Loading...
HomeMy WebLinkAbout2001-09-11; Municipal Water District; 507; Encina Basin Water Reclamation ProgramCARLSBAD MUNICIPAL WATER DISTRICT -AGENDA BILL 507 TITLE- AB# -’ APPROVAL AND AUTHORIZATION TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH MTG. 9/l l/01 TETRA TECH, INC., FOR VALUE ENGINEERING SERVICES FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM DEPT. CMWD PHASE II PROJECT, PROJECT NO. 3675 RECOMMENDED ACTION: Adopt Resolution No. j 1 3 0 to approve and authorize execution of the professional services agreement with Tetra Tech, Inc., for Value Engineering Services for the Encina Basin, Water Reclamation Program, Phase II Project, Project No. 3675. ITEM EXPLANATION: 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 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. l A transmission and distribution system consisting of approximately 100,000 feet of pipelines ranging in size from 4 inches to 24 inches in diameter. 0 Three new booster pumping stations. 0 Improvements to the existing Mahr Reservoir to maintain the quality of the stored water. 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 the financing plan which utilizes a low-interest loan and grant from the State Water Resources Control Board (SWRCB). To obtain the loans and grants from the SWRCB requires the implementation of Value Engineering studies as a component of the project design. The Public Works Department, Design Division requested proposals for Value Engineering services from six qualified firms. Three firms responded to the request. After a review of the proposals, Tetra Tech, Inc., was identified as the most qualified consultant. The subject agreement defines the scope of work and fee for the Value Engineering services. The fee associated with the subject agreement is $110,600. 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 financing plan for the Phase II Project 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 $36.890.000 Page 2 of Agenda Bill No. -537 - Although it is anticipated that only $3,689,000 will be needed from the Water Capital Fund on a permanent basis, staff previously recommended 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. The $4 million appropriation was authorized on October 3, 2000 as part of Resolution No. 1105. The $4 million appropriation from the Water Capital Replacement provides the funding source for the subject contract. EXHIBITS: 1. Resolution No. I! 30 to approve and authorize execution of the professional services agreement with Tetra Tech, Inc., for Value Engineering services for the Encina Basin, Water Reclamation Program, Phase II Project, Project No. 3675. 2. Agreement with Tetra Tech, Inc., for Value Engineering services for the Encina Basin, Water Reclamation Program, Phase II Project, Project No. 3675. 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. I130 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT TO APPROVE AND AUTHORIZE EXECUTION OF A PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH TETRA TECH, INC., FOR VALUE ENGINEERING SERVICES FOR THE ENCINA BASIN, WATER RECLAMATION PROGRAM, PHASE II PROJECT, PROJECT NO. 3675. WHEREAS, to obtain loan and grant funding from the State Water Resources Control 3oard, Value Engineering studies must be conducted in conjunction with the project design; and WHEREAS, the Department of Public Works, Design Division, requested proposals for 4alue Engineering services from six qualified consultants; and WHEREAS, after reviewing the three proposals submitted, Tetra Tech, Inc., was identified 3s the most qualified consultant. WHEREAS, the Board of Directors of the Carlsbad Municipal Water District (CMWD) of zarlsbad, California, has determined it is necessary and in the public interest to enter into an agreement between Tetra Tech, Inc., and the CMWD for Value Engineering services for the Encina Basin, Water Reclamation Program, Phase II Project; and NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad tiunicipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the proposal by Tetra Tech, Inc., in the amount of $110,600 for Value Engineering services is acceptable and approved. ‘II ‘II ‘II ‘// ‘// I/l ‘/I I/i ‘/I ‘/I ‘!I 1 3. That the President of the Carlsbad Municipal Water District is authorized and 2 directed to execute the agreement between Tetra Tech, Inc., and the Carlsbad Municipal Water 3 District for Value Engineering Services for the Encina Basin, Water Reclamation Program, 4 5 6 7 a 9 10 11 12 13 Ik ,. 