Loading...
HomeMy WebLinkAbout2000-10-03; Municipal Water District; 490; Encina Basin Water Reclamation Program Phase IIL-i ! L & t f I _ illi .- 1_ FACILITY FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT. CMWD PROJECT NO. 98-301 1 RECOMMENDED ACTION: Adopt Resolution No. 109 ‘$ to approve and authorize an application for a loan and grant from the California State Water Resources Control Board for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. 1 Oq q to approve and authorize dedication of a revenue source for Carlsbad Municipal Water District’s repayment of the California State Water Resources Control Board Loan and dedication of a capital reserve fund for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. \ \ 0 0 to approve and authorize an application for Local Match (Zero-Percent) Interest State Revolving Fund (SRF) Loan, for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. \\o \ to approve and authorize a loan application from the California WateReuse Finance Authority’s Variable Rate Borrowing Program for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. \\oa t o approve and authorize submittal of a grant application to the U.S. Department of the Interior, Bureau of Reclamation for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. \ \o 3 to approve and authorize an application to obtain a rebate from the San Diego County Water Authority’s Reclaimed Water Development Fund for Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. \Kw to approve and authorize an application to obtain a grant from the Federal Environmental Protection Agency for the Encina Basin Water Reclamation Program, Phase II Project. Adopt Resolution No. to approve and authorize engineering services agreement \ \ 0 c with Black & Veatch Corporation for the final design of the Carlsbad Water Recycling Facility, CMWD Project No. 98-301. ITEM EXPLANATION: . . p 2 iii 8 The Encina Basin Water Reclamation Program, Phase II Project (Phase II), will be able to supply up to 8 mgd of advanced tertiary treated recycled water to meet irrigation demands and industrial uses in Carlsbad. The recommended Phase II Project consists of the following major elements: 0 A new 4 mgd advanced ‘tertiary treatment facility using secondary effluent from the Encina Water Pollution Control Facility. 0 A transmission and distribution system consisting of approximately 100,000 feet of pipelines ranging in size from 4 inches to 24 inches in diameter. Pa9e 2 of Agenda Bill No. * l Three new booster pumping stations. 0 Improvements to the existing Mahr Reservoir to maintain the quality of the stored water. 0 An increase in supply capacity from 0.75 mgd to 2.0 mgd from the existing Gafner Water Reclamation Facility and using the existing 2.0 mgd from the Meadowlark Water Reclamation Facility. On January 25,2000, the Board approved an agreement between the Carlsbad Municipal Water District and Metropolitan Water District to obtain a $21O/AF rebate for the Phase II Project. Since that time, staff has completed a financing plan potentially utilizing a low-interest loan and grant from the State Water Resources Control Board (SWRCB), plus a loan from the WateReuse Authority, a 25 percent project grant from the Bureau of Reclamation (BUREC), a rebate from the San Diego County Water Authority (SDCWA), and a $500,000 grant from the Environmental Protection Agency (EPA). To obtain the loans and grants from the SWRCB requires a resolution granting formal authorization for staff to apply for the funds. Staff is similarly requesting approval to apply for the grant from the BUREC, the rebate from the SDCWA, the low interest loan from WateReuse, and the EPA grant. The agreement with MWD incorporates several milestone dates as conditions to receive the rebate. The next major milestone is to begin construction of the Carlsbad Water Recycling Facility by April 1, 2002. To meet this date requires that final design now commence. To complete final design, staff negotiated with Black & Veatch Consulting Engineers, who prepared the preliminary design report on the Carlsbad Water Recycling Facility. This firm was selected out of five firms to prepare the preliminary design report. Black & Veatch, in preparing the preliminary design report, is most familiar with the requirements of the project, they have maintained a good working relationship with staff and understand the District’s contract requirements for professional services. For these reasons, the Purchasing Officer has waived the requirement to obtain proposals from three design firms for the final design of the treatment facility. The total cost to complete the design is $1 ,I 15,560 and is separated into five areas, including: 0 Final design and preparation of plans and specifications 0 Prepare procurement documents for the microfiltration and reverse osmosis equipment 0 Equalization BasinlEWPCF Pump Station Review Assistance 0 Architectural design of administration building and other structures using Gillis Architectural 0 Landscaping design using KTU+A Landscape ENVIRONMENTAL REVIEW: On January 25, 2000, the Board of Directors certified a Mitigated Negative Declaration on the Phase II Project, Case No. EIA 99-09; CMWD Project No. 98-301. FISCAL IMPACT: The total estimated project cost for the Phase II Project is $36,890,000. The financing plan calls for a low-interest loan in the amount of $31,890,000 and a project grant of $5,000,000. Because some items of work may not be eligible for State funding, a 10 percent local cost share, or $3,690,000 from the Districts Capital Replacement Fund is also assumed. Under Agenda Bill 440 on April 13, 1999, the Board transferred $6.5 million into this fund for water resources development. Of this amount, $600,000 was appropriated to complete the preliminary design report, environmental work, and miscellaneous reports and documents for the Phase II Project. It is recommended that an additional appropriation of $4,000,000 be made from the Water Capital Replacement Fund to complete final design and support miscellaneous activities to provide for construction of the project. . , Page 3 of Agenda Bill No. -tG! 6 The total estimated project cost for the Phase II Project is $36,890,000 as shown below. The financing plan includes the use of a low-interest loan and a project grant from the State as well as a contribution from the Water Capital Fund as shown below. State Low-Interest Loan $28,201,000 State Grant $5,000,000 Contribution from the Water Capital Fund $3,689,000 TOTAL FUNDING SOURCES $36.690.000 The California State Water Resources Control Board (SWRCB) offers several low-interest loan programs. Most provide interest rates at one-half of the State general obligation bond rate which would put the rate at approximately 2.8%. One program offers a zero-interest loan, but requires a contribution to the State. This gives it an effective rate similar to the low-interest programs. Since we may not be able to get full funding from any one program, staff will be submitting applications to several of the programs. The resolution asks for authority to submit an application for up to $37.0 million to ensure there is sufficient funding for the program. The loan programs require that the Board establish a capital reserve fund for the project in an annual amount of .5% of the project cost per year for 20 years. It is anticipated that this will be funded out of the operating revenue of the plant. The loans also require that a revenue source is provided and dedicated to the repayment of the loan. Under the financing plan, repayment of the loan will come from the sale of recycled water to customers and from rebates provided by the Metropolitan Water District (MWD) and the San Diego County Water Authority. Rebates from MWD were previously approved in an amount of up to $210 per acre foot. The attached resolution will allow staff to negotiate with San Diego County Water Authority for an additional rebate of $100 or more per acre foot. The SWRCB also provides project grants through the Water Reclamation Loan program for up to 25% of the eligible project costs (capped at $5 million). The attached resolutions provide authority for staff to also apply for the grant. Based on past experience, it is expected that up to 10% of the project costs may not be eligible under the State programs mentioned above. In order to provide funding for the ineligible items, staff is asking for an appropriation from the Water Capital Replacement fund. Under agenda bill 440 on April 13, 1999, the Board transferred $6.5 million into this fund for water resources development. Of this amount, $600,000 was appropriated to complete the preliminary design report, environmental work and miscellaneous reports and documents for the Phase II Project. Although it is anticipated that only $3.6 million will be needed on a permanent basis, staff is recommending that the Board appropriate $4 million from the Water Capital Replacement fund to provide additional cash flow for the project until the grants and loans are received. 