PMWCLJllVE OFFICERS ARfZ OTHER D PROFESSIONAL LIABILITY IE-oFOPERATK)NYLOCATIONY YlCLES/SPEClAL flEMs tE: ALL OPERATIONS POLICY EFFECWE DATE (MW00IY-Y) 02/03/l 999 02/03/l 999 acy EXPIRATION DATE (MMIGOMY) LIMITS GENERAL AGGREGATE f2,000,000 02/03/2000 PROOUCTS - CCMPfOP AGG 2.000,000 PERSONAL & AOV INJURY 1 .ooo,ooo EACH OCCURRENCE 1.000.000 FIRE DAh4AGE (Any one fire) 100.000 ME0 EXP (Any one person) 10,000 I COMBINED SINGLE LIMIT I $1,000,000 EOOILY INJURY 02/03/2000 (‘=’ “-) OTHER THAN AUTO ONLY: I EACH ACClOi3-d I AGGREGATE1 EACH ACCIOENT $1,000,000. 02/03/2000 AGGREGATE 1 ,ooo.ooo. :ERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABIUTY AS PER FORM BP8662 ATTACHED notice of canceltation in the event of non-payment of premium. Sl-KXJLO ANY OF THE ABOVE OESCRlBED POLICIES BE CANCELLED BEFORE THE CITY OF CARLSBAD EXPIRATION DATE THEREOF, THE ISSUING C-ANY WILL -MAIL Al-t-N: RUTH FLETCHER 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LER. 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 ’ /lE ARCHITECTS AP -) ENGINEERS PROGRAM L-DORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESSOWNERS POLICY A. Additional Insured The following is added to paragraph C., WHO IS AN INSURED, of the Businessowners Liability Coverage Form, BP 71 08: All persons or organizations on file with the company as Additional lnsureds are also an in- sured, but only with respect to liability arising out of your ongoing operations for that insured. loss, any or all right of recovery against any party for a loss occurring. How- ever, the insured must do nothing after a loss to impair these rights. At our re- quest, the insured will bring “suit” or transfer those rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage. B. Primary Coverage b. After a loss you may waive your rights against another party in writing, only if, at the time of the loss, that party is one of the following: With respect to claims arising out of the opera- tions of the Named Insured, such insurance as afforded by this policy is primary and is not ad- ditional to or contributing with any other insur- ance carried by or for the benefit of the above Additional Insureds. A business firm: C. Waiver of Subrogation 1) Owned or controlled by you; or 2) That owns or controls you. 5. Notice of Cancellation Paragraph 2., of the TRANSFER OF RIGHTS OF 1. If we cancel this policy for any reason other RECOVERY AGAINST OTHERS TO US condi- than nonpayment of premium, we will mail tion, of the Businessowners Common Policy written notice at least 30 days before the Conditions, BP 71 10, is deleted and replaced effective date of cancellation to the Addi- by the following: tional lnsureds in paragraph A. above. 2. Applicable to Businessowners Liability Cov- erage: a. If the insured has rights to recover all or part of any payment we have. made under this policy, those rights are transferred to us. This insurance shall not be invalidated should the Named Insured waive in writing, prior to a 2. If we cancel this policy for nonpayment of premium, we will mail written notice at least 10 days before the effective date of cancellation to the Additional. lnsureds in paragraph A. above. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. BP 86 62 (Ed. 09 96) Printed in U.SA. 1 2 3 4 5 6 7 8 9 10 11 ,18 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1049 A RESOLUTION OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF CARLSBAD, CALIFORNIA, FOR APPROVAL OF CONTRACTS WITH BLACK & VEATCH AND JOHN POWELL & ASSOCIATES AND APPROPRIATION OF FUNDS TO PREPARE PRELIMINARY DESIGN REPORTS ON THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT, CMWD 98-301 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, has determined it is necessary and in the public interest to enter into two agreements on file in the City Clerks Office, one agreement between Black & Veatch and Carlsbad Municipal Water District for a preliminary design report for the treatment facilities and one agreement between John Powell & Associates for a preliminary design report for pipelines, reservoirs and pumping stations for ‘the Encina Basin ’ Water ,‘. “Reclamation Program, Phase II Project, CMWD 98-301; and .’ WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California, approves and authorizes the execution of the two agreements for preliminary design reports for the Encina Basin Water Reclamation Program, Phase II Project, CMWD 98-301; and WHEREAS, the District requested proposals for preliminary design services for the Encina Basin Water Reclamation Program, Phase II Project, CMWD 98-301, and received three (3) proposals for a preliminary design report for treatment facilities and received six (6) proposals for a preliminary design report for pipelines, reservoirs, and pumping stations; and WHEREAS, the District engineering staff reviewed the proposals and recommends the proposals received from Black & Veatch for a preliminary design report for treatment facilities and the proposal received from John Powell & Associates for a preliminary design report for pipelines, reservoirs, and pumping stations as the most responsive, competent, and at a reasonable price; and 1 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 WHEREAS, the proposed amounts of $300,000 from Black & Veatch and $220,00 of John Powell & Associates are available in the Fiscal Year 1998/99 Budget, therefor, there are sufficient funds available for this project. NOW, THEREFOR, BE IT RESOLVED, by the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, California as follows: I. That the above recitations are true and correct. 2. That the proposals by Black & Veatch with an amount of $300,000 for a preliminary design report for the treatment facilities and by John Powell & Associates with an amount of $220,000 for a preliminary design report for pipelines, reservoirs and pumping stations are accepted and approved. 3. That the funds in the amount of,$520,00 from the Fiscal Year 1998/99 Budget ’ : I : I . . Water Capital Replacement Fund are hereby appropriated, and ,the Finance Director is directed to make the appropriate entries.’ ill l/i I// Ill Ill /iI l/l /it /it I// Ill Ill ill 2 - 1 2 3 4 fi Y 6 7 E S 1c '11 12 12 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4. That the President is authorized and directed to execute both agreements, one between Black & Veatch and Carlsbad Municipal Water District for a preliminary design report for the treatment facilities and one between John Powell & Associates and Carlsbad Municipal Water District for a preliminary design report for pipelines, reservoirs and pumping stations for the Encina Basin Water Reclamation Program, Phase II, CMWD 98-301. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District of Carlsbad, California held on 11 th day of May I 1999, by the following vote to wit: AYES: Board Members Lewis, Finnila & Nygaard NOES: None ABSENT: Board Members Hall & Kulchin/ ATTEST: KAREN R. KUNDTZ, Assistant Secretary (SEAL) CMWD 98-301 R:\CMWD\Engineering\BlLL\98-301 Res Encina Basin De.sign.doc 3 A. City of Carlsbad May 17,1999 Black & Veatch Corporation James H. Clark, V.P. 6 Venture, Suite 315 Itvine, CA 92618024 AgREEMEN FOR PREUMINARY DESIGN REPORT FOR TREATMENT FACliirlES FOR ,I ENCIbtA BASIN WATER RECLAMATION PROGRAM PkUiSE-If, PROJECT NO. CMWD 98401 Enclosed for your reference are copies of Carlsbad Municipal Water District Agenda Bill no. 441, and Resolution 1049. These documents went before the Water District Board on May 11, 1999, where the Resolution was adopted. Also enclosed is a fully executed original agreement for your files. If you have questions concerning your project please contact Mr. Bob Greaney, in the Water District, at (760) 438-2722. Kathleen D. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 * (760) 434-2808 a9 May 17,1999 John Powell & Associates Mr. John Powell, P.E. 175 Calle Magdalena, Ste. 101 Encinitas, CA 92024 AGREEAljENT’FdR Pk&lMINARY DESIGN REPORT FOR PIPELINES; RESERV’OIRS~AND PirrMPlNG STATIONS - ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II. PROJECT NO. CMWD 98&l Enclosed for your reference are copies of Carlsbad Municipal Water District Agenda Bill no. 441, and Resolution 1049. These documents went before the Water District Board on May 1 I, 1999, where the Resolution was adopted. Also enclosed is a fully executed original agreement for your files. If you have questions concerning your project please contact Mr. Bob Greaney, in the Water District, at (760) 438-2722. Kathleen D. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 * (760) 434-2808 a9