15 16 17 ia 19 20 21 22 23 24 25 26 27 28 / (SEAL) Phase II Project. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad Municipal Water District held on the 18th day of , 2001 by the following vote, to wit: AYES: Board Members Lewis, Ku and Hall. NOES: None. ABSENT: Bo ATTEST 1 A LOR&INE M.‘;WOOD, Secretary AGREEMENT FOR VALUE ENGINEERING SERVICES FOR THE ENCINA BASIN, WATER RECLAMATION PROGRAM, PHASE 2 PROJECT THIS AGREEMENT is made and entered into as of the 20th day of SEPTEMBER ,2001, 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 TETRA TECH INC., a Delaware corporation, hereinafter referred to as “Contractor.” RECITALS District requires the services of a professional engineering services Contractor to provide the necessary value engineering services for the Encina Basin, Water Reclamation Program, Phase 2 Project; 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. 2. DISTRICT OBLIGATIONS The District shall provide the meeting/conference room, project reports, plans and supplemental information available to the District for use in performing the Value Engineering services. Rev. 4/27/00 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 sixty five (365) calendar 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 $110,600. 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.” 5. DURATION OF CONTRACT This agreement shall extend for a period of three hundred sixty five (365) calendar days from date thereof. The contract may be extended by the Executive Manager for one (1) additional one (1) year period or part 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. 2 Rev. 4/27/00 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 of each Value Engineering session(s) the Contractor shall deliver to the District the following items: Final VE Report for the subject project. 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 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. 3 Rev. 4/27/00 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. 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. 4 Rev. 4/27/00 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 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 5 Rev. 4/27/00 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) 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 Frein by reference. /i f& ini . (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 under this agreement shall not be considered employees of the District for any purposes whatsoever. 6 Rev. 4127100 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 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. 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. 7 Rev. 4127100 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. 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. 8 Rev. 4/27/00 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 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 officer or employee of the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisor-y, 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. 9 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 Bests Key Rating of not less that “A-V” and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the District). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 11 Rev. 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 $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The District 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: Title Public Works Director Name Lloyd B. Hubbs Address 1635 Faraday Avenue Carlsbad, CA 92008 For Contractor: Title Vice President Name Steve Tedcrsco Address 16241 Laguna Canyon Road, Suite 200 Irvine, CA 92618 Engineer/License Number: RCE c03gzS1 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 of day I20-. CONTRACTOR: TETRA TECH, INC., a Delaware Corporation By: ~fqg-.