3 . r Page 4 of Agenda Bill No. At!3LL Alternative Fundina Sources There are two other potential funding sources for this project. The first is a grant from the Bureau of Reclamation. This program could provide the district with a 25 percent project grant which is approximately $9 million for the project. If we received this grant, we would need to pay back the State grant. Staff would like the authority to apply for this grant as well. The other possible funding source is a loan from the California WateReuse Finance Authority. This would be a variable rate loan and would only be used for short-term cash flow needs--not as a permanent financing vehicle. Rates are currently in the 3% to 4% range. The resolution would give staff the authority to apply for a loan of up to $15 million for the project. The final resolut.ion authorizes an agreement with Black & Veatch Corporation to complete the final design of the Carlsbad Water Recycling Facility at a cost of $1,115,560. The $4 million appropriation from the Water Capital Replacement fund which we discussed earlier will provide the funding source for the contract. EXHIBITS: 1. Location Map. 2. Resolution No. to approve and authorize an application for a loan and grant from j gq 6 the California State Water Resources Control Board for the Encina Basin Water Reclamation Program, Phase II Project. 3. Resolution No. to approve and authorize dedication of a revenue source for the j 0 q 4 Carlsbad Municipal Water District’s repayment of the California State Water Resources Control Board Loan, and dedication of a Capital Reserve Fund for the Encina Basin Water Reclamation Program, Phase II Project. 4. Resolution No. I\00 to approve and authorize an application for Local Match (Zero-Percent) Interest State Revolving Fund (SRF) Loan, for the Encina Basin Water Reclamation Program, Phase II Project. 5. Resolution No. to approve and authorize a loan application from the California ! \ 0 1 WateReuse Finance Authority’s Variable Rate Borrowing Program for the Encina Basin Water Reclamation Program, Phase II Project. 6. Resolution No. wa to approve and authorize submittal of a grant application to the U.S. Department of the Interior, Bureau of Reclamation for the Encina Basin Water Reclamation Program, Phase II Project. 7. Resolution No. \ \ 0 ‘3 to approve and authorize application to obtain a rebate from San Diego County Water Authority’s Reclaimed Water Development Fund for the Encina Basin Water Reclamation Program, Phase II Project. 8. Resolution No. I )o q to approve and authorize an application to obtain a grant from the Federal Environmental Protection Agency for the Encina Basin Water Reclamation Program, Phase II Project. 9. Resolution No. IM- to approve and authorize engineering services agreement with Black & Veatch Corporation for the final design of the Carlsbad Water Recycling Facility, CMWD Project No. 98-301. 10. Agreement with Black & Veatch Consulting Engineers for Final Design of the Carlsbad Water Recycling Facility. 4 z- L k z B EXHIBIT 1 z 3 ENClNA BASIN WATER RECLAMATION PROGRAM 3 PHASE II PROJECT (0 8 LOCATION MAP RESOLUTION NO. 1098 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO APPROVE AND AUTHORIZE AN APPLICATION FOR A LOAN AND GRANT FROM THE CALIFORNIA STATE WATER RESOURCES CONTROL BOARD FORTHE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT. 6 WHEREAS, CMWD has completed a preliminary design and financing plan of the 7 Encina Basin Water Reclamation Program, Phase II Project (Phase II); and WHEREAS, the Phase II Project has an estimated project cost of $36,890,000 which is to a be funded in part from a low-interest loan and grant from the California State Water Resources 9 Control Board; and IO ” WHEREAS, the California State Water Resources Control Board has several loan programs to fund the Phase II Project which include the Water Recycling Construction Program, I2 the State Revolving Fund Loan Program, and the Local Match (Zero-Percent Interest Rate) Loan 13 Program, and the Water Reclamation Grant Program, and the District wants to fund the Phase II 14 Project in part using any one or a combination of these loan and grant programs. 15 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal ,s Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 17 2. That the Executive Manager, or his designee, is hereby authorized and directed to 18 19 sign and file, for and on behalf of the Carlsbad Municipal Water District, a Financial Assistance 20 Application for a loan and/or grant from the State Water Resources Control Board in an amount 21 not-to-exceed $37,000,000 for the planning, design, and construction of the Encina Basin Water 22 Reclamation Program, Phase II Project. 3. 23 That the Carlsbad Municipal Water District hereby agrees and further does authorize 24 the aforementioned representative or his designee to certify that the Agency has and will comply 25 with all applicable state and federal statutory and regulatory requirements related to any loan 26 and/or grants received. , . , II 1 4. That the Executive Manager, or his designee, of the Carlsbad Municipal Water District 2 is hereby authorized to negotiate and execute, upon final approval of the contract by the Board of 3 Directors, a loan/grant contract and any amendments or change orders thereto and certify 4 loan/grant disbursements on behalf of the Carlsbad Municipal Water District that are in substantial 5 conformance with the terms and conditions of this resolution and accompanying Carlsbad 6 Municipal Water District agenda bill. 7 a PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal g Water District held on the 3rd day of October , 2000 by the following vote, to wit: IO AYES: Council Members Lewis, Finnila, Nygaard and Kulchin II NOES: None 11 12 13 14 15 16 17 la 19 20 21 , 22 23 24 25 26 27 28 CERTIFICATION I do hereby certify that the foregoing is a full, true and correct w resolution duly and regularly adopted at a meeting of the Carlsbad Municipal Water District Board of Directors held on October 3,200O. Al-TEST: *hL&ZGC &JRR~XINE M. OD, Secretary (SEAL) II / t zh / i 11‘ / u / 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 ia 19 20 21 22 23 24 25 26 27 28 - RESOLUTION NO. log9 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE DEDICATION OF A REVENUE SOURCE FOR THE CARLSBAD MUNICIPAL WATER DISTRICT’S REPAYMENT OF THE CALIFORNIA STATE WATER RESOURCES CONTROL BOARD LOAN, AND DEDICATION OF A CAPITAL RESERVE FUND FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT. WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has authorized the Executive Manager, or his designee, to apply for a State Revolving Fund (SRF) loan to fund all or a portion of the cost of expansion and improvement of the wastewater treatment facilities; and WHEREAS, the Carlsbad Municipal Water District (District) has authorized an application for a loan from the California State Water Resources Control Board’s Water Recycling Construction Program, State Revolving’ Fund Loan Program, and/or the Local Match (Zero-Percent Interest Rate) Loan Program (collectively, the Loan) for the purpose of financing the Encina Basin Water Reclamation Program, Phase II Project (Phase II); and WHEREAS, prior to issuance of a contract or contracts for the Loan, the District as the Loan recipient is required to adopt a resolution dedicating a source of funds for the repayment of the Loan; and NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the District hereby dedicates the Recvcled Water Rate Fund, and if insufficient, the Water Replacement Fund to repayment of any and all State Revolving Fund loans on the Phase II Project. This dedicated source of revenue shall remain in effect until the loan is fully discharged unless modification or change of such dedication is approved in writing by the State Water Resources Control Board. 0 I 1 3. That a dedicated Wastewater Capital Reserve Fund shall be established for future 2 expansion, major repair or replacement costs, upon execution of a contract with the State, with 3 the minimum dedication of 0.5 percent per year times the capital facilities cost of the Phase II 4 Project for 10 years or the equivalent thereof until the loan is fully discharged. 5 6 PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal 7 Water District held on the 3rd day of October , 2000 by the following vote, to wit: 8 AYES: Council Members Lewis, Finnila, Nygaard and Kulchin 9 NOES: None IO 11 12 16 18 23 24 26 27 28 (SEAL) 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 II RESOLUTION NO. 1100 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE AN APPLICATION FOR LOCAL MATCH (ZERO-PERCENT) INTEREST STATE REVOLVING FUND (SRF) LOAN, FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT. WHEREAS, one of the possible loan programs for the Encina Basin Water Reclamation Program, Phase II Project is the Local Match (Zero-Percent Interest) State Revolving Fund (SRF) Loan (the “Local Match Loan”); and WHEREAS, the Local Match Loan has several conditions which must be met to obtain the loan including a contribution to the State for one-sixth of the eligible project costs; to pay an administrative fee of 0.575 percent of the eligible project cost; to establish a State match account for the project; to provide the State Water Resources Control Board a certification with each progress payment and; to provide copies of cancelled checks documenting payment of the state match amount. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, California, hereby agrees to the following in return for the Local Match Loan: 1. To contribute the state match share equal to one-sixth of the eligible project costs, in an estimated amount of $4,700,000. 2. To pay an administrative fee of up to 0.575 percent of the eligible project cost for the administrative match amount, if requested by the State Water Resources Control Board (SWRCB), prior to the issuance of the zero-percent interest SRF loan contract, provided that the fee shall be waived by the SWRCB if sufficient monies to fund the administrative match are available from other sources. 3. To establish a State match account for the project, and deposit sufficient funds, as necessary, to make the State match payments to the contractor(s) constructing the Phase II Project. JJJ JJJ II 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 4. To provide the SWRCB, Division of Clean Water Programs (Division) a certification, with each progress payment request, stating that the appropriate State match amount for the requested payment has been paid to the contractor(s) constructing the Phase II Project. 5. To provide the Division with copies of the cancelled checks documenting payment of the state match amount, on a quarterly basis. 6. The Carlsbad Municipal Water District hereby dedicates the Recvcled Water Rate Fund and if insufficient the Water Replacement Fund to repayment of the Local Match Loan on the Phase II Project. This dedicated source of revenue shall remain in effect until the Local Match Loan is fully discharged unless modification or change of such dedication is approved in writing by the State Water Resources Control Board. 7. That a dedicated Wastewater Capital Reserve Fund shall be established for future expansion, major repair or replacement costs with the minimum dedication of 0.5 percent per year times the capital facilities cost of the Phase II Project for 10 years or the equivalent thereof until the Local Match Loan is fully discharged. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 3rd October day of , 2000 by the following vote, to wit: AYES: Council Members Lewis, Finnila, Nygaard and Kulchin CERTIFICATION I do hereby certify that the foregoing is a full, true, and correct cepy&e resolution duly and regularly adopted at a meeting of the Carlsbad Municipal Water District Board of Directors held on October 3, 2000. (SEAL) RESOLUTION NO. 1101 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE APPLICATION FOR CALIFORNIA WATEREUSE FINANCE AUTHORITY’S VARIABLE RATE BORROWING PROGRAM FOR ENCINA BASIN WATER RECLAMATION PROGRAM. PHASE II PROJECT. 6 WHEREAS, the Encina Basin Water Reclamation Program, Phase II Project (Phase II) is 7 proposed to be funded in part through a loan and/or grant from the California State Water 8 Resources Control Board; and 9 WHEREAS, loan funds are issued during construction of the Phase II Project through IO approval of progress payments by the California State Water Resources Control Board; and 11 WHEREAS, a loan from the California State WateReuse Authority can be used to provide 12 funding for construction of the Phase II Project on an interim basis until funds from the California 13 State Water Resources Control Board are received; and 14 WHEREAS, the loan from the California State WateReuse Authority can be paid back at 15 any time. 16 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad 17 Municipal Water District of the City of Carlsbad, California, as follows: 18 1. That the above recitations are true and correct. 2. 19 That the Executive Manager or his designee is authorized to submit an application to the California WateReuse Finance Authority to obtain a variable rate loan to pay for initial 20 construction costs of the Phase II Project in an amount not-to-exceed $15,000,000. 21 IJJ ** JJJ 23 Ill 24 IJI 25 Ill 26 JJJ 27 IJJ 28 I" I 3. That the final loan contract shall be submitted to the Board of Directors for final 2 approval prior to execution of the loan contract. 3 4 PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 3rd day of October 9 2000 by the following vote, to wit: 5 AYES: Council Members Lewis, Finnila, Nygaard and Kulchin 6 7 8 . WOOD, Secretary (SEAL) RESOLUTION NO. 1102 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE SUBMITTAL OF APPLICATION TO THE U.S. DEPARTMENT OF THE INTERIOR, BUREAU OF RECLAMATION FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT. 6 WHEREAS, the Encina Basin Water Reclamation Program, Phase II Project (Phase II) 7 was authorized to receive grant funds by the Congress of the United States through the North 8 San Diego County Area Water Recycling Project under Title XVI 0f.P.L. 102-575, as amended by P.L. 104-266; and 9 IO WHEREAS, pursuant to the above described program, an application may be submitted to obtain a 25 percent project grant, based on the total project cost of the Phase II Project, ” through the Bureau of Reclamation, for construction of the Phase II Project. 12 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal 13 Water District (CMWD) of the City of Carlsbad, California, as follows: 14 1. That the above recitations are true and correct. 15 2. That the Executive Manager or his designee is authorized to submit an application 16 for a 25 percent project grant to the Bureau of Reclamation. 17 3. The final grant contract shall be submitted to the Board of Directors for final 18 approval prior to execution of the grant contract. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal 19 Water District held on the 3rd day of October 1 2000 by the following vote, to wit: 20 AYES: Council Members Lewis, Finnila, Nygaard and Kulchin 21 22 23 24 25 2s 11 ATTEST: A 27 Yy%fwibh*m Y / M. WOOD, Secretary (SEAL) / /jg)i I-,‘7 II-” RESOLUTION NO. 1103 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE I CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE APPLICATION TO OBTAIN A REBATE FROM THE SAN DIEGO COUNTY WATER AUTHORITYS RECLAIMED WATER DEVELOPMENT FUND FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT (PHASE II). 6 WHEREAS, the CMWD has an existing agreement with the San Diego County Water 7 Authority to obtain a $100 per acre-foot rebate for its Encina Basin Water Reclamation Project, Phase I; and 8 9 WHEREAS, it is desired to include the Phase II Project in the agreement by requesting an amendment to the existing agreement to include the Phase II Project; and IO WHEREAS, an application is required to be submitted to obtain a rebate for the Phase II ” Project. 12 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal 13 Water District (CMWD) of the City of Carlsbad, California, as follows: 14 1. That the above recitations are true and correct. 15 2. That an application for a minimum rebate in the amount of $100 per acre-foot is 16 authorized to be submitted to the San Diego County Water Authority. 17 3. That the final rebate agreement shall be submitted to the Board of Directors for ,8 final approval prior to execution of the rebate agreement. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal 19 Water District held on the 3rd day of October , 2000 by the following vote, to wit: 20 21 AYES: Council Members Lewis, Finnila, Nygaard and Kulchin 22 23 24 25 ATTEST: 26 27 /+4&V?i>,~ 28 LWAINE M. $iOOD, Secretary (SEAL) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1104 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE APPLICATION TO OBTAIN A GRANT FROM THE FEDERAL ENVIRONMENTAL PROTECTION AGENCY FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT (PHASE II). WHEREAS, an appropriation from the Congress of the United States was allocated to Carlsbad for the “desalination facility” in the amount of $500,000 under Veterans Administration- Housing & Urban Development-EPA for Fiscal Year 2000 Appropriations Bill; and WHEREAS, the Phase II Project includes a portion of the treatment process for desalination of the recycled water using a combination of microfiltration and reverse osmosis equipment to maintain the total dissolved solids to less than 1,000 mg/L; and WHEREAS, staff must meet and confer with the Environmental Protection Agency to obtain approval for the $500,000 grant for the Phase II Project. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That staff is authorized to proceed with the process required by the Environmental Protection Agency to obtain a $500,000 grant for the Phase II Project. 3. That any grant contract shall be submitted to the Board of Directors for final approval prior to execution of the grant contract. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal II Water District held on the 3rd day of October I 2000 by the following vote, to wit: AYES: Council Members Lewis, Finnila, Nygaard and Kulchin (SEAL) RESOLUTION NO. 1105 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE ENGINEERING SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION FOR THE FINAL DESIGN OF THE ‘CARLSBAD WATER RECYCLING FACILITY, CMWD PROJECT NO. 98-301. 6 WHEREAS, Black 81 Veatch Corporation completed preparation of the Preliminary Design 7 Report on the proposed Carlsbad Water Recycling Facility, dated January 2000; and 8 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District (CMWD) of Carlsbad, California, has determined it is necessary and in the public interest to enter into an 9 agreement between Black & Veatch and the CMWD for the final design and preparation of plans lo and specifications, to provide assistance on the final design of the equalization basin/EWPCF ” pump station, and to prepare procurement documents of the microfiltration and reverse osmosis I2 equipment on the Encina Basin Water Reclamation Program, Phase II Project; and 13 WHEREAS, the Design Division reviewed the proposal submitted by Black & Veatch to 14 prepare the final design ‘and procurement documents for the microfiltration and reverse osmosis 15 equipment in the amount of $1 ,I 15,560 and found it to be acceptable; and 16 WHEREAS, the appropriation for the Encina Basin Water Reclamation Project, Phase II ,7 Project needs to be increased from $600,000 to $4,600,000 to provide funding for the final 18 design of the Phase II Project and miscellaneous reports and activities to obtain grant and loan approvals for funding of the Phase II Project. 19 20 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 21 II 1. That the above recitations are true and correct. 22 2. That the proposal by Black & Veatch in the amount of $1 ,115,560 for final design 23 and preparation of plans and specifications, including the procurement documents for the 24 microfiltration and reverse osmosis equipment is acceptable and approved. 1 2 3 6 8 16 18 23 24 25 26 27 28 That an additional appropriation for the Phase II Project of $4 million from the Water Capital Replacement Fund is authorized by the Board. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the October 3rd day of Council Members Lewi 9 2000 by the following vote, to wit: Nygaard and Kulchin City of Carlsbad Records Management Department October 19,200O Mr. James H. Clark, P.E. Black & Veatch 6 Venture Ste 315 Irvine CA 926 18-33 17 Re: Final Design of the Carlsbad water recycling facility The City of Carlsbad has approved the agreement to provide the necessary engineering design services for preparation of items outlined in the attached agreement. The City has determined that you are not required to file a conflict of interest statement, however please refer to section 25 of the referenced agreement for further details. A copy of the agreement is enclosed for your reference. Debra Doerfler u -* Carlsbad City Clerk’s Office Enclosure 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 * (760) 434-2808 @ AGREEMENT WITH BLACK & VEATCH CONSULTING ENGINEERS FOR FINAL DESIGN OF THE CARLSBAD WATER RECYCLING FACILITY THIS AGREEMENT is made and entered into as of the 12th day of October 9 mzL, 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 a professional engineering services Contractor to provide the necessary engineering design services for preparation of: 1) Final design of the Carlsbad Water Recycling Facility; 2) Microfiltration/Ultrafiltration Procurement Document; and 3) Equalization Basin/EWPCF Pump Station Assistance; 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 Exhibits “A”, “B”, and “C”, attached hereto and made a part hereof. Rev. 4/27/00 2. DISTRICT OBLIGATIONS The District shall provide reports and supplemental information available to the District for use in preparation of the plans and specifications for the Carlsbad Water Recycling Facility and also perform scheduled reviews of the plans and specifications and other documents prepared by Contractor. 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 two hundred forty (240) working days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Public Works Director. The Public Works Director 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 not-to-exceed the following: a Final Design of the Carlsbad Water Recycling Facility $1,022,060 l Microfiltration/Ultrafiltration Procurement Document $69,850 a Equalization Basin/EWPCF Pump Station Assistance $23,650 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. Rev. 4/27/00 5. DURATION OF CONTRACT This agreement shall extend for a period of three hundred sixty five (365) days 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 Districts 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 thirty (30) days of completion and approval of the plans and specifications for the Carlsbad Water Recycling Facility, the Contractor shall deliver to the District the following items: The original mylars of the approved plans and specifications to enable the District to advertise and receive bids for construction of the project. 8. CHANGES IN WORK If in the course of the contract, changes seen merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be forwarded to the District by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the District and approved by the District according to the procedures 3 Rev. 4/27/00 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. ANTI-DISCRIMINATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the Executive Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the District and all work in progress to the Public Works Director. 4 Rev. 4/27/00 The Public Works Director 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 information or in reckless disregard of the truth or falsity of information. If the Carlsbad 5 Rev. 4/27/00 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. (initial) (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. $ziy (initial) 13. JURISDICTION Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the District. Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provided for in request for proposal. The persons used by the Contractor to provide services 6 Rev. 4/27/00 under this agreement shall not be considered employees of the District for any purposes whatsoever. The Contractor is an independent Contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholding on behalf of the Contractor or its employees or subcontractors. The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which 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 Cii 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. Rev. 4/27/00 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The District will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the District. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work . - pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “District” and the “City and their 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. 8 Rev. 4/27/00 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the District for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly 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. 21. 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 offtcer 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. Rev. 4127100 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The 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. 10 Rev. 4/27/00 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less that “A-Y 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 wverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. I. Compretiensive 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). $1,000,000 combined single-limit per accident for bodily injury and property damage. 11 Rev. 4/27/00 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 $l,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The District 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. If the Contractor fails to maintain any of the insurance coverages required herein, then the District will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on 12 Rev. 4/27/00 - 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. 27. 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: Tile Public Works Director Name Lloyd B. Hubbs Address 1635 Faraday Avenue Carlsbad, CA 92008 For Contractor: Tile Project Manager Name James H. Clark, P.E. Address 6 Venture, Suite 315 Irvine, CA 92618 - Engineer/License Number: C3 1200 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in 13 Rev. 4/27/00 writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this day of )’ 20 -. CONTRACTOR: BLACK & VEATCH CORPORATION, a Delaware corporation By: (sign here) Pr&&%,‘E&cuti’ve”Ma<ager or designee (print name and title) By: w (sign here) (print na&title) Architect/License Number (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) - (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) ‘APPROVED AS TO FORM CMWD No. 14 Rev. 4/27/00 , 3” - CALiFORNlA ALL-PURP ;E ACKNOWLEDGMENT State of County of CT,!3 I% nt?