-- I’ / (sign here) Steve Tedesco, Vice President (print name and title) By: (sign here) (print name/title) RCE CO39261 ArchitectfLicense 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 x3- I Deputy Eity Attorney CMWD No. 14 Revised: 4/27/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of On ???ze , before me&&&&&5 &&&l/ , Name and Title of 0fher~e.g.. ‘Jane Doe. Notary Pubhc”) personally appeared Name(s) of Signer(s) 6 ersonally known to me Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ace- subscribed to the within instrument and acknowledged to me that he/s&e/they executed gacz?, ir&dhi~h~t~ hyE;z signature(s) on the instrument the person(s), or the entity upon behalf of whrch the person(s) acted, executed the instrument. WITNESS mv hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL 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 reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: w Number of Pages: /# Signer(s) Other Than Named Above: - Capacity(ies) Claim CI Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator Signer Is Representing: 0 19% NaWmal Notary Assoc~atm .X450 De Solo Ave PO Box 2402 - Chatsworth. CA 91313-2402 . ww namnalnola~ erg Prod NO 5907 Aeor*cr CGA, Tall-Free I-800-876-6827 TETRATECH, INC. Infrastructure Services Group August 13,200l Mr. William E. Plummer Deputy City Engineer City of Carlsbad Engineering Department 163 5 Faraday Avenue Carlsbad, CA 92008 Reference: Fee Proposal - Value Engineering for Encina Basin Water Reclamation Program, Phase II Project Dear Mr. Plummer: Tetra Tech, Inc. is pleased to provide our fee proposal for the Encina Basin Water Reclamation Program, Phase II Project. Our fee is based on providing two 40-hour Value Engineering sessions, along with six copies of a draft report and ten copies of a final report for each session. The total fee for each session is $55,300. It is our experience that a project such as yours will require two separate VE sessions. Therefore, our total proposed fee is $110,600. If, due to timing of your projects or due to other constraints, additional VE sessions are required they can be provided at an additional fee. Attached is a breakdown of the costs for a single 40-hour VE session. If you have any questions or if we can be of any further assistance, please feel free to contact us. Sincerely, kc ev Tedesco, P.E. SDT/cg l:\propOl\pl48fee.doc Attachment I624 I Caguna Canyon Road. Suite 200. Irvme. CA 926 I8 Tel 949.727.7099 Fax 949 727.7097 www.tetratech.com SCOPE OF SERVICES The overall objective of the VE review is to provide an independent review of the project at the 30% to 60% design level. Our team will review the project documents and quickly get up to speed on the design, then evaluate various options which can be used to save costs. Our Team fully understands the desires of the funding agency and we know how to meet their requirements. We also understand how to work with your design engineers and your engineering staff. Tetra Tech will assemble a multidisciplinary team which meets all the requirements of the State Water Resources Control Board (SWRCB). The VE workshop will be conducted in space provided by CMWD. The following sections outline our detailed approach and work plan: l Document Review: Each team member will review documents provided by CMWD’s Design Engineer prior to the VE workshop. These documents will include construction plans, specifications, soil boring report, cost estimates and Basis of Design Report. Every team member will come to the VE workshop with an understanding of the specifics of the project. l Pre- Workshop Activities: Tetra Tech will coordinate with CMWD prior to the formal commencement of the workshop. A complete agenda for the workshop indicating the activities, the timing of each activity, and the key sessions of participation for representatives from CMWD’s staff and the design team will be outlined. . Value Engineering Workshop: The team will conduct two Value Engineering (“VE”) workshops in accordance with State Water Resources