&geG On (2 he lot: before me, e EGV)/ NObC\/&G;)(IC Date Name and Tffe of Officer (e.g.. “Jane Doe. Notary PuMY) / personally appeared St. (-ycwk I d Name(s) ol Signer(s) ersonally known to me - OR - Cl 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. U.&J . Signature of Notary Public OPTloNAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattkhment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Signer’s Name: Cl Individual Cl Individual 0 Corporate Officer 0 Corporate Officer Title(s): Title(s): 0 Partner - Cl Limited Cl General 0 Partner - Cl Limited Cl General 0 Attorney-in-Fact q Attorney-in-Fact 0 Trustee Cl Trustee 3 Guardian or Conservator 0 Guardian or Conservator 0 Other: 0 Other: Signer Is Representing: Signer Is Representing: @ 1995 National NOMY Association l %X36 Remmel Ave., P.D. Box 7184 l Canoga Pa&, CA gjKG71~ Prod. No. 5907 Reorder: Call Toll-Free MOO-876-6827 Carlsbad Municipal Water District Carlsbad Water Recycling Facility PRELIMINARY SCOPE OF WORK May 9,200O EXHIBIT “A” The project consists of preliminary, final design, and bid phase services for the construction of a 4 mgd capacity Carlsbad Water Recycling Facility (CWRF) which is to be located in the City of Carlsbad. The Carlsbad Water Recycling Facility is comprised of the following major components. 1. Operations Building 2. EWPCF Effluent Pump Station 3. lnfluent Storage Basin 4. Chemical Storage and Feed Facilities 5. Microfiltration System 6. Reverse Osmosis System 7. Continuous Backwash Fitter System 8. Chlorine Contact Disinfection System 9. Thickening System 10. Recycled Water Storage Basin 11. Recycled Water .Pump Station 12. Landscaping 13. Yard Piping 14. Paving and Grading Although. not identified as a specific task item herein, this scope of work includes coordination with the Engina Wastewater Authority’s (EWA) Equalization Basin Project (EBP), and is based on the following bulleted items below. The EBP work will be performed by Montgomery Watson as part of a separate project. l Piping, valves and flowmeters between the EWPCF Effluent Pump Station and the equalization/influent/recycled basin will be designed and included in EBP. l Discharge piping from EWPCF Effluent Pump Station to the CWRF will be included in EBP and will terminate at the CWRF north road. l All piping and conduits within the sloped area between EWPCF and CWRF will be included in EBP. l The access road from the EWPCF to CWRF will be included in EBP. l The CWRF Project will include design of a “can type” RWPS to the east of the recycled water storage basin. EBP project will include 1 of6 design and installation of penetrations in the recycled water storage basin, pipelines with valves to the pump cans, and six pump cans. l EBP will include design and installation of a recycled water storage basin influent pipeline which will extend from the basin to the southwest corner of the equalization/influent/recycled basin. l EBP will include design and installation of the EWPCF Effluent Pump Station. The CWRF scope of work will include operational coordination of the EWPCF Effluent Pump Station with CWRF. Required piping and conduits from the EWPCF Pump Station will be terminated at the north CWRF road. The specific work tasks to be performed under this Contract are presented in the detailed scope of work below. TASK I- PRELIMINARY DESIGN MEMORANDUM (PDM) Task 1.1 - Kickoff Meeting Prepare for and conduct project kickoff meeting. Project kickoff wiH be attended by Project Manager, Project Engineer, and Staff Engineer. Kickoff agenda and meeting minutes will be prepared and distributed to attendees and selected individuals. Task 1.2 - Preliminary Design Memorandum Prepare a Preliminary Design Memorandum for purposes of defining the design criteria. The PDM shall contain the following information. 1. Site Plan 2. Process Schematic 3. Hydraulic Profile 4. Basin Design Criteria 5. Equipment Design Criteria 6. General Control Description 7. P&IDS The PDM shall be submitted for review by CMWD at the 60 and 90 percent complete stage. Ten copies of the PDM shall be submitted at each submittal. In general, completion of the PDM shall represent 30 percent completed Final Plans and Specifications. 2 of 6 /’ */ . . . . Task 1.3 - Geotechnical Services Coordinate and support work effort. Geotechnical information will be provided by others under a separate project. Task 1.4 - Surveying Services Coordinate and support work effort. Survey information will be provided by others under a separate project. Task 1.5 - Project Meetings Project meetings will be conducted and shall include as a minimum the Project Manager and Project Engineer. Meeting minutes will be prepared by Black & Veatch. A total of 5 meetings are budgeted. Task 1.6 - Architectural Services Coordinate and support subconsultant work effort. Task 1.7 - Landscaping Services Coordinate and support subconsultant work effort. TASK 2 - DESIGN PHASE SERVICES Task 2.1 - Construction Documents The Construction Documents consist of the Plans, Front End Documents, and Technical Specifications. Prepare final detailed Construction Documents required to construct the work described in the Scope of Work. The Construction Documents shall be prepared to CMWD’s standards for public bid. Prepare complete construction drawings, details, and sections for the complete CWRF. Drawings, sections, and details will be drawn at an appropriate scale to produce clear, accurate, easy to read drawings. Construction plans will be complete and detailed as required by CMWD. Construction drawings will be subject to final review and acceptance by CMWD. 3 of 6 The construction drawings will be prepared in Autocad, Release 14. Once completed, the original mylars of approved drawings will be submitted to CMWD together with all other bid documents. The Plans will be prepared on 24” x 36” sheets. Compilation, printing and binding of all bid documents shall be performed by CMWD at CMWD expense. Computer files of the Final Plans shall be provided to CMWD on CD. Black & Veatch standard front end documents will be used. Project technical specifications, special provisions, and contract bid documents will be prepared in accordance with the requirements of CMWD design criteria. Project front end documents and technical specifications shall be prepared in Microsoft Word. An electronic file of the final front end documents and technical specifications shall be delivered to CMWD. Contract Documents shall be submitted to CMWD at the 30,60, and 90 percent completion points. At each submittal, ten copies of the Contract Documents shall be provided for review and comment by CMWD. A three week time period is allotted for CMWD review of each submittal. See attached Preliminary Sheet List. Task 2.2 - Opinion of Probable Cost A detailed opinion of probable cost shall be provided to CMWD at the 60, 90, and 100 percent submittal stages. All cost estimates shall be projected to the mid- point of construction. Task 2.3 - Value Engineering Workshop Attend two value engineering workshops. The workshops shall be attended by the Project Manager, Project Engineer, ElectriczNlnstrumentation Engineer, and one additional staff engineer as appropriate. Incorporate comments from value engineering workshop into contract documents. Task 2.4 - Monthly Progress Reports A monthly progress report shall be submitted and will include the following as a minimum: (1) current activities; (2) future activities; (3) potential out-of-scope items; (4) concerns and possible delays; (5) percentage of completion; and (6) budget status. 4 of 6 Task 2.5 - Project Meetings A monthly project meeting will be conducted and shall include as a minimum the Project Manager and Project Engineer. Meeting minutes will be prepared by Black & Veatch. Task 2.6 - Permits Black & Veatch shall provide contract documents which ensure that facility features and performance, and construction procedures comply with all conditions of permits required to construct the project. Plans, specifications and supplemental drawings shall be prepared as necessary in the format required to obtain all permits. Exhibits required for permit application shall be of the highest priority once preliminary design of the permitting elements is complete. Revisions shall be made as necessary to comply with permit and format requirements. CMWD will prepare permit applications and process the permits with the assistance of Black 81 Veatch. Black & Veatch will ensure the timely application for all permits required for this project which include, but are not limited to, the following: 1. City of Carlsbad Planning Department 2. San Diego Regional Water Quality Control Board 3. County of San Diego Department of Environmental Health - Hazardous Materials Management Division 4. San Diego Air Pollution Control District 5. California Occupational Safety and Health Administration 6. California Department of Health Services TASK 3 - BID PHASE SERVICES CMWD will be responsible for printing of the Contract Documents, advertising of the project, distribution to prospective bidders, maintaining the plan holders list, and receiving bids for the project. Task 3.1 - Pre-bid Meeting Prepare for and conduct Pre-bid Meeting. The meeting will be attended by the Project Manager and Project Engineer. Prepared Pre-bid Meeting agenda and response to bidder’s questions from pre-bid meeting. 5 of 6 -_ Task 3.2 - Consultation During Bid Period Respond to bidder’s questions during the bid period and provide information and clarification of construction documents. Prepare addenda documents, as required. CMWD will issue and distribute addenda documents. Task 3.3 - Bid Review and Recommendation Attend bid opening and review bids received by CMWD for irregularities and make a recommendation for award of contract. Task 3.4 - Final Conformed Construction Drawings Prepare final conformed construction documents including revising the plans and project specifications to include bid addenda that are issued. 6 of 6 31 P-l 32 P-2 33 P-3 34 P-4 35 P-5 36 P-6 37 P-7 38 P-8 39 P-9 40 P-10 41 P-11 42 P-12 43 P-13 44 P-14 45 P-15 46 P-16 47 P-17 46 P-l 8 49 P-19 50 P-20 51 P-21 52 P-22 53 P-23 54 P-24 55 M-l 56 M-2 57 M-3 58 M-4 59 M-5 60 M-6 Cartsbad Municipal Water Olstrict Carlsbad Water Recycling Facility Preliminary Sheet List PROCESS MF/RO/Filter Plan Area 1 MF/RO/Filter Plan Area 2 MF/RO/Filter Sections MF/RO/Filter Sections MF/RO/Filter Sections MF/RO/Filter Sections and Details MF/RO/Filter Sections and Details MF/RO/Filter Sections and Details MF/RO/Filter Details MF/FlO/Filter Details MF/RO/Filter Details MF/RO/Filter Details MF/RO/Filter Details Thickener Plan and Sections Thickener Sections and Details RWPS Plan and Sections RWPS Sections and Details Chemical Feed Schematics Chemical Feed Schematics Chemical Feed Schematics Miscellaneous Details Miscellaneous Details Miscellaneous Details Miscellaneous Details MECHANICAL Mechanical Legend, Abbreviations, and General Notes MF/RO/Filter Plan, Section and Details MF/RO/Filter Section and Details RWPS Plan and Sections Miscellaneous Details Miscellaneous Details Page 2 of 6 - - 61 E-i 62 E-2 63 E-3 64 E-4 65 E-5 66 E-6 67 E-7 68 E-8 69 E-9 70 E-10 71 E-l 1 72 E-12 73 E-13 74 E-14 75 E-15 76 E-16 77 E-17 78 E-l 8 79 E-19 80 E-20 81 E-21 82 E-22 83 E-23 84 E-24 85 E-25 86 E-26 87 E-27 88 E-28 89 E-29 90 E-30 91 E-31 92 E-32 Carkbad Municipal Water District Carlsbad Water Recycling Facility Preliminary Sheet List ELECTRICAL Legend and Abbreviations Power Distribution Diagram Switchgear One-line Partial Electrical Site Index Partial Electrical Site Plan Area 1 Partial Electrical Site Plan Area 2 MF/RO/Filter MCC One-line MF/RO/Filter MCC One-line MF/RO/F ilter MCC One-line MF/RO/Filter Power Plan MF/RO/Filter Power Plan MF/RO/Filter Lighting Plan MF/RO/Filter Lighting Plan RWPS Power and Lighting Plan Underground Duct Sections Underground Duct Sections Miscellaneous One-line Diagrams Miscellaneous One-line Diagrams Miscellaneous One-line Diagrams Instrumentation One-lines Instrumentation One-lines Instrumentation One-lines Instrumentation One-lines Instrumentation One-lines HVAC One-line Schematics Schematics Schematics Panel Schedule Lighting Fixture Schedule . Details Details Page 3 of 6 93 l-l 94 l-2 95 l-3 96 l-4 97 l-5 98 l-6 99 l-7 100 l-8 101 l-9 102 l-10 103 I-1 1 104 t-12 105 l-13 106 l-14 107 l-15 108 l-16 109 l-17 110 l-18 111 l-19 112 l-20 113 l-21 114 l-22 115 l-23 116 l-24 117 l-25 118 l-26 119 l-27 120 l-28 121 l-29 122 l-30 Carl&ad Municipal Water District Carlsbad Water Recycling Facility Preliminary Sheet List INSTRUMENTATION P&ID Legend and Abbreviation P&ID Automatic Strainers P&ID Microfifters P&ID Filtrate Storage and Pumping P&ID CIP Dosing System P&ID CIP System P&ID Cartridge Filters P&ID RO Train P&ID RO Train P&ID Decarbonators P&ID Threshold Inhibitor System P&ID Sodium Hypochlorite System P&ID Sulfuric Acid System P&ID Chemical Containment Sumps P&ID Filters P&ID EWPCF Pump Station P&ID Recycled Water Pump Station P&ID Thickener P&ID Disinfection System Feed Instrument Panel Assembly Feed Instrument Panel Sections and Details Feed Instrument Panel Assembly Views Train Panel Enclosure Layout Feed Instrument Panel - Frame Feed Instrument Panel - Nameplates Train Instrument Panel Assembly Train Instrument Panel Electrical and Frame lnstrumetation Installation Details lnstrumetation Installation Details lnstrumetation Installation Details Page 4 of 6 123 A-l 124 A-2 125 A-3 126 A-4 127 A-5 128 A-6 129 A-7 130 A-8 131 A-9 132 A-10 133 A-l 1 134 A-12 735 A-13 136 A-14 137 A-75 138 A-16 139 A-l 7 140 A-18 141 A-19 142 A-20 143 A-21 144 A-22 145 A-23 746 A-24 747 A-25 148 A-26 149 A-27 150 A-28 Carlsbad Municipal Water District Carlsbad Water Recycling Facility Preliminary Sheet List ARCHITECTURE Cover Sheet Code/Project Information Site Plan Floor Plan/Refective Ceiling Plan RWPS Floor and Ceiling Plan Exterior Elevations Covered Structures Sections Roof Plans Schedules Details Details Details Technical Specifications Structural - Operations Building Structural - Operations Building Structural - Operations Building Structural - RWPS Building Structural - RWPS Building Structural - RWPS Building Structural.- Cover Structures Structural - Cover Structures HVAC - Operations Building Plumbing - Operations Building HVAC - RWPS Building Plumbing - RWPS Building Miscellaneous Details Miscellaneous Details Page 5 of 6 137 L-l 138 L-2 139 L-3 140 L-4 141 L-5 142 L-6 143 L-7 144 L-8 145 L-9 146 L-10 147 L-11 148 L-12 149 L-l 3 150 L-14 151 L-15 152 L-76 153 L-17 754 L-18 155 L-19 Car&bad Municipal Water District Cartsbad Water Recycling Facility Preliminary Sheet List LANDSCAPING Site Plan Construction Details Construction Details Enlarged Siie Plan - Bldg Area Irrigation Plan Irrigation Plan Irrigation Plan Irrigation Plan Irrigation Legend / Schedule & Details Irrigation Details Irrigation Details Planting Plan Planting Plan Planting Plan Planting Plan Planting Schedule and Legend Planting Details Planting Details Enlarged Landscape Construction Plan - Building Area 156 L-20 Enlarged Landscape Construction Plan - Drought Tolerant Area Page 6 of 6 : i D : i . E 4 : . E ! 3 I I i ! I ! I r I 1 i t ! g 5 E i! ii ‘5 I .B -E Z s 0 . P t oaco KAWASAKI THEILACKER V ENO + ASSOCIATES SAN DIEGO + SOLANA BEACk LANDSCAPE ARCHITECTURE + PLANNING April 28,200O Black & Veatch 6 Venture, Suite 315 Irvine, CA 92618-3317 Attn: Mr. Richard ten Bosch, P.E. Subject: Landscape Architecture Fees Carisbad Water Recyciing Facility Phase I Dear Rich: Cheri and I reviewed the Site Plan for the Water Recycling Facility and especially the locations of the processing equipment for the Phase I construction and realized that wherever grading occurs, there will have to be some landscape planting and irrigation. It even occurred to us that the access roadway from the Encinas Plant will disturb soil. It now appears to us that some planting will occur along the north property line and the access road from the Encinas Plant. We think that you will have to agree that some grading will have to occur in order to place the WRP Influent Pump Station and storage basins as shown on the Site Plan; which then means some disturbance and planting near the northeast corner of the site. The budgets that we gave you reflected grading. the site for future equipment with A.C. Roadway and temporary seeded areas (like MWD El Segundo Facility that we saw) for the future equipment areas. If you could limit the developed area in some logical fashion to reduce upfront costs; that would assis us :n reducing cur projected costs down to +hc $WO,O!X! that Bill Mumrmer wants ‘t * to budget. We gave the Water District two concepts (18~ 2) Concept 2 was less expensive of the two. We need direction on the two concepts to know whether the $250,000 budget is realistic. We, obviously, need your cooperation to limit the grading and developable areas to keep costs under our $250,000 budget, yet maintain a quality project. We see our scope of services as follows: 1. Prepare a Preliminary Landscape Plan and a probable cost of construction for Review and approval by the City of Carlsbad Planning Commission and the Water District. Attend and participate in meetings. I 39 16 NORMAL STREET l SAN DIEGO, CALIFORNIA . 92103-3413 : i6191294-4477 l FAX t6 191294-9965 l RLA1084 l RLA 12AS l RLA 1481 l RLA20lO. RLA2386* RLA2342 2. Prepare Construction Documents; consisting of the following deliverables: a. Pedestrian Paving Plan at the main building. * b. Perimeter Fencing Plan. l c. Water Feature and Site Furnishing Plan. * d. Irrigation Plan and Details. e. Planting Plan and Details. f. Specifications. g. Probable cost of construction. * These 3 plans may be consolidated into one plan with details. 3. Bid Period - answer questions regarding plans and specifications and prepare addenda drawings and specifications as necessary. 