Control Board (SWRCB) requirements. The workshops will be conducted at the completion of the thirty to sixty percent final design. The workshops will last five (5) days with a District staff/design consultant briefing on the final day. The workshops will follow VE methodology and will be divided into the following six steps: - Information Phase: Data collection, research and preparation of the project cost model. - Speculative Phase: Develop an extensive list of alternative solutions to essential project functions and concentrate on items with highest cost savings potential. - Evaluation Phase: Evaluate each feasible alternative. - Investigation Phase: Final evaluation of the most feasible alternatives. - Recommendation Phase: Detailed recommendation of the most feasible alternatives complete with rationale and capital/O & M cost benefits. - Presentation Phase: Present the VE recommendations to CMWD and the Design Consultant and answer any questions. l Value Engineering Reports: Within two (2) weeks of the completion of each VE workshop, we will deliver a VE report to the District. The reports will describe the review process, methodology and results. City of Carlsbad Value Engineering for Encina Bosin Water Reckmarion Program Phase II Project TETRA TECH, INC. Six copies of the draft report will be provided to the District. Following review by the design consultant, a final post-workshop will be held with the VE team and the District to review final accepted VE proposals. This meeting will be attended by the VE team leader and QA/QC manager. Ten copies of the final VE report will then be provided. City of Co&bad Value Engineering& Encina Basin Water Reciumation Program Phase It Project TETRA TECH, INC. From: Linda Day At: Lyons Insurance Agency, Inc. To: Cheryl Glen Fax#: (302) 658-1253 Date: B/23/01 09:06 AM Page 2 of 3 ACORD, CERTIFICATE OF LIABILITY INSURANCE AsLg-y LJI DATE IMWBDNYI ,,8,23,01 RDDUCER THS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ;yons Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ?owdermill Sguare HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1844 Eennett Pike, Suite 210 ALTER THE CO-GE AFFORDED BY THE POLICIES BBLOW. lilmington DE 19807 Phone: 302-658-5508 Fax:302-658-1253 INSURERS IVFORDING COVERAGE IEUNED ItvsuRERA Greenwich Insurance Coupany ImuERs Tetra Tech, Inc. wasLRmc 3280 E. Foothill Blvd. Ste 350 Pasadena CA 91107 INSWlER D I INSLRER E :ovERAGEs THE P0LlClE.S OF INSlJRbNCE LISTED BELOW HAVE BEEN ISSUED TO THE HSLRXED NAMED ABOVE FOR THE POUCY PERIOD lNDIC.ATED. NOl-WITHSTANDlNG ANY REQUIREMENT, TERM DR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT m RESPECT TO WHICH THlS CBRTFICATE MAY BE ISSUED OR MAY PERTAUU. THE INSURANCE AFFORDED BY THE POLIUES DESCRIBED HEREW IS SUBJECT TO ML THE TERMS, EXCLLkSlONS AND COM)ITK)NS OF SLICH POLlClES. AGGREGATE LIMITS SHOWN I.AhY H&K BEEN EDUCED BY PAID CUIMS. K TYCE DP INDuuIlDE WLWY -El PDIJCY IPP- FOLEY EXWLWIDN DATE -Yl DATE WWDNY) Urn 0ENENNLuNLmY EACH 0cC”RRENCE I L cct4MERCuL GEWRM UAQUTY FRECW+AGE(MYWlCfi~) s CUMS MNIE cl OCCUR ME0 w (Aqcm pzrson) s PERsowLhMvINJuuY S GEWVLAGGREGATE s GENLAGGREGATE LIMIT WPUES PER PROWCTS - COMPlDPAGG s AWDMDBU LlaELnY coMslNEo SINGLE UMT AWAUTO (Ea accK*ctJ s ALL OWNED AUTOS BODILY NJURY s SCWDUED AUTOS (Per person) WE0 AUTOS BODILY INAJW NOKOWNED AUTOS (Per acclh-q s PROPWTYWM4GE per accmera) s GUIDE uuILlw AUTO ONLY- EA ACUOENT s lwyWT0 OTHER TM,, *Am * AUTO ONLY AGGS EXCEEI LlmlLm E&m OCCURRENCE s CCCCR cl wusH*DE AGGREGATE t I s s WDNXER~ cDwPeeAnDN AND EwLOYLRs’LwLm EL E4cnAlzcmEN.r s EL DISEASE U EMPCOYEE s EL MS- - WLICY UMT s OTNEN A Profass./Pollution PEcooo5771 10/01/00 10/01/01 See Below For Limits E60 Legal Liab ,EW-N OF -nON~ATIDNYVEHICLCMXC~SONS WOE0 EY ENDORSENENTWECULPRDWSlONS LIMITS: 52,000,OOO Ea. Oct./$2,000,000 Agg. and $100,000 Retention Ea. Cl. CLAIMS MADE FORM: Maximum for all claims during the policy year. EE: Value engineering for Encina Basin water reclamation program, phase II project. :ERTlFlCATE HOLDER N ADDtTlONU 04S”NEo: INCUNEN - CANCELLATION CITYCLB D”DM.0 ANY OF TM ABOW! DWCNWED l OUCIM SE OANCEWD WFONJ THE EXPlRAllON D*TE~MEIIKH,THEI~-IWUI~WRLENOEIVONTOMUL 30 DAYS-N NDT,CE To TNE C-ICATE NDLDER NAMED TO ‘WE LFCI, BUT CALURE TO DO SO SNAU. City of Carlsbad Marshall Plan IWOW ND OEUDATION DR LML"-" DPANYl‘IND”CDNYNEW6UNERlTSADWtE DR 1635 Faraday Avenue NEPNswNrAnYEs. Carlsbad CA 92008-7314 4CORD 254 (7197) l---T , - -- 0 ACORD CORPORA1 ION lYllll From: Linda Day At: Lyons Insurance Agency, Inc. To: Cheryl Glen Fad: (302)658-1253 Date:8123101 09:06 AM Page3 of3 I ACORD, CERTIFICATE OF LIABILITY INSURANCE -,zy; LJI will IMMQWVY, 08,23,01 CRODWCR THIS CERTlFlCAlE IS lSSUED AS A MATTER OF INFORMATlON ONLY AN0 CONFERS NO RK;H(TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE CO-GE AFFORMO BY THE POlklES BELOW, I Lyons Insurance Agency, Inc. Powdermill Square \A 3044 Kennett Pike, Suite 210 Wilmington DE 19807 (N-y++ Phone: 302-658-5508 Fax:302-658-1253 INEW INSllRERS AFFORDING COVE w . NSURER A Hartford Insurance NSJRER B Twin City Fire Insurance Co. \ NSVRW c: t Tetra Tech, Inc. 3280 E. Foothill Blvd. Ste 350 Pasadena CA 91107 I THE POUCIES Cl= NSURMCE LISTED BELOW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE POLICY PERJOD INMCATED. NOTWlTHSTANDlNG ANY REQUIREMENT, TERM OR CONDlTlON OF ANY CONTRACT OR OTHER DOCUMENT WTRi RESPECT TO M-llCH THIS CERTlFiCATE MAY BE ISSUED OR M4Y PERTMN. THE INSURANCE AFFOROED BY THE POLICIES DESCRlBED HERaN IS SUBJECT TO ALL THE TERMS, EXCLLISIOM AND CONDITIONS OF SUCH POUCIES. AGGREGATE LMTS SHOWN MAY HAM BEEN REDUCED BY PAY) CUIMS. iii ! WUCVEWEClM DATE I-VI 10/01/00 wcv EXPIUAVION DAlElMMmDn-rl “Mm EACH 0CC”RRENCE E 1000000 10/01/01 FlRE@&!AGE,UyOlE~) s 300000 E VVCE OF I”EUU*CE mucv NUMBER GEnmN. UMm k x COMMERCULGENERU-TY 44IJUNFU3205 CUB.6 MADE El x OCCUR 1 MEG w (&y one person) ~r10000 PERsoI(pL am lNJwY lr1000000 GENERMAGGREGATE s2000000 PRODUCTS - CGMP,GP AGG I 2000000 _J GEN’LAGGREGtTE UMIT FU’PUES PER ImJcY I 7s LOC AuroMomLEuuuw 44tmNFu3301 LLL -AUTOS SCM-0 ANTOS 1 AUTO DNLY- EAACCOENT E 0Tt-W THAN u&x * AUTO OK’? AGO I EAoi OCCURRENCE I 10000000 10/01/01 AGGREGATE r10000000 10/01/00 0 EWLGVERE’UUUVV 44-3350 AOS 10/01/00 B 44wNMP3351 CA 10/01/00 - EsmwlloN w WERAllGusAocA ‘“ONENSNlCL”SXCUWONE~EC .V RI)OREE-ECl,LCRGVlE IE The District and City of Carlsbad are included as additional insured with respects to the general liability and auto liability coverages only. PE: ralae engineering for the Encina Basin water reclamation program, phase II project. i ‘D 1 I I 7 1 CERTlFlCATE HOLDER Y mmToNAL#tfuRE&lNSURW~ CANCELLATION - CITYCIb SNGUl.0 NIV OF 'NE AWM DESCRISEC PGUCSE SE CANCELLED BEFORE TUE EXPlRLllGN DATE TNEREOF. THE IMUING ws"RER Mu. ENDEwoR TO WL 30 DIVE wmnTEw City of Carlsbad NOTICE 10 m -IcAvE "OLDER - TO WE LEFT, our mu.uRE 10 DO Eo ENALL Marshall Plan lucosE No 0suGAlloN OR uAsH.rlY OF WV MD UPON TNE INSURER, ITE AGENTS OR 1635 Faraday Avenue RwRJ!sENmlvE,. Carlsbad CA 92008-7314 ACORD 25-S (7197) OACORD CORPORATION 1998 ‘orn: Michelle Connors At: Lyons Insurance Agent 1, Inc. To: Melissa Fax#: (302) 658-1253 Date: B/30/01 09:39 AM Page 2 of 3 POLICY NUMBER: 44UUNFU3205 COMMERCIAL GENERAL LIABILITY THE HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED--OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Persons or Organization: City of Carlsbad, its officials, employees and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an inured the person or organization shown in the Schedule, but only with respects to liability arising out of “your worK’ for that insured by or for you. CG201011 85 Copyright, Insurance Service Office, Inc. 1984 morn: Michelle Connors At: Lyons Insurance Agent 1, Inc. To: Melissa Fax#: (302) 658-1253 Date: S/30/01 09:39 AM Page 3 of 3 POLICY NUMBER: 44UENFU3301 THE HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. IT IS HEREBY UNDERSTOOD AND AGREED THAT: City of Carlsbad, its officials, employees and volunteers IS ADDED AS AN ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR. This endorsement does not change the policy except as shown Form IH 12 00 11 85 Printed in LJ S.A. AK-23-2001 THU 08:38 AM ASL PASADENA FAX NO, 6830040 3 * y(! - . 53 mm P, 02