4. Construction Administration a. Review submittals. b. Prepare change order drawings and specifications as necessary. C. Provide site observation visits and reports. d. Record contractor - provided as built drawings on CADD format. e. Deliver all CADD files to Black & Veatch. Our proposed fees for the above services are as follows: 1. Preparing a Preliminary Plan and probable cost of construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 8,700.OO 2. Prepare Construction Documents m..................................,......... $15500.00 - 3. Bid Period Services . ..-.........................................,................... $ 450.00 4. Construction Administration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 4,350.oo 5. Plotting, delivery services (Allowance) . . . . . . . ..*.........e................... $ 1,200.00 6. Travel mileage for meetings at your Orange County Office . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $49.6O/trip 7. Meetings at your Orange County Office (Allowance/trip) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $200.00/trip Once your Site Plan and the Architect’s building foot print has been established and approved, we need a minimum of three weeks to produce a Preliminary Plan and probable cost of construction. For the Construction Documents, we need a minimum of six weeks and preferably eight weeks to complete the assignment. Can you also advise us if the project is to be completed in Microstation or Autocad? We are capable in either, but for scheduling purposes it would help us if we knew which format was required. Rich, if you have a question, please call me. Sincerely, Frank H. Kawasaki, FASLA 3EPARATlON PROCESSES, INC. 960 West San Marcos Blvd., Ste., 200 San Marcos, CA 920694125 Phone (760) 736-3200 FAX (760) 736-3205 May 1,200O Rich ten Bosch izrn: Dick Sudak 04_& Subject: Carlsbad Water Recycling Facility Separation Processes, Inc. (SPI) would be pleased to work with Black & Veatch on design, construction and startup of the subject facility. It is assumed that the facility will be designed and built on the basis of a design feedwater with a TDS of 1,200 mg/l and a blended product goal of 1,000 mg/l. SPI would be pleased to perform the following scope of work: 1. 2. 3. 4. 5. 6. 7. 8. 9. Develop the process flow diagram and the piping and instrumentation diagrams in conjunction with B&V. SPI would be responsible for components of the diagrams related to the microfiltration (MF) and reverse osmosis (RO) systems. Develop technical procurement specifications for the MF system equipment. These procurement specifications will be limited to three systems: US Filter!Memcor’s CMF, Pall’s Microza and Zenon’s Zeeweed. Develop technical procurement specifications for the RO system equipment. These specifications will be prepared on the assumption that the RO system equipment will be procured on an installed basis from a qualified reverse osmosis equipment manufacturer. Interface with B&V in development of the facilities total design, including the plot plan and site facilities requirements. Assist B&V with the development of the requirements for the overall facility instrumentation and control system. Assist B&V in the preparation of contract bid documents, bid advertisement and evaluation of bids from the MP and RO suppliers and the contractors. Review submittals and requests for information from the MP supplier, the RO supplier and the construction contractor. Periodically inspect the construction site for proper installation of the MF and RO equipment and attend up to six construction coordination meetings. Inspect the RO equipment at the RO manufacturers prior to shipment 10. Provide overall process operator training in addition tto the training being provided by the MF and RO equipment manufacturers. \ Il. Participate in plant startup and evaluate if the plant meets the requirements to proceed with demonstration testing. 12. Participate in plant demonstration testing and evaluate this testing for the City. \ Ii (‘ II I ‘I t 1: I 5 Richard ten-Bosch Black & Veatch 6 Venture h-vine, CA Re: Proposal for Architectural Services, CMWD Operations Building (revised 02 MAY 00) Rich, as a starting point, the following (revised) proposal is offered for discussion. Because of the project’s size, we propose to generate our not-to-exceed without prior approval fee cap by defining the deliverables and the cost to produce those deliverables. We understand that we are being asked for a proposal to do the architectural work for the building and the directly adjacent site. The landscape architect, structural engineer, mechanical engineer, and the electrical engineer would be under the purview of Black and Veach. We would be responsible for the coordination of all of the above disciplines with respect to the building structures. Our deliverables would be as follows: Schematic Drawing Package Concept Site Plan Concept Floor Plan Concept Elevations Concept Section Subtotal Completed under separate project Completed under separate project Completed under separate project Completed under separate project Design Development Package DD Site Plan DD Floor Plan(s) all structures DD Elevations DD Sections Outline Specification Subtotal 16 HRS @ $95.00 36 HRS @ $95.00 24 HRS @ $75.00 16 HRS @ $75.00 24 HRS @ $75.00 1,520 3,420 1,800 1,200 1,800 9,740 Construction Document Package Cover Sheet 3 HRS @ $75.00 225 Code/Project Information Sheet 4 HRS’@ $75.00 300 Site Plan 24 HRS @ $75.00 1,800 0 2900 BRISTOL STREET, G-205 COSTA MESA, CALIFORNIA TEL 714-668-4260 FAX 714-668-4265 02 MAY 00 www.gillisarchitects.com Floor Plan/Reflected Ceiling Plan 24 HRS @ $95.00 Pump House Fl Plan/Refl. Ceil Plan 24 HRS @$75.00 Exterior Elevations 24 HRS @ $75.00 Covered Structure(s) Drawing 36 HRS @ $75.00 Sections 36 HRS @ $75.00 Roof Plan(s) 24 HRS @ $75.00 Schedules 36 HRS @ $75.00 Details 24 HRS @ $75.00 Details 24 HRS @ $75.00 Details 24 HRS @ $75.00 Technical Specifications Subtotal 36 HRS @ $75.08 Normal Planning Dept Approval 36 HRS @ $75.00 2,700 Normal Building Dept Plan Check 36 HRS @ $75.00 2,700 Subtotal 5,400 Reimbursibles (Plotting and Blueprinting for meetings, city Requirements, etc) Total Proposed Architectural Fee NTE (w/invoices) Engineering by others (assume equal to Architect’s Fee) Total Fee 5,000 46,345 46,345 92,450 A Bidding and CA - Hourly as needed 2,280 1,800 1,800 2,700 2,700 1,800 2,700 1,800 1,800 1,800 2,700 26,205 Assuming that this is an 10% fee, the “backed into” cost of the Building would be 0.1 x (X) = 92,450; X = 92,450/0.1 = $924,580 The “backed into” cost of the building per square foot = $924,500/5,50O(assume) or $168/ Sq Ft Respectfully, Donald Gillis AIA Gillis & Associates Architects . 2900 BRISTOL STREET, G-205 COSTA MESA, CALIFORNIA TEL 714-668-4260 FAX 714-668-4265 02 MAY 00 www.gillisarchitects.com EXHIBIT “B” = Ll BLACK & VEATCH 6 Venlure, Suite 3 IS. Itvine. Calibnio 926 18-33 17, (949) 7530500, Fox: (9491 753.1252 Carlsbad Municipal Water District B&V Project 61764.104 City of Carlsbad Reclamation Project December 14,1999 Mr. William Plummer District Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California92008 Subject: Microfiltration/Ultrafiltration Procurement Document Preparation Dear Mr. Plummer: Black & Veatch and Separation Process, Inc. are pleased to submit the scope of work and estimated fee for-the preparation of procurement documents for the microfiltration/ultrafiltration systems for the G&bad Water-Recycling Facility. Scope of Work Task 1 - Meetings Conduct two (2) project meetings at the CMWD office. The meeting will be attended by the Project Manager and Project Engineer. Task 2 - Preparation of Procurement Documents Prepare front end documents and assist in the preparation of the procurement documents. Task 3 - Bid Phase Services Assist CMWD in answering bid phase questions and prepare addenda if required. Task 4 - Subconsultant Services, Separation Processes, Inc. 1. Prepare piping and instrumentation diagrams for each of the three membrane filter processes. 2. Prepare technical specifications for each of the three membrane’ processes. 3. Work with Black & Veatch to incorporate the technical specifications and piping and instrumentation diagrams into a procurement document. 61764.104\CARLSLTE.D Page 2 Carlsbad Municipal Water District B&V Project 61764.104 City of Carlsbad Reclamation Project December 14,1999 4. Answer requests for information during the bidding period as requested by CMWD and Black & Veatch. 5. Review the bids from the membrane filter vendors for compliance with the technical specifications. Estimated Fee The estimated labor effort and fee to perform the above scope of work is shown on the attached table. If you have any questions regarding our scope or fee, please contact me. We look forward to continuing our working relationship with the District. Very Truly Yours, BLACK & VEATCH James H. Clark, P.E. Project Manager 61764.104KARLSLTE.DOC - = Ia BLACK & VEATCH EXHIBIT ‘C” 6 Venture, Suite 3 15. Irvme, Colifornio 926 18.33 17. (949) 7530500. FOX (9491 753-1252 Carlsbad Municipal Water District Carlsbad Water Recycling Facility B&V Project 61764.104 B&V File B January 18,200O Mr. William Plummer District Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 Subject: Equalization Basin/EWPCF Pump Station Assistance Dear Mr. Plummer: Black & Veatch is pleased to submit the scope of work and estimated fee for providing assistance in the design and review of the Equalization Basin, lnfluent Storage Basin, Recycled Water Storage Basin, and Recycled Water Pump Station. Scope of Work Task 1 - Meetings Attend three (3) project meetings at the CMWD or EWPCF office. The meetings will be attended by the Project Manager and Project Engineer. Task 2 - Equalization Basin Documents and Review Prepare preliminary design information for the influent storage basin, recycled water storage basin, and recycled water pump station. Information to be provided includes storage basin sizes and layout, pump station layout, and other general design information needed for the design of the complete equalization basin structure. Perform two (2) design reviews of the design drawings prepared by others. Task 3 - EWPCF Effluent Pump Station Prepare preliminary design information for the EWPCF Effluent Pump Station. Information to be provided includes number of pumps, pump design criteria, pump station layout, general piping layout, and electrical and instrumentation requirements. Perform two (2) design reviews of the design drawings prepared by others. 61764.104\LTROI18.DOC Page 2 Carlsbad Municipal Water District B&V Project 61764.104 Carlsbad Water Recycling Facility January 18,200O Estimated Fee The estimated labor effort and fee to perform the above scope is shown on the attached table. If you have any questions regarding our scope or fee, please contact me. We look forward to continuing our working relationship with the District. Very truly yours, James H. Clark, P.E. Project Manager Enclosure 61764.104\LTR0118.DOC 3 (DNN r-r %I i I B .I J $ .g j” e s 3 P a. g .B u. IJf f s-NV3 : . 8400 Ward Parkwav =: Ia BLACK & “iATCH MAR 14 2000 CH PO. Box8405 Kansas City, Missouri 64114 USA Tel: (913) 4%2000 CERTIFICATE OF INCUMBENCY I, S. K. Sloan, Senior Vice President and Assistant Secretary of Black & Veatch Corporation (the "Corporation"), a Delaware corporation certify that: 1. J. H. Clark is a Vice President of the Corporation; and 2. In his official capacity, J. H. Clark is granted the authority to sign contracts and other documents on behalf of the Corporation; this authority continues to be active and has never been revoked nor rescinded. IN WITNESS WHEREOF, I have hereunto set my hand and seal this l&'/j of March, 2000. ,.~;a,. .’ ., ‘5 . . STATE OF KANSAS COUNTY OF JOHNSON Sworn to and 2000. By: 1 BLACK & VEATCH CORPORATION S. K. Sloan Senior Vice President and Assistant Secretary ) ss 1 subscribed before me this lO& day of March, the Imagine-build companym 1 Certificate of Insurance cm- THt-iFr\rltlc \T1 15 1’;2;LEC 4’ A ‘.l ATTEI: c,F .\I \TiO\ O\L\ -?YD C<%FC:RS SC> I:IGtili LI’C~Y 1 OL 1. RTIFICATt HCILrJEIc 1 HI;Ct IITIFIC:\TI 15 \1’1 A\ 1 I\\Lli\\.ct I’C1Llii .\\D DIIE> \LlT i\ll:‘;I, \D. ~11: \I.TTEI: T!it CO\ ERA(;F .AFFCWDCU DY THF I’<)LtC ;TED RFLC~\\ 1 This is to Certify that r BLACK 6 VEATCH CORPORATION Attn: J. H. Clark PO BOX 8405 1 Name and LIBERTY 4- address of MUTUAL KANSAS CITY MO 64114 Insured. I -l Is. at the issue date of this cmificate, insured by the Company under the polii(iea) listed below. The insurance afforded by the listed and conditions and is not altered by any requirement term or condition of any contract of other docment with respect to which this cerb %cy(ies) is subject to all their terms, exclusions 7!-2emaybeissued. TYPE OF POLICY WORKERS COMPENSATION INCLUDES OTHER STATES COVERAGE (EXCEPT MONOPOLISTIC STATES) GENERAL LIABILITY 11/l/99-1 111/00 &l OCCURRENCE 17 CLAIMS MADE EXP. DATE 1 0 CONTINUOUS 0 EXTENDED m POLICY TERM 1 l/1/99-1 l/1100 I”“““““[ 11/l/99-II/1100 POLICY NUMBER WA2-64D-004177-289 WC2-64 l-0041 77-039 RG2-6441-004177-049 COVERAGE INCLUDES: CONTRACTUAL LIABILITY, BROAD FORM PROPERTY DAMAGE, PRODUCTS/ COMPLETED OPERATIONS. XCU AS2-641-004177-029 LIMIT OF LIABILITY COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: AK.AZ.CA,CO,CT,DC,FL,GA HI,IA,IL,IN,KS,KY.LA,MA,MD MI,MN,MO.NC.NE,NJ,NM,NY OK.PA,SC,TN,TX.VA NV, OR,Wl EMPLOYERS LIABILITY Bodily Injury By Accident $1 ,ooo,ooo Each Accident Bodily Injury By Disease Each Person jeneral Aggregate - Other than Products/Completed Operations $2,000,000 kducts/Completed Operations Aggregate $1 .ooo,ooo lodily Injury and Property Damage Liability $1 ,ooo,ooo &II- ‘ersonal Injury $1 ,ooo,ooo bther Other Per Pel-solv OrgMiratiOll .- $1 ,ooo,ooo Each Accident - Single Limil B.I. and P.D. Combined- Each Person Each Accident or Occwrenu Each Accident or Occurrence JJTOMOBILE UABlLll I8 OWNED q NON-OWNED ix1 HIRED THER .DDlTlONAL COMMENTS B&V Project # 97862 sarlsbad Municipal Water District and the City of Carlsbad, CA included as additional insureds xn the General Liability and Automobile Liability Policies. f the certificate expiration date is continuous or extended term. you will be notified if coverage is terminated or reduced before the mtiticate expiration date. ‘ECIAL NOllCE-OHIQ ANY PERSON WO. WITH INTENT TO DEFRAUD OR KNOWlNG THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER SJJSMITS A ‘PLICATION OR FILES A CLAIM CONTAlNlNG A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF HSURANCE FRAUD. Issued b&o~~~o~yho f der PORTANT NOTlCE TO FLORIDA WUCYHOLDERS AND CERTIFICATE HOLDERS : IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED ,OUTTHIS CERTIFICATE FOR ANY REASON. PLEASE CONTACT YOUR LOCAL SALES PRODUCER. lWER RIGHT HAN0 CORNER OF THIS CERTlflCATE WHOSE NAME AND TELEPHONE NUMBER APPEARS IN n&i berty Mutual Group THE APPROPRIATE LOCAL SALES OFFICE MAlLlNG ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS I%ikRi3~ cwcELL4noN: (NOT APPLICABLE UNLESS A NUMBER OF 0~~s is ENTERED BELOW BEFORF THF STATED IT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT L &T 30 DAYS NOTlCE OF SUCH CANCELLATION HAS BEEN MAILED TO: ICarlsbad Municipal Water District 1635 Faraday Avenue %&wE Carlsbad, CA 92008 Overland Park, KS 913-681-1700 3- 13-00 OFFICE PHONE NUMBER DATE ISSUED$ * H? --- ACORD, CERTIFICA. i OF LIABILITY INSURA2E ll,oI;o,, DATE IMMlDDfYY) 3-13-00 PRODUCER 61 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIFHTS UPON THE CERTIFICATE Lockton Companies HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND DR P.O. Box 419351 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Kansas City MO 64141~6351 (9131 676-9000 INSURERS AFFORDING COVERAGE UmJRED 15231 BLACK & WATCH CORPORATION P.O. BOX 8405 KANSAS CITY. MO 64114 Attn: J. H. Clark WSUIER A: CONTINENTAL CASUAL-IY lNsuRm B: (V.O. SCHINNERER) INSURER c: INSURER 0: I.,#?, ,PCP C. L I , II.a”“L” L. I COVERAGES 23C THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANblNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLlCtES OESCRIBED HEREtN IS SUBJECT TO AU THE TERMS, EXCLUSIONS MD CONDITIONS OF SUCH POLICIES. AGGREGATE IJMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GENERAL UABIUTY NOT APPLICABLE CLAIMS MAOE AUTOMOBILE UABN.KY - ANY AUTO NOT APPLICABLE f-M4N&ED$lNGLE UMlY a xxxxxxxxxxx AU OWNED AUYOS BODILY NUJlNY SCHEIJlkEO AUTOS PW wren) ‘ xxxxxxxxxxx HIRED AUTOS SOOILY INJURY NOKOWNED AUTOS 1Pmr acclduul * xxxxxxxxxxx PROFERl’Y DAMAGE {Pm rccldclN ’ xxxxxxxxxxx OAKAGE UASNJYY AU’lO ONLY - EA ACCIDENT 0 ANY AUTO NOT APPLICABLE :EiRoEY EAACC 0 AGO $ - EKCESS UANUTY EACH OCCURRENCE . xxxxxxxxxxx OCCUR cl CLAIMS MAOE NOT APPLICABLE AGGMGATE * xxxxxxxxxxx : OEDUCllSLE 8 RI3ENnON $ 0 WDKKEKS COMPENSATION AND WC STATU- 0Tl-b EMPLOYEW uANuTY NOT APPLICABLE E.L. EACH ACCIDENT s xxxxxxxxxxx E.L. DISEASE - EA EMPLOYEE : ~~~~~x~~~~ E.L. DISEASE - PDUCY WIT 8 ~~~~~~~~~~~ ckHE" PfmEssIoNAL PLN 114079627 $1.000.000 EACH CLAIM AND A LIABILITY 11/01/99 11/01/00 IN THE ANNUAL A6GREWE FOR ALL PROJECTS ~SCRlPllDN OF OPERAl’lONSAOCAllONSlVNEHtC~ESIEXCLUSlDNS ADDED BY ENDORSEMENT/SPECIAL PROVlSlolls B&V Project # 97862 ----.-.a - -- . .-. --- I I ---. --. . i--m. Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad, CA 92008 4CORD 29-i (71971 SHOULD ANY OF THE ABOVE DESCNKKD POLICIES SE CANCELLED SEFORE THE EXPlRAlIDN DATE THEREOF. THE WSUING INSURER WILL ENDEAVOII TO MAlL 30 DAYS WRllTEN NOTICE TO THE CEKnflCAlE HOLDER NAMED TO THE M, WY FAILUKE TO DO SO SHALL IMPOSE NO ODUGATION OR UABlllYY OF ANY KIND UPON THE INSUKER. ITS AGENYS DR REFRESWATIVW. AUTHDllKED REPRESENYAYIVE vr\ td4kORD CORPORATION 1988 CtH I IPlC;A 1 t HULlJtK 1 1 ADDITIONAL WSURED: INSURER LEtlEft CANCtLlATlON r -t 1 - STATE OF CALIFORNIA ‘1 COUNTYOF k 1 ss. sa 1 On before me, NAME AND TITLE OF OFFICER / personally appeared G/ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (This area for official notary seal.) Title or Type of Document Date of Document No. of Pages Signer(s) other than named above CMWD 06/14/95 Rev. ‘NOTTRANSFERABLE’ ‘. ‘. ’ ‘I. .BUBwNUMBER .-1207986 - I- .DATEPAlD 0311312000 ., I .;. :sIC.ODE .&&s&~~i & .a .eJ n 81tl Engineering S&i& ., .I , ., _. . OWNERFIRMDR %lACK & VEATCH _. ” *I -: i -- -1. -1- :.$a -MlLfNGADDRESS CITY AND STATE